Loading...
#23-8116 (Poole & Kent Company of Florida) CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Poole & Kent Company of Florida ("Contractor") of 1781 N.W. North River Drive, Miami, FL 33125, a Foreign Profit Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with North County Water Reclamation Facility (NCWRF) Pretreatment Facility, Invitation to Bid No. 23-8116 ("Project"), as said Work is set forth in the Plans and Specifications prepared by AECOM Technical Services, Inc., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Fifty-Five Million and Six Hundred and Sixty Thousand Dollars($55,660,000.00). Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. 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 meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.pov/c570/c570.html#certified. Should the Contract Amount be less 1 Construction Services Agreement:[2022_ver.3] CAO than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents,the Contractor shall, within five(5)calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. 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. Contractor shall achieve Substantial Completion within eight hundred and sixty-four (864) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional 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. Contractor shall achieve Final Completion within sixty (60) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Department Administrator or Division Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Nine Thousand and Eight Hundred Dollars ($9,800.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) 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 or Finally Complete the Work within the required time periods. C. Computation of Time Periods. 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 2 Construction Services Agreement:[2022_ver.3] CAO 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. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation ITB #23-8116 North County Water Reclamation Facility (NCWRF) Pretreatment Facility. Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms I 1 Not Applicable Exhibit B-2: Performance Bond Forms 1 I Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form 3 CAO Construction Services Agreement.[2022_ver.3] Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions N Applicable I Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation ITB #23-8116 North County Water Reclamation Facility (NCWRF) Pretreatment Facility. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsync.com/bidsync-cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box ( ® ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ®Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by: AECOM Technical Services, Inc. ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL c/o Public Utilities Department/Sub-Regional Utilities Division 3339 Tamiami Trail East, Suite 303 Naples, Florida 34112 Attn: Wayne Karlovich, Supervisor-Project Management Phone: (239) 252-5372 Email: Wayne.Karlovich(a�colliercountyfl.gov B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Poole & Kent Company of Florida 1781 N.W. North River Drive Miami, FL 33125 Attn: Brian D. MacClugage, Executive Vice President Phone: (305) 325-1930 Email: BrianM(apkflorida.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. 4 Construction Services Agreement:[2022_ver.3] CA° Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 5 Construction Services Agreement.[2022_ver.3] CAC Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. **** Remainder of page intentionally left blank 6 Construction Services Agreement:[2022_ver.3] CA IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WIT Poole & Kent Company of Florida FIRST WITNESS CkVlG( A. Si-rice la 1104 By: Print Name Patrick H.Carr,President&CEO le I °I 12o2-3 `-�-t t/ ` Print Name and Title Date SECOND WITNESS Wendy Ca -- be1I Print Name Date: 371Z 1.2.023 ATTEST: OWNER: Crystal K. Kinzel, Clerk of Courts BOARD OF COUNTY COMMISSIONERS &Comptroller OF COLLIER COUNTY FLORIDA BY: BY: -,o I I RICK LOCASTRO, Chairman tte&t:as to Chairman,s 'stInature only. ro ed as to'F m an Legality: County Attorney Se (Print Name Construction Services Agreement:[2022_ver.3] EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 8 Construction Services Agreement:[2022_ver.3] A0 BID SCHEDULE COLLIER COUNTY SOLICITATION NO.23-8116 North County Water Reclamation Facility(NCWRF)Pretreatment Facility COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT-EPMD PROJECT U 70149 Bid Item No. Description Unit Total 1 Pretreatment Facility Building LS $47,060,000.00 2 Electrical Building LS $3,000,000.00 3 Demolition LS $600,000.00 4 Allowance for Owner's Use as Directed* T&M $5,000,000.00 Total Bid $55,660,000.00 *Owner Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of the Owner's Allowance will be made through Change Order with Proper documentation of Time and Materials supporting the change. COMPLETED BID FORMS: Yes/No Bid Schedule Yes Bid Response Form(Form 1) Yes Contractors Key Personnel (Form 2) Yes Material Manufacturers(Form 3) Yes List of Major Subcontractors(Form 4) Yes Statement of Experience of Bidder(Form 5) Yes Trench Safety Act Acknowledgement(Form 6) Yes Bid Bond(Form 7) Yes Insurance and Bonding Requirements(Form 8) Yes Conflict of Interest Affidavit(Form 9) Yes Vendor Declaration Statement(Form 10) Yes Immigration Affidavit Certification(Form 11) Yes Bidders Checklist(Form 12) Yes Addendums Yes Local Business Tax Receipt Yes E-Verify Yes SunBiz Yes CAo EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement[2022_ver.3] CAO Email Kristofer.lopez(acolliercountyfl.gov ?e Telephone: (239)252-8375 Procurement Services Division Addendum#1 Date: March 10,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#Solicitation#23-8116-NCWRF Pretreatment Facility The following clarifications are issued as an addendum: Specification Section 15858-Odor Control Systems-Biotricklin Filters Add the following Paragraph 2.01 `MANUFACTURERS' to read as follows: A. Evoqua(No Substitutions) Revise numbering of paragraphs under PART 2-PRODUCTS as follows: Paragraph Current Revised Numbering Numbering MANUFACTURERS - 2.01 MATERIALS 2.01 2.02 BIOTRICKLING FILTER 2.02 2.03 EXHAUST FANS 2.03 2.04 NUTRIENT CONTROL SKIDS 2.04 2.05 CARBON POLISHER SYSTEM 2.05 2.06 H2S MONITORING 2.06 2.07 HARDWARE AND GASKETS 2.07 2.08 INSTRUMENTATION AND CONTROLS 2.08 2.09 FIBERGLASS REINFORCED PLASTIC(FRP) 2.09 2.10 DUCTWORK DAMPERS 2.10 2.11 AIR INLETS 2.11 2.12 MOTORS 2.12 2.13 SHOP PAINTING 2.13 2.14 Revise Paragraph currently numbered as 2.02 J `Access Platform and Ladder' to read as follows: 1. Vessels shall include an Aluminum Access Platform with ladder to provide access to the spray headers. Platform shall provide access to all three Rio-scrubber towers from a single ladder. 2. Access platform shall be provided to provide access of the upper level to provide access to the spray header connection,&upper nozzle. 3. Provide a ladder and platforms to allow access to the top access platform.manways for mist eliminator,and liquid distributor access. 4. Ladders and platforms shall be designed and provided to meet OSHA requirements. 5. Ladders and platforms shall be constructed of aluminum. CAO 6. Platform shall be supported on a steel or aluminum structure bolted to the concrete pad and shall be independent of the FRP vessels. 7. All fasteners shall be of Type 316 stainless steel or vendor recommendation. 8. Provide ladder cage for ladders 20 feet and taller, Specification Section 15859—Odor Control Systems—Carbon Adsorber Add the following Paragraph 2.01 `MANUFACTURERS'to read as follows: A. Evoqua(No Substitutions) Revise numbering of paragraphs under PART 2—PRODUCTS as follows: Paragraph Current Revised Numbering Numbering MANUFACTURERS - 2.01 CARBON ADSORI3ER 2.01 2.02 ACTIVATED CARBON MEDIA 2.02 2.03 EXHAUST FANS 2.03 2.04 CONTROLS 2.04 2.05 FIBERGLASS REINFORCED PLASTIC(FR.P) 2.05 2.06 DUCTWORK DAMPERS 2.06 2.07 AIR INLETS 2.07 2.08 MOTORS 2.08 2.09 SHOP PAINTING 2.09 2.10 Drawint 00 D-003 SCHEDULES I In the Process Pump Schedule,revise capacity and head rating point of pumps D.P- 1&2 to the following: Capacity(gpm): 450 Head(feet): 50 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 re/ere-lard solicitation. Patrick H. Carr, President&CEO 05/16/2023 (Signature) Date Poole&Kent Company of Florida (Name of Firm) CAO Ifr Email: Kristofer.lopez@colliercountyfl.gov Colter County Telephone: (239)252-8375 Procurement Service$avision Addendum#2 Date: March 21,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#2 Solicitation#23-8116—NCWRF Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation: 1. Change:Supplementary terms and Conditions added • 23-8116 Supplemental Terms and Conditions has been uploaded 2. Change:Pre-Bid Sign In Sheet Uploaded 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 re ced solicit tion. Patrick H. Carr, President&CEO 05/16/2023 (Sig atti re) Date Poole&Kent Company of Florida (Name of.Finn) Email: Kristofer.lopez(acolliercountyfl.gov CO ier County Telephone: (239)252-8375 Procurement Services Division Addendum#3 Date: March 30,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#3 Solicitation#23-81 16 -•NCWR.F Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation.Bidders shall reflect all clarifications,additions,and changes in their final bids. Change 1: . '+ Now reads: Question and Answer period expires on April 7,2023 @ 5:00 PM EST Addendum#3 includes additional information to: • Technical Specifications as described below. • Attachment: Specification Section 01500—23-8116 Exhibit J Temporary Facilities • Attachment: Specification Section 08710—23-8116 Exhibit J Door Hardware • Attachment: Specification Section 13900---23-81.16 Exhibit J Security System Requirements • Drawings as described below. SPECIFICATIONS Specification 01010—Summary of Work • Add Paragraph 1.07 Document Management System to read as follows: 1..07 DOCUMENT MANAGEMENT SYSTEM A. The Contractor shall provide and manage a web-based(remote access),fully electronic document management software program to facilitate ease of coordination, document storage, and time management. B. The software shall include and/or provide the following: I. Software to be approved by Owner and Engineer. 2. Single source of document flow and communication. 3. Secure document storage and easy document retrieval. 4. Ability to search the System for any content. CAO Drawing 10 DI-603 • Provide flow switch and electrical appurtenances on the 4"W3 piping downstream of RWW..BV-OO5 as illustrated in partial drawing below. 10 DT-603 1 F?±UM SCREEN SCREEN CHANNEL •4 INFLUENT F30x 1 1 SIIEEf EO DI-6e2 1 FS k 005 REUSE WATER 4' 3 A (F) W3 t 4 SNT 10 01-602 • CCS gwmt�:-;205 Tv (F) D4 If you require additional information,please post a question on our Bid Sync(www.hidsvnc.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 7frn ereed solicitation. (...„---?....„,_,„--t_ Patrick H, Carr, President&CEO 05/16/2023 (Signature) Date Poole & Kent Company of Florida (Name of Firm) CAo ' Email: Kristofer.lopez(uicolliercountyfl.gov xtr County Telephone: (239)252-8375 Procurement Services Division Addendum#4 Date: April 4, 2023 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum#4 Solicitation#23-8116—NCWRF Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation. Bidders shall reflect all clarifications,additions, and changes in their final bids. Addendum#4 includes: • Technical Specifications changes as described below. • Drawing changes as described below. • Attachment: 23-8116 Exhibit M Electrical Site Plan—Power—Revision 1 • Attachment: 23-8116 Exhibit J Section 15109 Electric Motor Actuators and Appurtenances Revision SPECIFICATIONS Specification Section 13100—Lightning Protection for Structures • Delete empty table from Section 2.02 Materials,Paragraph A. Class II Materials. Specification Section 16050—Electrical Work—General • Add Part 4.to end of Section 1.07 Submittals,Paragraph A,as follows: "4. In addition to manufacturer's equipment shop drawings,submit electrical installation working drawings containing the following: a. Concealed and buried conduit layouts, shown on floor plans drawn at not less than 1/4-inch=1 foot in scale. The layout shall include locations of process equipment, motor control centers,transformers,panelboards, control panels and equipment,motor,switches, motor starters, large junction or pull boxes, instruments and any other electrical devices connected to concealed or buried conduits. b. Plans shall be drawn in AutoCAD and must include a full key plan showing the entire jobsite and individual sheets with viewports printed size 36 inch by 24 inch at scale.The submittal shall be presented in a neat, professional manner within a PDF drawing set." Specification Section 15109 Electric Motor Actuators and Appurtenances • Replace Section 15109 Electric Motor Actuators and Appurtenances with the attached Section 15109. GAS? 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. Patrick H. Carr, President&CEO 05116/2023 (Signature) Date Poole& Kent Company of Florida (Name of Firm) CAo it Email: Kristofer.lopez@colliercountytl.gov Co' ler coJ4Iity Telephone: (239)252-837.5 Procurement Services Division Addendum#5 Date: April 6,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#Solicitation#23-8116—NCWRF Pretreatment Facility The following clarifications are issued as an addendum: Change 1:As reads,Bid due dote is April 18,2023 ®3:00 PM EST Now reads: Bid due date is May 9,2023(it 3:00 PM EST Change 2:_Q/A-pefied-ends April 7,2023(cif 5:00 PM EST Now reads: 0/A period ends May 1,2023(a?5:00 PM EST If you require additional information,please post a question on our Bid Sync(www.bidsyne.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 ref u solicitation. �' -- `""'lam Patrick H.Carr, President&CEO 05/16/2023 (Sign tore) Date Poole&Kent Company of Florida (Name of Firm) it Co ier County Email: KristoferlopezC colliercountyll.gov Telephone: (239)252-8375 Procurement Services Division Addendum#6 Date: April 19,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#6 Solicitation#23-8116—NCWRF Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation. Bidders shall reflect all clarifications,additions, and changes in their final bids. Addendum#6 includes: • Technical Specifications as described below. • Drawing changes as described below. SPECIFICATIONS Specification 01640—Owner Furnished Material • Remove all gaskets from Owner Furnished Material. Contractor shall provide new gaskets for this project: Item Type Description Size Total Unit Notes Quantity Endress Hauser-Promag Electromagnetic 0.1 Flowmeter Flowmeter-36" 36" 1 each Submittal Grounding Disc Available Grounding Disc Cables Endress Hauser-Promag Electromagnetic 0.2 Flowmeter Flowmeter-30" 30" 1 each Submittal Grounding Disc Available Grounding Disc Cables Endress Hauser-Promag Electromagnetic 0.3 Flowmeter ; Flowmeter-18" 18" 1 each Submittal Grounding Disc Available Grounding Disc Cables 1 T Head 1"X 6"T-HEAD BOLT&NUT.AIS 01"x 06" 16 Buckets Buckets Bolt COMPLIANT 2 Butterfly BAW,4,F1,CI,NBRN-NBR,150B,Dl-S2'GS-6B- 04" 1 each Valve HD8,SB16 3 - - - - - - 4 _______________I - - 5 r - - - - CAO 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. Patrick H.Carr, President&CEO 05/16/2023 tt ,, (Signature) Date Poole&Kent Company of Florida (Name of Firm) t it-, Email: .Kristofer.lopez a�colliercountyfl.gov ieCo r Telephone: (239) 252-8375 Procurement Services Division Addendum#7 Date: April 28,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#7 Solicitation#23-81 16—NCWRF Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation.Bidders shall reflect all clarifications,additions,and changes in their final bids. Addendum#7 includes additional information to: • Technical Specifications as described below. • Drawings as described below. SPECIFICATIONS Specification Section 08331—Overhead Coiling Doors • Remove paragraph 1.03 C from Specification 08331 Overhead Coiling Doors as follows: 1.03 PERFROMANCE REQUIREMENTS C. 4 Specification 15066—Stainless Steel Pipe and Fittings • Revise paragraph 2.01 Stainless Steel Pipe to read as follows: ' 2.01 STAINLESS STEEL PIPE: A. Manufacturers: 1. Douglas.Brothers 2. Felker 3. J.F.Ahern 4. Dixie Southern B. Material: 1. Type 316L sheet and plate per ASTM A240. 2. Maximum carbon content of 316L material limited to 0.03 percent. CAO Drawing 00 C-303 Yard Piping Plan III Enlarged Plan at Orbal Piping • Revise location of 18"isolation plug valve as illustrated in partial drawing below: 00 C-303 i �' ' "uv Nil ncl we rIH. C _s a 1I AT CONCLUSION OF M } —:.3' PPE CONNECTIONS. U I i',y, ,_ _ .. t WILL SERVE HLE 4 PI "'1.4.. I4,. �, 6ti1STR, UmWN aoX,,. i I 1...... l I -- 1 II t I I FI I II I IS aI I I II I. ,,EXISTING ELECTRICAL DUCTBANK ' _ CONTRACTOR TO EXERCISE CAUTION Ii 2,.WHEN EXCAVATING IN NCINITY OF ( `-\ ii ELECTRICAL DUCT, I ` Y_ EXISTING ELECTRICAL OUCTBANK 'PARTIALLY REMOVED Dr PREVIOUS CONTRACT, T ��, . �'. `�Oi CONTRACTOR TO EXERCISE CAUTION WHEN I 1.EXCAVATING IN VICINITY OF ELECTRICAL DUCT, 3 ! D4 ROTATED D if I ' Il'" '1 v NJ"TAAL•IA'{ 'iI.ATICXI PLUG VALVE. (FINAL ' ' 't , MNLOCATION TO BE Lc EmNNET®Y THE I ° I �tt ..,.4 i A i f i if you require additional information,please post a question on our Bid Sync(www.hidsync.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 ref� d solicitation. Patrick H.Carr, President&CEO 05/16/2023 (Signature) Date Poole&Kent Company of Florida (Name of Firm) CAO Coiner County Email: Kristofer.lopez@co.11iercountyfl.gov Telephone: (239)252-8375 Proourerrent Services Division Addendum #8 Date: May 3,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#8 Solicitation#23-8116—NCWRF Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation.Bidders shall reflect all clarifications, additions,and changes in their final bids. Addendum#8 includes additional information to: • Drawings as described below. DRAWINGS Drawing 00 E-601 Area Classification and Luminaire Schedules • Low-voltage cabling information has been added to 00 E-601 Communications Wiring as illustrated in partial drawing below: 00 E-601 COMMUNICATIONS WIRING: [CI 1"C VENDOR SUPPLIED CABLE (Fj VC,24 STRAND FIBER OPTIC CABLE [F1) 1`C,1 FIBER OPTIC PATCH CABLE [F2( 1"C,2 FIBER OPTIC PATCH CABLES MI 314`C.1-CAT 6 CABLE (12j 3/4"C,2-CAT 6 CABLES 1131 3/4"C,3-CAT 6 CABLES (CL2j 3/4"C,(1)18X6 CONDUCTOR CABLE(TYPE C12)-(ACCESS CONTROL) [CL2-2) 3/4"C,(2)18X8 CONDUCTOR CABLE(TYPE CL2)-(ACCESS CONTROL) A CAO Drawing A-001 Electrical Building Life Safety Plan • Occupancy has been updated to 5. Classification has been updated to Moderate-Hazard Factory Industrial F-1 per FBC Chapter 3 classification.Classification has been updated per FBC Chapter 3 classification.Classification has been updated per FBC requirements.Refer to partial drawing below: A-001 APPI.ICASLE NOTES FLORIDA BUILDING CODE(FBC),6TH EDITION(2020)-BUILDING FLORIDA BUILDING CODE(FBC),8TH EDITION(2020)-ENERGY CONSERVATION FLORIDA BUILDING CODE(FBC),6TH EDITION(2020)-MECHANICAL FLORIDA FIRE PREVENTION CODE(FFPC).7TH EDITION(2020)- NEPA 101 LIFE SAFETY CODE/NFPA 1 FIRE CODE 2021 EDITION NATIONAL ELECTRICAL CODE(NEC),2020 EDITION-NFPA 70 STANDARD FOR PORTABLE FIRE EXTINGUISHERS,2018 EDITION-NFPA 10 JUSE&OCCUPANCY CLASSIFICATION CH A.OCCUPANCY-MODERATE-HAZARD FACTORY INDUSTRIAL,GROUP F•1 j 2)BUILDING HEIGHT&AREA(CHAPTEiFS): "-` \..-�-,A� ALLOWED PROVIDED A,ALLOWABLE HEIGHT' 55 FT 27 FT B.BUILDING HEIGHT IN STORIES: 2 C.BUILDING AREA 15.500 GSF 547 GSF 3)CONSTRUCTION TYPE(CHAPTER 6): A.TYPE II B,NON-SPRINKLERED FIRE-RESISTANCE RATING REQUIREMENTS PRIMARY STRUCTURAL FRAME 0 EXTERIOR BEARING WALLS 0 INTERIOR BEARING WALLS 0 INTERIOR NONBEARING WALLS 0 FLOOR CONSTRUCTION AND ASSOCIATED SECONDARY MEMBERS 0 ROOF CONSTRUCTION AND ASSOCIATED SECONDARY MEMBERS 0 4)MEANS OF EGRESS(CHAPTER 10): A.OCCUPANT LOAD PER TABLE 1004.1.2. f_f-�rVr-•� OCCUPANCY LOAD CALCULATIONS SPACE AREA(SF) OCCISF ( OCCUPANCY LOAD <' ELECT RM 460 100 L, 5 if B.EGRESS WIDTH PER SECTION 10054 X 0.2 INCHES 0.8 INCHES FT REM.44 INCHES= 7.83 FT ACTUAL EGRESS PROVIDED C.EXIT ACCESS TRAVEL DISTANCE PER TABLE 1017.2: 200 FT MAX FOR NON-SPRINKLERED BUILDING O.NUMBER OF EXITS PER TABLE 1008.3.1: OCCUPANCY PER FLOOR OF 1-500 MINIMUM 2 EXITS E:MAXIMUM COMMON PATH OF TRAVEL:75 FT PER TABLE 1006.2.1 5)FIRE EXTINGUISHERS(NFPA 10): A.MINIMUM 1 PER 3000 SF(547 GSF)•1 FE REQUIRED 2 FE PROVIDED B.MAXIMUM 75 FEET TRAVEL DISTANCE C.DRY CHEMICAL TYPE 4-A60,UL RATED LIFE SAFETY GENERAL NOTES- 1.ALL EXITS DISCHARGE ONTO A YARD OR PUBLIC WAY 2,BUILDING IS INTENDED TO BE UNMANNED AT ALL TIMES,UNLESS MAINTENANCE OF EQUIPMENT IS REQUIRED. 3.FOR FIRE ALARM AND EMERGENCY LIGHTING,SEE ELECTRICAL PLANS. 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 ref ed solicitation. Patrick H. Carr,President&CEO 05/16/2023 (Signature) Date Poole&Kent Company of Florida (Name of Firm) CAO 7Y Co Email: Kristofer.Lopez@colliercountyfl.gov County Telephone: (239)252-8375 Procurement Services Division Addendum#9 Date: May 4,2023 From: Kristofer Lopez,Procurement Strategist To: Interested Bidders Subject: Addendum#9 Solicitation#23-81 16—NCWR.F Pretreatment Facility The following clarifications are issued as an addendum identifying additions to the solicitation document for the referenced solicitation.Bidders shall reflect all clarifications,additions,and changes in their final bids. Change 1: As reads: Bid ends on May 9,2023 @ 3:00 PM EST Now reads:Bid ends on May 16,2023 (c 3:00 PM EST Change 2:Removes Attachment 23-8116 Exhibit J Section. 15109 Electric Motor Actuator and Appurtenances Revision 1 Addendum#9 includes additional information to: The following attachments have been uploaded • Attachment Specification Section 23-8116 Exhibit J 07180 Traffic Coatings Revision 1 • Attachment Specification Section 23-8116 Exhibit J High Performance Resinous Flooring • Attachment Specification Section 23-8116 Exhibit J 15109 Electric Motor Actuators and Appurtenances Revision 2 • Attachment Specification Section 23-8116 Exhibit J Level Sensor-Submersible Pressure Technical Specifications as described below. Drawings as described below. SPECI.FICATIONS Specification Section 07180—Traffic Coatings • Replace Section 07180 Traffic Coatings with the attached Section 07180 Traffic Coatings. Specification Section 09672—High Performance Resinous Flooring • Added Section 09672—High Performance Resinous Flooring Specification Section 13622—Submersible Pressure/Level Sensors • Added Section 13622—Submersible Pressure/Level Sensors Specification Section 15109—Electric Motor Actuators for Valves and Slide Gates • Replace Section 15109 Electric Motor Actuators for Valves and Slide Gates with the attached Section 15109 Electric Motor Actuators for Valves and Slide Gates. CAO Drawing 10 5-502 Pipe Support Details • The curb spans between pipe supports. It is independent of the pipe support and does not require a footer(grade is equal on both sides of curb).Refer partial drawing below: 10 S-502 i r.r asrn �•. "'� 1 eA:vn.xsr'''''T '�,W49 /� �' nthracgor n y.� 1- .r E >Z .,.__ r r:v of i 'r W +—J1&W IY.I.Ci M fYUiM`I.t(K I a ttp%.Yqu 4.A.4 MGIE..•• / �\ QpC en*Aff P T'gM+'rUIE � . �' , ;uu 1 . Q .rnnre +.Ye II i M R I f 1 l ,,, t r J '' I ,.. �.._. J .0 '.•.I-. \'.V5 /' `J.CriE d »rpb' v !E Clyw r - ttiYpi li W!liCrr 1}•CiMk:FETEAPMAi.........f '.� J r T I it.Ct...<9VWAN. .a tiiG.<dRA XGRArTE nr±nM 1 b rr"4t, 40C J.CV/M 1 v i. . •...,...... --- .. - �T : ............. ..'. ..0/4 CWPA'TEC 91.8GteN'F. hi ... 411.4.11.5, 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 refeFented solicitation. F (__",:_„1/4___g______\.., Patrick H. Carr, President&CEO 05/16/2023 (Signature) Date Poole&Kent Company of Florida (Name of Firm) CAO Collier County Solicitation 23-8116 Director,Procurement Services Division FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA North County Water Reclamation Facility(NCWRF)Pretreatment Facility BID NO.23-8116 Full Name of Bidder Poole& Kent Company of Florida Main.Business Address 1781 N.W. North River Drive, Miami, FL 33125 Place of Business 1781 N.W. North River Drive,Miami, FL 33125 Telephone No. 305-325-1930 Fax No.305-324-0522 _. State Contractor's License# CGC061808 State of Florida Certificate of Authority Document Number F04000003751 Federal Tax Identification Number 75 3163466 DUNS# NIA CCR# NIA Cage Code NIA To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA (hereinafter called the Owner) The undersigned,as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and Bonds,and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth,furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division staff. Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and insurance Certificates as required by the Contract Documents.The bid security attached is to become the property of the Owner in the event the Agreement,Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth,as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence,Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement,Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the 5/4/2023 6:5 hstrrction Solicitation Doc rev 04152022 p.6 CAO Collier County Solicitation 23-8116 event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder 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 Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing,subsequently notifies the Contractor of a modified(later)commencement date.The undersigned further agrees to substantially complete all work covered by this Bid within eight hundred and sixty- four(864)consecutive calendar days,computed by excluding the commencement date and including the last day of such period,and to be fully completed to the point of final acceptance by the Owner within sixty (60) consecutive calendar days after Substantial Completion,computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signature:e Patrick H.Carr Title: President&CEO Date: May 16,2023 • 5/4/2023 6:05aVIstruction Solicitation Doc rev 04152022 P 7 CAO CERTIFICATE OF ASSISTANT SECRETARY OF POOLE& KENT COMPANY OF FLORIDA The undersigned, David A. Strickland,certifies that he is the duly elected, qualified,and acting Assistant Secretary of Poole&Kent Company of Florida,a corporation duly organized and existing under the laws of Delaware with a business address of 1781 N.W. North River Drive, Miami,FL 33125 and that as Assistant Secretary,he is the keeper of the corporate records and seal of said Corporation. The undersigned further certifies: 1. Attached hereto as Exhibit A is a true,correct,and complete copy of resolutions adopted upon written consent of the sole director of this Corporation dated as of May 16,2023;and said resolutions do not contravene any provisions of the certificate of incorporation or by- laws of said Corporation,and have not been rescinded or modified in any respect but still remain in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand this 16`'' day of May, 2023. avid A. S ru, land, Assistant Secretary Poole & Kent Company of Florida, a Delaware Corporation 1781 N.W. North River Drive, Miami,FL 33125 Page 1 of 2 CAO CERTIFICATE OF ASSISTANT SECRETARY POOLE&KENT COMPANY OF FLORIDA EXHIBIT A RESOLVED,that Patrick H. Carr the duly elected President and Chief Executive Officer, Brian.D. MacClugage the duly elected Executive Vice President and Assistant Secretary, and David A. Strickland,the duly elected Senior Vice President and Assistant Secretary of the Company,be and each hereby are, authorized, empowered,and directed to execute and submit a bid and all related bonds, agreements,and contract documents related to the Collier County North County Water Reclamation Facility(NCWRF) Pretreatment Facility, Solicitation No. 23-8116,and such other instruments in writing as may be necessary on behalf of the said Corporation, and that the Contract, Bond, and other such instruments signed by him shall be binding upon the said Corporation as its own acts and deeds. Page 2 of2 CAO Collier County Solicitation 23-8116 FORM 2-CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT North County Water Reclamation Facility(NCWRF)Pretreatment Facility Bid No.23-8116 Name Personnel Category Please see attached. Construction Superintendent Project Manager Construction Solicitation Doc rev 04152022 5/4/2023 6:05 AM P.8 Poole&Kent Company of Florida Rid No.23-81.16 Experience&Qualifications FORM 2—CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT North County Water Reclamation Facility(NCWRF)Pretreatment Facility Bid No.23-8116 The proposed/potential personnel assigned to this project are as follows: Name Personnel Category Bradley Rucker Construction Superintendent Dave Springhetti Construction Superintendent Tom Kemink Construction Superintendent David Blanchard Project Manager Resumes are attached for proposed/potential personnel. May 16, 2023 4, Poole&Kent Con9it.]CICr� An t RUM;AsAi atA, AO Poole & Kent Contractors Bradley Rucker An EMCOR Company Superintendent Mr. Rucker joined our firm in 2017 and has over 30 years of experience in the construction industry and has an excellent understanding of the construction process. His expertise includes new construction, additions, remodeling, finish work, concrete construction, demolition, civil work, plans and shop drawing/submittal review. He has extensive coordination abilities and experience with numerous subcontractor disciplines. He is dedicated to jobsite safety and well versed and certified in company and OSHA safety policies. In September 2018, Bradley was awarded AECOM's Safety Star Award for his performance at Central District WWTP. Position Design-Build Services for the Construction of South District WWTP and Central District WWTP Sludge Superintendent Thickening and Dewatering Buildings,DB18-WASD-02 I Miami This$195 million project includes the design,construction, and commissioning of new thickening and dewatering facilities at two operational wastewater treatment plants including all civil/site, process Education mechanical,architectural,strucutural,electrical,instrumentatoin, plumbing, HVAC,fire protection,odor Ohio State University control requirements, and all other components to facilitate the operation of the new facilities as Business Management- required. Bradley is responsible for supervising the field construction activities at Central District Associates WyV fp Experience CD 2.19(2)Co-Gen Facility and 2.01(6)Electrical Improvements,S-891 I Miami 31 Years This $36 million project consisted of installing a new Biological H2S Biogas Treatment System including five bioreactor vessels and equipment containers,a new Co-Gen Switchgear Building that will Joined Firm replace the existing electrical rooms in the Co-Gen Building and substations No. 17 and 18, a new 2017 Biogas Treatment electrical Building, installation of biogas piping from the Plant 1 digesters to the Biological H2S Treatment System and from the Biological H2S Treatment System to the co-generation Training and Certifications engines in the Co-Gen Building,and replacement of eight rotary sliding vane compressor systems. • OSHA 30-Hour • First Aid,CPR,AED CD 2.03 and 2.04 Plant 1 and Plant 2 Headworks Upgrades, 2.18(1) Odor Control Systems and • Accident investigations 2.25(2)Ventilation Improvements,S-880 I Miami • OSHA Inspections This$15 million project included the construction of two new electrical buildings, performing structural • Competent Person - modifications within the bypass channel and grit chamber at headworks for both plants, installation of Confined Space owner furnished equipment to include eight (8) perforated plate screens, four (4) sluice conveyance • Competent Person - Fall systems, four (4) washer compactors, two (2) RTUs, installation of six (6) blowers, sixteen (16) stop Protection gates, six (6) slide gates, four (4) rectangular butterfly valves, two (2) booster pumping system for ■ Fall Protection& screens,watermain extensions at both plants with back flow,flowmeter and bypass assembly to supply Excavation water to screens.Odor control equipment,tanks, ductwork, rollup door replacement, refurbishment of chemical unloading stations within existing air scrubber building area at headworks for plants, Relevant Responsibilities performing piping modifications and providing knife gate valves with motor operators at Plant 2 • Subcontractor Oxygenation Tank area for each of the four trains, performing RAS line replacement and installing new Coordination RAS piping, plug valves with motor operators,flowmeters at Plant 2, installing gas detectors at existing * Project Scheduling/ air scrubber buildings and headworks buildings, and making ventilation improvements at the existing Phasing air scrubber buildings. • Field Management * Manpower Loading& East Central Regional WRF Biosolids Improvements I West Palm Beach Forecast This$97 million project included converting Sludge Decant No.1 to an Aerated Waste Activated Sludge • Jobsite Safety (WAS)Storage Tank, including rehabilitation of the tank structure, installation of a new coarse-bubble • OSHA Safety Policies diffused aeration system, and construction of a new blower building; Converting Sludge Decant Tank • Shop Drawing/Submittal No. 2 to a Centrate Equalization Tank, including rehabilitation of the tank structure, installation of Review mixing equipment and construction of a new equalized centrate return pump station; Upgrades to the existing Gravity Belt Thickening Facility, including installation of new gravity belt thickener feed pumps, Relevant Expertise refurbishment of three gravity belt thickening systems, installation of a new gravity belt thickener, and • Consent Decree Program installation of a new liquid polymer storage/feed system; A new Thickened Waste Activated Sludge • Wastewater Treatment Storage Tank,consisting of two cells, each equipped with a vertical mixer;A new Temperature-Phased Facilities Anaerobic Digestion Facility, including six(6)digesters,sludge pumping and heating equipment rooms, * Headworks a boiler room,a digester gas compressor room,and waste gas burners;A new Digested Sludge Holding * Cogeneration Tank, consisting of three cells, each equipped with a vertical mixer; A new Centrifuge Dewatering * Electrical Improvements Facility;a three-story building containing four high solids centrifuges,four sludge cake storage hoppers, * Odor Control Systems sludge cake conveying equipment, a two-lane truck loading station and a liquid polymer storage/feed • Ventilation system;Two(2)new Septage Receiving Stations and a new FOG (fats/oils/greases) Receiving Station; • Biosolids A new Ferric Chloride Storage and Pumping Facility;New biosolids odor control facilities;Converting the • Maintaining Plant existing aerobic digester to Aeration Basin No. 1, including structural demolition, new baffle walls and Operations walkways,a new fine-bubble diffused aeration system,anaerobic zone vertical mixers,and influent and effluent structures;Sitework, including but not limited to, new gravity drain piping network, new storm water collection network, new process yard piping,grading, paving and striping; Expansion of electrical power distribution system; Expansion and upgrades to existing SCADA system; Demolition of existing infrastructure to facilitate new construction. Page 1 of 1 CAO Poole & Kent Contractors David Springhetti An EMCOR Company Superintendent Mr. Springhetti has supervised construction projects since 1978 and has an excellent understanding of the construction process and the plans and specifications associated with water and wastewater treatment plants. He joined our firm in 2006 and has been on some of our largest construction projects. His expertise includes new construction, additions, remodeling, finish work, concrete construction, demolition, rebar and miscellaneous metals, civil work, plans and shop drawing/submittal review. He has extensive coordination abilities and experience with numerous subcontractor disciplines. He is dedicated to jobsite safety and well versed and certified in company and OSHA safety policies. Position Little Road WTP Pumping Station Upgrades I New Port Richey Superintendent This$14.5 million project consists of construction of a new 20 MGD pump station located within the existing property of the Little Road WTP. Work includes, but Is not limited to construction of a new Experience pump station facility/structure with(5)five MGD pumps,a new chemical storage and feed facility, new 36 Years chemical injection points, electrical improvements, instrumentation and controls improvements,yard piping improvements, expansion/modification of existing storm drainage system inclusive of existing Joined Firm pond, civil site work,truck access improvements, and the demolition of several existing and unused facilities. 2006 Southwest WRF New Headworks and Chlorine Contact Chamber Rehabilitation and Recharge Well Training and Certifications Pump Station I Bradenton * OSHA 30-Hour This $19 million project consists of two sub-projects 1) construction of a new Headworks and 2) • First Aid, CPR,AED rehabilitation of Chlorine Contact Chambers and construction of a new Recharge Well Pump Station. * Confined Spaces The new Headworks consists of demolition of existing Headwork Facility, asphalt and concrete * Blood borne Pathogens pavement, and Longboat Key (LBK) metering station and sample station; new elevated headworks structure including new lift station, yard piping, drainage, asphalt parking and other civil Relevant Responsibilities improvements; new LBK forcemain metering and sample station and ancillary components; new ' Subcontractor mechanical screens,grit removal system, booster pump skid, infrastructure for County-procured odor Coordination control system and related mechanical, instrumentation and control, and electrical systems including • NFPA-802 compliant electrical and ventilation system and remote MCC distribution; demolition of Project Scheduling/ existing headworks, removal or abandon and grout fill existing yard piping; painting of Headworks Phasing interior and exterior concrete surfaces, piping and equipment;and painting of Splitter Box#1 exterior ■ Field Management concrete surfaces. The Recharge Well Pump Station and Chlorine Contact Chamber (CCC) ■ Manpower Loading& rehabilitation consists of construction of a new Recharge Well Pump Station on top of the existing Forecast CCC structure; Piping and valving needed to isolate lake water return from new Recharge Well Pump • Jobsite Safety Station wet well in addition to piping to connect Recharge Well Pump Station to Recharge Well • OSHA Safety Policies injection line; improvements at the CCC including new FRP covers, coating system, mixers, misc. • Shop Drawing/Submittal handrail, compliance and sampling instrumentation modifications, removal and replacement of slide Review gates, and provisions for temporary basin dewatering pumping; improvements at the Anoxic Basins, including a channel extension and new coarse screen for the Headworks bypass piping, bypass piping modifications, removal and replacement of slide gates, and aluminum covers over channel and Relevant Expertise miscellaneous openings; demolition of existing DAF Polymer Building, CCC Blower Building, and • Water/Wastewater primary sludge pumps and piping. vi. Liquid ammonium sulfide metering pump skid, slab on grade, Treatment Facilities and piping to CCC; new 5kV loop,switchgear modifications and associated demolition;NETA testing of • Pump Stations electrical systems including wiring;and painting of pipe and mechanical equipment. • Design-Build Projects • Fast-Track SEWRF RAS/WAS Upgrade and Plant Drain Pump Station I Bradenton • Chemical Systems This $5 million project consists of two sub-projects 1) RAS/WAS Pump Station improvements and 2) * Reverse Osmosis Plant Drain Pump Station. RAS/WAS Pump Station Improvements Project consists of demolition of the ■ D existing three(3)Return Activated Sludge(RAS)pumps,existing four(4)Waste Activated Sludge(WAS) * Dewatering ewaterinFilter Systems pumps, existing four(4) pneumatic scum ejectors and all associated above-grade piping,valves, and appurtenances; demolition of the existing compressor and above grade air pipe and appurtenances • Clarifiers that service the existing scum ejectors; installation of three (3) new RAS pumps, four (4) new WAS • Odor Control pumps,four(4)new scum pumps,and all associated above-grade piping,valves,and appurtenances; ■ Concrete Structures demolition of the five (5) existing manual gate actuators at the secondary clarifier sludge splitter box • Wet Tap Installations and installation of new electric actuators for each gate,including a local control station;new electrical, • Mechanical installations instrumentation and controls to replace the existing. Plant Drain Pump Station Project consists of demolition of the existing South Plant Drain Pump Station (PDPS) pumps and associated piping, valves,and appurtenances;installation of new South PDPS pumps, piping,valves and appurtenances; installation of a triplex West PDPS pumps, piping and appurtenances; installation of a new packaged, duplex East PDPS pumps, piping and appurtenances; yard piping and tie-ins; modifications to the existing North PDPS control panel; new electrical, instrumentation and controls (I&C) to replace the existing and power/control the new equipment; and new LED lighting at the existing North PDPS and South PDPS. „> ,,,. .,... .tea +•..� ,.;i,� ,,, ,, ,,..,,, ,, ,. .,...r .z��,t. Page 1 of 3 CAO SWWRF&SEWRF Belt Filter Press Rehabilitation I Bradenton This$4.6 million project includes the demolition of sludge feed pumps,polymer feed pumps,belt filter presses/associated equipment,screw conveyor,demolition and replacement of the HVAC System,doors and windows, installation of new belt filter presses, polymer feed systems and pumps,screw conveyors,sludge feed pumps and modifications to the electrical and control systems. WWTF Replacement I Bowling Green This $5.1 million project included major improvements to a 0.320 MGD wastewater treatment facility with secondary treatment, and basic disifinection, including replacement of the existing activated sludge plant with an Oxidation Ditch plant, construction of two new clarifiers, additional chlorine contact basin, new motor control center, and various pumping, piping and electrical modifications for a complete and operable system. Southwest WRF Capacity Upgrades-Effluent Feed Pipe IW-1 to IW-5 I St.Petersburg This fast-track project increased treatment capacity for peak flows associated with the wet weather events. Poole& Kent's portion of work included installation of pipe from Injection Well No.1 to Injection Well No.5. Southwest WRF Capacity Upgrades-CCT&Chemical Feed I St.Petersburg This fast-track project increased treatment capacity for peak flows associated with the wet weather events. Poole& Kent's portion of work included the installation of slide gates,pumps,and chemical induction mixer system at the existing facility. Southwest WRF Capacity Upgrades-CCC Influent Modifications I St.Petersburg This fast-track project increased treatment capacity for peak flows associated with the wet weather events. Poole& Kent's portion of work included influent modifications, including temporary relocation of existing equipment, temporary dewatering, place concrete wall, slab and stair landing for the structure, install miscellaneous metals, coatings, installation of two slide gates, remove and replace 16" ductile iron pipe,and related. Southwest WRF Capacity Upgrades-Clarifier Upgrades&Disk Filters I St.Petersburg This fast-track project increased treatment capacity for peak flows associated with the wet weather events. Poole& Kent's portion of work included modifications to the three existing secondary clarifiers,additional piping,and installation of new filters. WWRF Disinfection and Effluent Pumping Improvements I Largo This $13.6 million project includes modifications and conversion of the existing chlorine gas disinfection system to a combination liquid chlorine and peracetic acid disinfection system; Modifications and upgrades to the effluent pumping system; Construction of new chemical storage/chemical feed facilities;construction of a new electrical building; Installation of a new standby generator;and associated yard piping modifications. Howard F.Curren AWTP Denitrification Fitter Media Replacement,Phase III I Tampa This$3.3 million project comprised furnishing all labor, materials,and equipment to remove and replace twelve(12)dual cell Denitrification Filter underdrain blocks,filter media and support gravel including the fabrication of two(2)stainless steel stop logs,installation and removal of the stop logs, removal and replacement of twelve(12)20-inch knife gate valves on the filter effluent pipe, cleaning, removal and proper disposal of debris with all associated work required for a complete project in accordance with the Contract Documents. Northeast WRF Clarifiers 5-8 Rehabilitation I Clearwater This$1.6 million project included the rehabilitation of four existing circular clarifiers at the existing Northeast WRF,including miscellaneous improvements to clarifiers 1-4 and to the South and North RAS pump houses. East Water Reclamation Facility Effluent Fitters Rehabittation I Clearwater This $1.2 million project consisted of rehabilitating the existing effluent filters and replacement of a portion of the compressed air system and chemical cleaning systems; furnishing and installing a new main filter panel, fiber optic cable and plant SCADA work; and the replacement of the air operated filter valves. Chlorine Piping&Chemical Building Improvements-D.L.Tippin WTF I Tampa The project comprised of replacing the carbon steel gas and liquid chlorine piping, valves, and appurtenances; removing and replacing one roll-up door, in-kind; removing and replacing one roll-up door with a new masonry wall and foundation; pressure washing and painting the interior of the Rail Car Room; replacing lighting fixtures in the Rail Car Room and Chlorine Room and all associated work required for a complete project. WTP No.2:Reverse Osmosis Plant Site Expansion I Clearwater This$20.7 million project included the construction of a 6.5-MGD brackish reverse osmosis water treatment plant expansion to include raw water supply and a deep injection well for concentrate disposal at the City's existing Water Treatment Plant No.2. The project included the following components: civil site improvements, select demolition; new reverse osmosis treatment system; ozone treatment system; iron treatment system;transfer pump system;five chemical feed systems;one new finished water ground storage tank and existing storage tank modifications; one new concentrate ground storage tank; new high service pumps, motors, and VFDs; electrical, plumbing, and HVAC systems; control and alarm system modifications; bulk storage shelter enclosure; and miscellaneous buildings for offices, control room, laboratory,restrooms,meeting areas,and related. Florida International University Satellite Chiller Plant] Miami P&K was contracted by FIU to manage the construction of the new Satellite Chiller Plant as Construction Manager. The project consisted of the construction of a new 14,000 square foot CEP building and includes the installation of (2) 1,500-Ton cooling towers with (6) pumps Springhetti continued Page 2 of 3 ., Poole&Kent Contractors An EMCOR Company CAO A O including(2)30 HP primary chilled water pumps,(2)100 HP condenser water pumps,and(2)250 HP chilled water pumps. Furthermore,the contract requires the installation of 500' of 24" and 18" underground chilled water pipe to the existing chilled water loop. The project required extensive coordination and detailed planning as it's located on a busy college campus. Improvements to the Existing Cogeneration Facility at the South District WWTP I Miami Poole & Kent was awarded this highly complex design-build project in October 2011 with a contract value of $20 million. The project consisted of the upgrade to the existing Cogeneration System at the South District WWTP including design, permitting, supply, fabrication/installation of four new 2,000 kW cogeneration units, programming of the equipment controls, system check out, start-up, reliability demonstration,performance testing,and warranty of all new cogeneration units and ancillary systems. South Miami Heights WTP RHSPS I Miami This $16.2 million project consisted of construction of (1) five-million-gallon reinforced concrete reservoir tank with influent and effluent flumes and a high service pump building with (4) variable speed 500 HP distribution pumps. Other elements included mass excavation through rock, (855) auger cast foundation piles, extensive dewatering, large diameter process yard piping and ancillary compressed air, vacuum priming,and pressure sustaining systems. SDWWTP HLD Upgrade to 285-MGD Filter System I Miami This $134 million project was the focal point of Miami-Dade Water & Sewer Department's $628 million High-Level Disinfection (HLD) program at South District WWTP. This project is one of the largest deep bed sand filter systems in the United States, consisting of 30 cells measuring 15.25 feet by 88 feet with six feet of sand filter media and with space for future expansion up to 48 cells. In addition, the Contract included the construction of (2) Filter System Control and Pump Station Buildings, Flocculation Tanks, Backwash Tanks and a Polymer Building. Norwood-Oeffler Water Treatment Plant Expansion I Miami Gardens This$38.3 million project consisted of constructing a new 15-mgd combined nanofiltration and reverse osmosis water treatment plant at an existing lime softening plant. The contract also included the complete upgrade and integration of the existing lime softening plant control system into the new nanofiltration and reverse osmosis water treatment plant to produce blended finish water for distribution. Wastewater Repump Stations A,B&E Rehab I Ft.Lauderdale This $11.7 million project entailed the rehabilitation of (3) repump stations for the City of Fort Lauderdale. All electrical and mechanical equipment were replaced and upgraded including generators. All wastewater ductile iron lines associated with each respective pump station were replaced. A bypass system was installed to help manage the system's flow. Each station required a system shutdown where Poole& Kent worked diligently to install the ductile iron pipe required during the allotted time frame. Major equipment for this project included: (4) 450 HP horizontal non-clog pumps, (1) 2000 kw diesel-electric generator, (1) 900 kw diesel-electric generator, (1) 8,000 gallon above- ground fuel storage tank,(4)250 horizontal non-clog pumps,(3)60 HP horizontal non-clog pumps,(4)4160 V VFDs,and(7)480 V VFDs. G.T.Lohmeyer WWTP Pumping System Improvements I Ft.Lauderdale This $12.5 million project entailed the following: replacement and upgrade to al field instrumentation, the replacement of the 75 kva generator with a new 1000 kva generator and motor control center, and upgrade the fuel storage tank to current Building Code standards. At Pump Station No. 1,P&K replaced(3)10"sewage pumps with(3)10"horizontal sewage pumps. At Pump Station No.2,P&K replaced(3) sewage pumps with(3)8"vertical pumps. At Pump Station No.3, P&K replaced all(3) 6"sewage pumps with (3)6"vertical pumps.At the Dewatering Building,P&K replaced all (8)sludge pumps with new 6"sludge pumps. At the Effluent Pump Station, P&K replaced all(3) non- potable water pumps. Fiveash Water Treatment Plant Upgrades-Phase 1 I Ft.Lauderdale This $12.5 million project upgraded the entire water treatment plant's instrumentation and control system from the existing pneumatic control system to the state-of-the-art PLC and fiber optic control system. Poole & Kent also replaced the main plant's core control system, installed(4)new lime slakers with new controls and instrumentation,(2)200 HP high service pumps,new polymer distribution system with(4) new polymer feed pumps,a new lime sludge thickening tank with (3)submersible pumps, a new aqueous ammonia storage tank and pump building with (2) 10,000 gallon steel storage tanks and (4) metering pumps, and miscellaneous valves and control upgrades throughout the plant. Fiveash Water Treatment Plant Fitter Rehabilitation I Ft.Lauderdale This $2.4 million project entailed the rehabilitation of (6) of the existing (22) filters at the Fiveash Water Treatment Plant under the WaterWorks 2011 program. During the completion of the contract work,the City of Fort Lauderdale increased our scope of work from(6)to (10)filters. Each of the ten filter rehabilitations included removal of the existing filter internals, including the underdrain system, media and surface wash piping. The inside concrete surfaces of all rehabilitated filters were refinished and prepared for the new underdrain and media installation. A new 316 stainless steel surface wash system was installed in each filter, and each pair of rehabilitated filters was tested,disinfected,and placed back into operational service within six weeks of being taken out of service. Palm Beach County WTP No.9 ) Boca Raton This$29.7 million project consisted of the replacement of the County's existing lime softening treatment plant with a new 25 million gallon per day(mgd)capacity NF process. The project also included demolition of the existing gas chlorine storage and feed system and installation of a new chlorine generation and feed system,to reduce the risk to the water treatment plant operators and surrounding community posed by the storage and handling of large quantities of chlorine gas. Poole& Kent received the Director's Award from Palm Beach County for this project. Springhetti continued Page 3 of 3 Poole&Kent Contractors An EtdCOR Company CAo Poole & Kent Contractors Thomas Kemink An EMCOR Company Superintendent Thomas Kemink is a Project Superintendent with Poole & Kent Company of Florida and has 37 years of experience in the construction field,focusing on water and wastewater treatment over the last 20 years. His expertise includes new construction, additions, remodeling, underground pipe, finish work, concrete construction, demolition, rebar and miscellaneous metals, civil work, plans and shop drawing/submittal review. He has extensive coordination abilities and experience with numerous subcontractor disciplines. He is dedicated to job site safety and well versed and certified in company and OSHA safety policies. Position Marshall Street WRF Process Control Gate Repairs I Clearwater Superintendent This $3.2 million project includes the removal and replacement of the existing slide gates within the aeration basins 4-13. Removal of all accumulated grit in the aeration basins, replace damaged or missing elements of the diffused air system and make structural repairs with all ssociated work Experience required for a complete project. 37 Years NE WRF Improvements I Clearwater Joined Firm This $19.3 million project includes modifications to existing grit and primary treatment and sludge 2015 blend and storage systems, and new flow equalization system. The project generally includes the following: removal of contents,concrete repairs and interior/exterior coating of existing sludge storage Training and Certificationsand blend tanks; demolition of existing aeration and mixing equipment; repair and refurbishment of odor control piping, stair treads, and tank walkway; rehabilitation of sludge storage and blend tanks, ■ OSHA 30-!-lour pump stations, and yard piping including installation of new mixers, new aluminum covers, new Truck ■ First Aid,CPR,AEID Off-Loading Pump Station, new Anaerobic Digester Feed Pump Station, new inline grinder, new ■ Bloadborne Pathogens Dewatering Feed Pump Station; thickened primary sludge and thickened WAS yard piping modifications; Northeast WRF pretreatment and primary treatment improvements including demolition Relevant Responsibilities and paving activities, yard piping, conversion of existing picket thickener facilities to stacked tray • Subcontractor removal systems, new continuous loop moving belt filtration systems, new equalization basin, Coordination instrumentation and controls, electrical systems, rehabilitation of in-plant submersible lift station; rehabilitation of existing primary clarifier effluent box channels; and all other necessary systems for a al Project ctreduitng/ complete project. Phasing * Field Management Howard F.Curren AWTP Filter Building No.2 Flow Meter Replacement I Tampa • Manpower Loading& This $800,000 project includes the removal and replacement of six (6) sluice gate actuators,two (2) Forecast 72"magnetic flow meters; pipes,valves,fittings;fabrication and installation of three(3)stainless steel • Jobsite Safety stop logs;and electrical/instrumentation work with all associated work required for a complete project. ■' OSHA Safety Policies Howard F.Curren AWTP Methanol Storage Tank Replacement I Tampa ■' Shop Drawing/Submittal This $1.6 million project includes the removal of one (1) 100,000 gallon methanol storage tank and Review installation of two (2) 50,000 gallon methanol storage tanks; modifications to the existing ethanol • storage containment area to accommodate the new tanks; demolition and disposal of the existing Relevant Expertise tanks adjacent fiberglass brewery waste storage tank; and nine (9) fiberglass liquid alum storage ■ Water/Wastewater tanks. Treatment Facilities a Facility Expansions Howard F.Curren AWTP Screen&Grit Washers I Tampa ■ EgtrahZation 5ystemS This$4.6 million project includes the removal and replacement of existing grit washers at the Screen and Grit Building No. 1 and Building No. 2, all associated piping and appurtenances including • Headworks installation of discharge chute and hopper cover, pipe supports,flow meters, all associated electrical • Bar Screens conduits,junction boxes,wiring,panels,stations,and MCC modifications. ■' Injection Well Pipelines and Wellheads University Pumping Station Automatic Bar Screen I Tampa • Clarifiers This $1.5 million project includes the removal of one(1) manually raked bar screen and replace with ■ Return Sludge one (1) automatic bar screen, washer/compactor, slide date with electric actuator and associated a Pump Stations electrical and instrumentation work, miscellaneous concrete and restoration work, removal of existing PVC liner and application of a protective coating, installation of handrails, bypass pumping, pavement • Chemical Systems restoration and traffic control. • Filtration ■ Chlorine Contact Tanks St.Pete SWWRF Capacity Upgrades-IW-5 Well Header I St.Petersburg •' Aeration and Anoxic This$367,000 project consisted of installation of approximmately 1,000 LF IW-5 wellhead piping from Basins 24"90 bend underground to the 24"isolation valve. • Effluent Pumping St.Pete SWWRF Capacity Upgrades-Effluent Feed Pipe IW-1.to IW-5 I St.Petersburg This $544,000 project consisted of installation of approximately 2,000 LF pipeline from IW-1 to IW-5, including all required pressure testing and flushing of installed piping. Page 1 of 2 CAO South County Advanced WWTP Clarifiers 1 and 2 Rehabilitation I Tampa This $1.3 million project included the rehabiliation of two 90' clarifiers at an existing advanced wastewater treatment plant. Project improvements included:the disassembly,removal and disposal of all existing clarifier components,center columns, drives,weir plates,scum baffles, scum baffle supports, scum beach plates and supports, walkway bridges and handrails, flush water piping; installation of new clarifier components including center columns, RAS line clarifier conversion adaptor,drives, bridges and walkways,rotating mechanisms,full radius scum troughs with supports, weir plates, scum baffles, flushing water system and walk-on launder covers with dual handrails and access ladders; modification of the drain sump as required to isolate sump from RAS manifold; temporary removal and re-installation of disconnect switches and control panels for the clarifier drives, lighting poles and lightning protection devices; removal and replacement of electrical conduit and wiring; two (2) new sludge blanket monitors complete with control panel, mounting assemblies, appurtenances, conduit and wiring; instrumentation, controls, electrical conduit, wires, modifications to abandoned influent and RAS wells; removal of abandoned conduits, lighting poles, pump controllers, piping and valves; concrete sump, sump pump, piping and all necessary appurtenances fora complete installation; and related. Howard F.Curren AWTP HPO Gearbox&Mixer Upgrades&Piping)Tampa This$1.4 million project required the removal and replacement of (3)mixer motors,(3)gearboxes,42" diameter return sludge pipe,(2)30" knife gate valves, (1) 24"knife gate valve, (3)30"butterfly valves, (3)24"flow meters and (1)actuator, reconnect existing(2)actuators to new butterfly valves,remove,store,and reinstall existing mixer to facilitate construction. Central County WRF Phase 3 and Phase 4 Expansion I Sarasota This $12.3 million project consisted of expanding an existing water reclamation facilty from 4.8 MGD to 8.0 MGD. Project components include the construction of Anoxic Basin No.2;Aeration Basin No. 3, incluidng recycle and mixed liquor pumps;Scum Pump No. 1 and wet well; Sand Filter Nos. 4 and 5; Chlorine Contact Tank No. 1 modifications; Chlorine Contact Tank No. 4; sludge holding tank modifications including blowers and piping; secondary Clarifiers Nos. 3 and 4; RAS/WAS wet well and RAS/WAS pump station modifications; elevated walkways and modifications;yard piping and yard structures;site work;general electrical and instrumentation work. WWRF Disinfection and Effluent Pumping Improvements I Largo This $13.6 million project included modifications and conversion of the existing chlorine gas disinfection system to a combination liquid chlorine and peracetic acid disinfection system; Modifications and upgrades to the effluent pumping system; Construction of new chemical storage/chemical feed facilities;construction of a new electrical building; Installation of a new standby generator;and associated yard piping modifications. Northeast WRF Clarifiers 5-8 Rehabilitation I Clearwater This$1.6 million project included the rehabilitation of four existing circular clarifiers at the existing Northeast WRF, including miscellaneous improvements to clarifiers 1-4 and to the South and North RAS pump houses. East Water Reclamation Facility Effluent Fitters Rehabilitation l Clearwater This$1.2 million project consists of rehabilitating the existing effluent filters and replacement of a portion of the compressed air system and chemical cleaning systems;furnishing and installing a new main filter panel,fiber optic cable and plant SCADA work; and may include the replacement of the air operated filter valves. Kemink continued Page 2 of 2 4 Poole&Kant a:; o,.., CAC Poole & Kent Contractors David Blanchard An 'MCOfl Company Project Manager Mr. Blanchard joined our firm in 2015 and has over 38 years of experience in the construction industry. He began his career in 1989 in the industrial construction industry in the northeast United States. The past 10 years of David's career has been primarily in Florida, constructing water and wastewater treatment facilities including biogas facilities, reverse osmosis, ozone treatment systems, and aeration treatment. He has extensive civil, mechanical, electrical, and controls construction knowledge. His responsibilities have included quality control, environmental regulation compliance, construction means and methods, contract negotiations, and project scheduling. Position Design-Build Services for the Construction of South District WWTP and Central District WWTP Sludge Thickening and Dewatering Buildings,DB18-WASD-02 Miami Senior Project Manager This$195 million project includes the design,construction, and commissioning of new thickening and dewatering facilities at two operational wastewater treatment plants including all civil/site, process Education mechanical,architectural,strucutural,electrical, instrumentatoin,plumbing,HVAC,fire protection,odor University of Maine, control requirements, and all other components to facilitate the operation of the new facilities as B.S.Civil Engineering required. David is responsible for managing the construction activities at Central District WWTP. Experience CD 2.19(2)Co-Gen Facility and 2.01(6)Electrical Improvements,S-891 I Miami 38 Years This$36 million project consists of installing a new Biological H2S Biogas Treatment System including five bioreactor vessels and equipment containers, a new Co-Gen Switchgear Building that will replace Joined Firm the existing electrical rooms in the Co-Gen Building and substations No. 17 and 18, a new Biogas 2015 Treatment electrical Building, installation of biogas piping from the Plant 1 digesters to the Biological H2S Treatment System and from the Biological H2S Treatment System to the co-generation engines in Training and Certifications the Co-Gen Building,and replacement of eight rotary sliding vane compressor systems. ■ OSHA 30-Hour Construction Safety& CD 2.03 and 2.04 Plant 1 and Plant 2 Headworks Upgrades, 2.18(1) Odor Control Systems and Health 2.25(2)Ventilation Improvements,S-880 I Miami • First Aid. CPR,AED This$15 million project included the construction of two new electrical buildings, performing structural modifications within the bypass channel and grit chamber at headworks for both plants, installation of Relevant Responsibilities owner furnished equipment to include eight (8) perforated plate screens,four (4) sluice conveyance * Project Phasing systems, four (4) washer compactors, two (2) RTUs, installation of six (6) blowers, sixteen (16) stop • Schedule - Updates and gates, six (6) slide gates, four (4) rectangular butterfly valves, two (2) booster pumping system for Maintenance screens,watermain extensions at both plants with back flow,flowmeter and bypass assembly to supply • Start-Up and water to screens.Odor control equipment,tanks, ductwork, rollup door replacement, refurbishment of Commissioning chemical unloading stations within existing air scrubber building area at headworks for plants, • Material Procurement performing piping modifications and providing knife gate valves with motor operators at Plant 2 • Shop Drawings/Submittal Oxygenation Tank area for each of the four trains, performing RAS line replacement and installing new Processing RAS piping, plug valves with motor operators,flowmeters at Plant 2, installing gas detectors at existing ■ Monthly Pay Requisitions air scrubber buildings and headworks buildings, and making ventilation improvements at the existing ■ Cost Control air scrubber buildings. ■ Subcontractor Coordination Central County WRF Phase 3 and Phase 4 Expansion I Sarasota Relevant Expertise This$12.3 million project consisted of expanding an existing water reclamation facility from 4.8 MGD ■ Headworks to 8.0 MGD. Project components include the construction of Anoxic Basin No.2;Aeration Basin No.3, ■ Ion Exchange including recycle and mixed liquor pumps;Scum Pump No. 1 and wet well; Sand Filter Nos. 4 and 5; ■ Gravity Filters Chlorine Contact Tank No. 1 modifications; Chlorine Contact Tank No. 4; sludge holding tank ■ Sand Filters modifications including blowers and piping; secondary Clarifiers Nos. 3 and 4; RAS/WAS wet well and • Ozone Treatment RAS/WAS pump station modifications; elevated walkways and modifications; yard piping and yard ■ Advanced Anaerobic structures;site work;general electrical and instrumentation work. Digestion ■ CIP Concrete Structures Eastside WRF Aeration System and Headworks Expansion I Venice • Aeration Treatment This $9.8 million project included site work, demolition, relocation, construction, modification and • Reverse Osmosis installation of utilities, equipment and structures as required to increase the capacity of the ■ Electrical Distribution wastewater facility to 8.5 million gallons per day. The project specifically includes modification of ■ Pump Stations existing headworks structure, installation of new grit removal system, modification to the existing • UV Disinfection aeration basins, internal recycle mixed liquor pumps, aeration system, blower building and • SBR Treatment Plants modifications to the existing second anoxic basins. ■ Lift Stations • Belt Filter Presses ADDITIONAL PERSONAL PROJECT EXPERIENCE: ■ Denitrification Systems • Odor Control TP Smith Water Reclamation Facility Upgrade I Tallahassee ■ Chlorination While with a previous construction firm, Mr. Blanchard was the project manager for this project under ■ Maintenance of Traffic MWH. The value of the advanced anaerobic digester facility was $15 million, excluding the Owner- furnished biogas equipment. The facility included construction of two cast-in-place concrete digesters with 80' digester gas lids, gas safety equipment, flare, heat exchangers, process mechanical, and biogas piping. ✓.JlY�.'R n3$'.r.�%i:' ."t u....., "«,;....2:< %..9bi,W,rWk.�'„,, a..,n."tk.-�' .'kre a ., w.::: ., ,, Page 1 of 2 CAO Robert Dean WTP Reverse Osmosis Expansion I Key West This$24 million project included construction of a 1.5 MGD reverse osmosis treatment plant including process mechanical, piping, building, electrical,instrumentation,SCADA and 10,500 SF building. Ocean Reef Wastewater Treatment Plant Upgrade I Key Largo This$11 million project included the replacement of existing aeration treatment plant consisting of demolition, flow diversion, cast auger piles,cast in place treatment and supporting structures,process mechanical,piping,UV disinfection,electrical,and instrumentation. Reclaim Water Distribution Pump Station I St.Cloud This$8 million project included construction of a reclaim water distribution pump station and intake consisting of cast-in-place concrete structures,process mechanical,piping,electrical,and instrumentation. Wallace Road WTP Ozone Upgrade I Orlando This $7.5 million project consisted of the upgrade to the existing ozone treatment process at the existing WRF including demolition, replacement of four ozone generators,process piping,and electrical. Pump Station No.1 and Storage Tank Upgrades I Fort Walton Beach This $7 million project consisted of an upgrade to a 10 MGD pump station and construction of a new 4.0 MG ground storage tank. The project included process mechanical, piping,electrical,and instrumentation. Greenwood Lakes WRF Upgrades I Lake Mary This$6 million project included the construction of a 2.0 MG ground storage tank. Bunnell Ion Exchange and Gravity Fitter I Bunnell This $4.5 million ion exchange and gravity filter project included demolition, new superstructure with office/lab, process mechanical, electrical,and instrumentation. Power Distribution Systems Upgrade I Altamonte Springs This$2 million project included miscellaneous renovations to the electrical distribution building. Maidencreek WWTP Expansion I Maidencreek,PA Gordon Township WWTP Expansion I Gordon,PA Elizabethville WWTP SBR Treatment I Elizabethville,PA Sewage Pump Stations Upgrades I New Cumberland,PA White Run WWTP I Gettysburg,PA Hamden Township Sludge Dewatering I Hamden,PA Jackson Township WWTP I Jackson Township,PA Kreamer Avenue Sewage Lift Station I Sunbury,PA Blanchard continued Page 2 of 2 Poole&Kent Contractors CAO ditaronccr.w:p CAO Collier County Solicitation 23-8116 FORM 3-MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications,including compliance with Florida Statute 255.20 to provide lumber,timber and other forest products produced and manufactured in the State of Florida as long as the price,fitness and quality are equal. Exceptions(when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager,Bidder shall furnish the manufacturer named in the specification.Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bid specifications) On behalf of my fimi,I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Po Kent Company of Florida Signature: Date: 05/16/2023 Patrick H.Carr,President&C Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER I. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date • Construction Solicitation Doc rev 04152022 5/4/2023 6:05 AM P.9 CAO Collier County Solicitation 23-8116 FORM 4-LIST OF MAJOR SUBCONTRACTORS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are"qualified"(as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders)and meet all legal requirements applicable to and necessitated by the Contract Documents,including,but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer.Further,the Owner may direct the Successful Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner.(Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Electrical Price Electric,405 N.Troy Road, Robins,IA 52328 2. Mechanical Self-Perform _ 3. Plumbing Self-Perform 4. Site Work Self-Perform 5. Identify other subcontractors Earth Tech,LLC, 2620 Hunt Road,Land O'Lakes,FL 34638 that represent more than 10% Rocha Controls, 5025 W.Rio Vista Avenue,Tampa,FL 33634 of price or that affect the critical path of the schedule Company: PPo entCompany of Florida Signature: Date:0511612023 Patrick .Carr,President&CEO Construction Solicitation Doc rev 04152022 5/4/2023 6:05 AM p.10 CAO Colter County Solicitation 23-8116 FORM 5-STATEMENT OF EXPERIENCE OF BIDDER THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-.RESPONSIVE/NON- RESPONSIBLE. The Bidder is required provide five(5)project references,stated below,of what work of similar magnitude completed within the last five(5)years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1. Please see attached. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project start/completion dates) (contract value) (phone) (email) 2. Please see attached. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project start/completion dates) (contract value) (phone) (email) 3' Please see attached. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project start/completion dates) (contract value) (phone) (email) Construction Solicitation Doc rev 04152022 5/4/2023 6:05 AM p.11 CAO Collier County aolicnmwouz-81m FORM 0'STATEMENT OF EXPERIENCE OFBIDDER 4, Please see attached. (project name) (project­o_wncV -- (project location) ------- (Owner's address) ---- — (pr�e��� �d ) -- ---- ------ , uo (Q�mr'�xo/��c �*rann) (title) (project completion date) — (contract value) (phone) — (email) —...... - 5 Please see attached. _ (project name) ----'-- — (project owner) (project location) ------- ----- -- -- (Owmr'owdd,�o) (project description) (Own --- ---- m�xcvn�opcmom (title) (yni����on`p|oh----) (uvuoant va|wr) (phone) ----...... -- (email)------— Company: �� ------- 8�oam�� =aitcrick, ---------�D�o: O5/16/203@ ��p�� a�B Construction Solicitation Doc rev O4152022 owxaooao:uoxm o.12 FORM 5—STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required provide five(5)project references,stated below,of what work of similar magnitude completed within the last five(5)years is a judge of its experience,skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1. Project Name: ECRWRF Biosolids Improvement Project, Contract No. 13891 Project Location:West Palm Beach, FL Project Description: The project included converting Sludge Decant No. 1 to an Aerated Waste Activated Sludge (WAS) Storage Tank, including rehabilitation of the tank structure, installation of a new coarse-bubble diffused aeration system, and construction of a new blower building; Converting Sludge Decant Tank No. 2 to a Centrate Equalization Tank, including rehabilitation of the tank structure, installation of mixing equipment and construction of a new equalized centrate return pump station; Upgrades to the existing Gravity Belt Thickening Facility, including installation of new gravity belt thickener feed pumps, refurbishment of three gravity belt thickening systems, installation of a new gravity belt thickener, and installation of a new liquid polymer storage/feed system; A new Thickened Waste Activated Sludge Storage Tank, consisting of two cells, each equipped with a vertical mixer; A new Temperature-Phased Anaerobic Digestion Facility, including six (6) digesters, sludge pumping and heating equipment rooms, a boiler room, a digester gas compressor room, and waste gas burners; A new Digested Sludge Holding Tank, consisting of three cells, each equipped with a vertical mixer; A new Centrifuge Dewatering Facility; a three-story building containing four high solids centrifuges,four sludge cake storage hoppers, sludge cake conveying equipment, a two-lane truck loading station and a liquid polymer storage/feed system; Two (2) new Septage Receiving Stations and a new FOG (fats/oils/greases) Receiving Station; A new Ferric Chloride Storage and Pumping Facility; New biosolids odor control facilities; Converting the existing aerobic digester to Aeration Basin No, 1, including structural demolition, new baffle walls and walkways, a new fine-bubble diffused aeration system, anaerobic zone vertical mixers, and influent and effluent structures; Sitework, including but not limited to, new gravity drain piping network, new storm water collection network, new process yard piping, grading, paving and striping; Expansion of electrical power distribution system; Expansion and upgrades to existing SCADA system. Project Start/Completion Dates: August 10, 2015—March 31, 2020(Substantial), March 31, 2022(Final) Plant Capacity: 70-MGD/Contract Value:$97,040,423.88 Project Owner: ECRWRF Operations Board c/o The City of West Palm Beach Owner's Address:401 Clematis Street, 5th Floor, West Palm Beach, FL 33401 Owner's Contact Person/Title: Brian Shields, ECRWRF Board Chairman Phone: 561-586-1710 Email: bshieldslakeworthbeachfl.qov 2. Project Name: CD 1.5(2)) Effluent Pump Station Electrical Improvements for Pumps 1-6, Contract No. S-922 Project Location: Miami, FL Project Description: Electrical improvements at the Effluent Pump Station No. 1 for Pumps 1 through 6, located within the South District Wastewater Treatment Plant (SDWWTP). The SDWWTP Effluent Pump Station No. 1 consists of twelve (12) vertical turbine pumps which pump treated effluent from the plant to the injection wells onsite. The electrical improvements consist of replacing the motors for existing Effluent Pumps 1 through 6 with new 900 horsepower motors, and the construction of a new two-story electrical building which will house all new electrical switchgear, transformers, motor control centers, variable frequency drives, and other electrical&control equipment for pump station operation. Project Start/Completion Dates: October 3,2019—July 20,2022 Plant Capacity: 112.5-MGD Contract Value: $25,000,308.08 Project Owner: Miami-Dade Water and Sewer Department c/o Miami-Dade County Owner's Address: 8950 S.W.232 Street, Miami, FL 33190 Owner's Contact Person/Title:Jorge Orozco, Construction Manager Phone: 305-905-0430(cell) Email:jorge.orozco(a miamidade.gov Poole&Kent .- C:ontrric4nrs ppnn CAO Poole&Kent Company of Florida Bid No.23,8118 Experience&Qualifications 3. Project Name: North District WWTP Pretreatment/Sludge Transfer Rehab Headworks Upgrade, Contract S-871 Project Location: Miami, FL Project Description: Improvements included under the project include the following components: Replacement of nine (9) existing bar screens, 6 of which are located in the Pretreatment and Sludge Transfer Building and 3 of which are located in the Aerated Grit/Screening Building with nine(9)owner furnished 6mm automatic perforated plate screens and four(4) new compactors; Construction of a new elevated Electrical Room (Addition) adjacent to the existing Electrical Room in the Pretreatment and Sludge Transfer Building to house new 4160 KV Switchgear, a 480V Motor Control Center (MCC), a new Remote Transfer Unit, new battery bank, and a new instrumentation room. The electrical equipment to be located in this room will be owner furnished. Furnish and install six(6) Eutek Slurry Cups and three(3) Eutek Grit Snails to replace five (5) existing of hydrocyclone degritters and screw classifiers, all of which are located in the Pretreatment and Sludge Transfer Building; Furnish and install eight (8) new self-priming centrifugal primary sludge pumps to replace the existing primary sludge pumps to meet the new hydraulic conditions of the degritting system; Replacement of two scrubber towers with new 20,000 scfm towers; Modifications to the new Motor Control Center to provide electrical feeds to the new equipment located in the Pretreatment and Sludge Transfer Building and Aerated Grit/Screenings Building; Structural and architectural modifications to the Pretreatment and Sludge Transfer Building in order to comply with current National Fire Protection Association (NFPA) standards and to accommodate the housing of the new mechanical equipment; Construction of a new forced air ventilation system for the Pretreatment and Sludge Transfer Building and the Aerated/Grit Screening Building; Replacement of all electrical wiring inside the Pretreatment and Sludge Transfer Building; Replacement of all existing electrical motors with new Premium Efficiency Models; Rehabilitation of the existing Foul Air collection system at the Pretreatment and Sludge Transfer Building and at the Aerated Grit/Screenings Building; Replacement of the flushing water pump located in the on-site Chlorine Building; Extension of the flushing water connection line to the Aerated Grit/Screenings Building; Incorporation of new facilities into the plant wide SCADA system. Project Start/Completion Dates: November 2, 2015—February 28,2018 Headworks Capacity: 120-MGD Contract Value:$17,895,350 Project Owner: Miami-Dade Water and Sewer Department c/o Miami-Dade County Owner's Address:3575 South LeJeune Road, Miami, FL 33146 Owner's Contact Person/Title: Humberto Codispoti, P.E., Senior Professional Engineer Phone: 305-790-0235(cell) Email: Humberto.codispoti a(�miamidade,gov ow .: y , ,,,,';. .10.7, "owe-antOtosillui I.,. 1,ir , ,[ , , ,i1 L.. 4 , '4144 , '4•04:11,1/.,, Milt t4014,1,In! * 1., , 1:: 1.1"prr; • '',,,,C. ;r.,,, .‘,,„ _,,:,,,, , ,„,,,„,,,,_ ,,,,, , ,i. ,,,„ , ,;,,,,,,, „,„ f.„ .. i, „„...,1,,,,YOrift IP, ' V.04.„,, it 1:::'4t i .47,,,i,_,., ..1,i;,,i, ' „ , ,, ‘,. , , .!.. ,,,...., , ,Arrow, ,;fi-,h4= ,3,=. ,- &'�5' Win,., - a1a _ 'W�• .' 4 A eosn d �'" " x3' y6 g� 'S 7 � ;, ,', � ' t � � t A E,A .B[F� � "1 �' ty� � b„��•" DPP*":;. ri 0 ' ,f A" 'h a €`: '. ' $ S m �` 'g flue , .- 7 ' u , =t Poole&Kent CowMay 16>2023 Ao psi .1,.,rr CAO Poole&Kent Company of Florida ;a Experience&Qualifications 4. Project Name: CD 2.03 and 2.04 Plant 1 and Plant 2 Headworks Upgrade, 2.18(1) Odor Control Systems, and 2.25(2) Ventilation Improvements, Contract S-880 Project Location: Miami, FL Project Description: This project included the construction of two new electrical buildings, performing structural modifications within the bypass channel and grit chamber at headworks for both plants, installation of owner furnished equipment to include eight(8)perforated plate screens,four(4)sluice conveyance systems,four(4)washer compactors, two (2) RTUs, installation of six (6) blowers, sixteen (16) stop gates, six (6) slide gates, four (4) rectangular butterfly valves, two(2) booster pumping system for screens, watermain extensions at both plants with back flow, flowmeter and bypass assembly to supply water to screens. Odor control equipment, tanks, ductwork, rollup door replacement, refurbishment of chemical unloading stations within existing air scrubber building area at headworks for plants, performing piping modifications and providing knife gate valves with motor operators at Plant 2 Oxygenation Tank area for each of the four trains, performing RAS line replacement and installing new RAS piping, plug valves with motor operators, flowmeters at Plant 2, installing gas detectors at existing air scrubber buildings and headworks buildings, and making ventilation improvements at the existing air scrubber buildings. Project Start/Completion Dates: August 30, 2016—October 7, 2019 Headworks Capacity: 143-MGD Contract Value: $15,895,297.17 Project Owner: Miami-Dade Water and Sewer Department c/o Miami-Dade County Owner's Address: 3989 Rickenbacker Causeway, Miami, FL 33149 Owner's Contact Person/Title: Mario A.Vargas, Construction Manager Phone: 954-536-2858(cell) Email: mvarq anmiamidade.gov 5. Project Name: Digesters and Control Building Upgrades,Acid Phase, and Substation 7&8, Contract S-897 Project Location: Miami, FL Project Description: The complete rehabilitation and repair of Clusters 1 and 2 including replacement of all existing equipment, valves, piping and appurtenances, electrical panels, conduits, cables, lighting, instrumentation and controls, building mechanical, architectural doors, windows, and louvers within Clusters 1 and 2 Control Building and inside Digester Tank Nos. 1 through 8; new digester floating covers for Digester Tank Nos. 1 through 8; extension of the existing Electrical Room at Clusters 1 and 2 Control Building; structural repairs to and recoating of Control Building and Digester Tank Nos. 1 through 8; new hot water piping loop from existing Cogeneration building to Clusters 1, 2, 3 and new hot water supply system within the existing Cogeneration Building; new digester gas flares, new digester gas, thickened sludge, digested sludge, utility water, potable water, and cooling water supply/return yard piping, valves, vaults, and appurtenances between the existing Sludge Concentrators, Digesters Clusters 1, 2, 3, and Cogeneration Buildings; including demolition of existing yard piping, valves, and appurtenances and support and relocation of existing utilities; demolition of all electrical equipment inside existing Substation No. 7 and 8 Building; the construction of a new Substations No. 7 and No. 8 Building, including related site civil, architectural, structural, building mechanical, electrical, and instrumentation and controls; new electrical and instrumentation and control ductbanks conduit and cabling between new and existing facilities. This includes the construction of four(4) digester tanks, a control building, and an electrical building, including related site civil, architectural and structural, process mechanical systems, building mechanical, electrical and instrumentation and controls, painting and protective coatings; gas piping; new yard piping valves, vaults, and appurtenances to the Acid Phase Digester Complex, and support and relocation of existing utilities. Project Start/Completion Dates: August 8,2018—November 28,2023 Plant Capacity: 112.5-MGD Contract Value: $93,361,000.03 Project Owner: Miami-Dade Water and Sewer Department c/o Miami-Dade County Owner's Address:8950 S.W.232 Street, Miami, FL 33190 Owner's Contact PersonlTitle:Jorge Orozco, Construction Manager Phone: 305-905-0430(cell) Email:jorge.orozcor@,miamidade.gov Poole&Kent Co,t,a,^tca May 1u,2023An£,a,C:A t;nn:uAn, CAO Poole&Kent Company of Florida Bid No.23_81 16 Experience&Qualifications Additional Project Experience for Reference Poole& Kent has been constructing large scale water and wastewater treatment facilities since the 1970s, many which include similar components as North County WRF Pretreatment Facility. Below, please find a partial listing of public municipalities we have recently performed environmental water/sewer construction for: 1. Broward County 11. City of Arcadia 21. City of Naples 2. Charlotte County 12. City of Boca Raton 22. City of North Miami Beach 3. Collier County 13. City of Bowling Green 23. City of North Port 4. Hillsborough County 14. City of Bradenton 24. City of Punta Gorda 5. Indian River County 15. City of Cape Coral 25. City of St. Petersburg 6. Lee County 16. City of Clearwater 26. City of Sunrise 7. Manatee County 17. City of Coral Springs 27. City of Tampa 8. Miami-Dade County 18. City of Fort Lauderdale 28. City of Venice 9. Palm Beach County 19. City of Hollywood 29. City of West Palm Beach 10, Sarasota County 20. City of Largo 30. Town of Jupiter Below, please find relevant project summaries for reference. Additionally, attached, please find environmental water and sewer projects listing. ECRWRF Headworks&Grit Removal Improvements City of West Palm Beach The East Central Regional WRF provides secondary treatment of municipal wastewater for the City of West Palm Beach,the Town of Palm Beach,the City of Lake Worth, the City of Riviera Beach,and portions of Palm Beach County. It's permitted for an average annual daily flow of 70 MGD. Much of the headworks equipment has been in service for many years and is approaching the end of its useful life. This project includes the demolition and removal of the three existing influent flow meters and installation of new influent flow meters and associated piping,electrical connection and instrumentation; refurbishment of drainage sumps in the influent meter vault and replacement of the two sump pumps, including removal and disposal of accumulated solids in the mixing chamber of the Headworks Structure. Demolition and removal of the five existing mechanically cleaned influent bar screens and installation of five new center flow band screens, including new compactors,shaftless screw conveyor, and associated piping, above ground electrical conduit,electrical panels and controls. Structural repairs and modifications to the influent screen channels and top slab to accommodate the new influent screens, including demolition of the existing Screenings Building and construction of a new Screenings Building and demolition and removal of the two existing grit pumps and replacement with two new grit pumps, including associated piping,valves,and electrical panels and controls. Demolition and removal of the two existing cyclone/classifiers and replacement with two new cyclone/classifiers, including associated piping, valves, and electrical panels and controls, including structural repairs to the interior concrete surfaces of the two existing grit chambers by recoating the influent screen channels,grit removal channels and grit champers following structural repair. Installation of new manual slide grates in the grit chamber influent and effluent channels including,the installation of new odor control covers and handrail in the grit removal area along with modification of the existing electrical power distribution system to deliver power to the Headworks Structure from a common location and to achieve Class 1 reliability. Miscellaneous Sitework improvements, including new gravity drain piping, new process yard piping, new electrical conduit,grading and paving,this includes operation of the ECRWRF Influent Bypass Structure during the period that the Headworks Structure is off-line. Bee Ridge WRF Headworks Odor Control Piping Improvements Sarasota County Demolition of existing headworks structure air duct piping and supports and construction of new headworks structure air duct piping and supports. Poole&Kent Contractors May 16,2023 nQearesemnnt„p CAO Poole&Kent Company of Flora id No.23 8116 Exoer r;: cc&Qualifications WWTF Improvements Headworks&Oxidation Ditch City of Bradenton This $5.2 million project includes the following improvements: construction of a new bypass channel with a manual bar screen, new or modified staircase and walkway, aluminum slide gate replacement, concrete channel repiar and coating, channel cover replacements for odor control. New oxidation ditch flow-splitter box. New VFDs, invertor-duty motors and aerators with dissolved oxygen control and monitoring system. Three Oaks WWTP Oxidation Ditch Improvements Lee County Poole&Kent was awarded the Plant Contractor scope of the referenced project which included the following scope: Demolition of existing tanks, process structures,chemical feed systems, and associated piping; Sludge and grit removal from the existing plant; Headworks modifications; Modifications to Oxidation Ditches 1, 2, 3; Construction of new Oxidation Ditch 4; Construction Clarifiers 3,4,5; Construction of new Clarifier Splitter Box No. 2; Construction of new RAS Pump Station No. 2; Construction of new RAS/WAS Pump Station No.3; Construction of new In-Plant Pump Station No.2; Construction of new In- Plant Pump Station No. 5; Modifications to Belt Filter Press Feed Pump Station; Modifications to Effluent Pump Station; Modifications to existing Odor Control System; Modifications to Sodium Hypochlorite Facility; Dewatering; Bypassing; and related for a complete Plant Contractor bid package. The project was completed on safely,on schedule, and within budget. South District Wastewater Treatment Plant Screening Systems Improvements for Plants 1 &2,Contract S-863 Miami-Dade County Improvements included under the project included the following components: Grit Chamber Modifications and Fine Screen Installation which included structural and mechanical modifications to the existing east and west grit chambers, inlet channels and bypass channels in Plant 1 and Plant 2 to allow installation of four(4)Owner- furnished perforated plate fine screens and four(4)washer/compactors(one for each grit chamber); all materials for utility and service connections to the fine screens including installation of two (2) service water booster pump systems; four (4) new bulkhead gates in the existing inlet channels and grit chambers;four(4) new bulkhead gates in the existing bypass channels; four (4) new sluice gates on screen channels; removal of four (4) existing rectangular butterfly valves and furnish and install four(4) new rectangular butterfly valves in the existing inlet channels; modification of existing air diffuser and water lines; and all electrical and controls wiring, cable and conduits to power and control the Plant 1 fine screens from the new Plant 1 Electrical Building and the Plant 2 fine screens from the existing Plant 2 Electrical Room. New Plant 1 Electrical Building included construction of a new electrical building at Plant 1 to house the electrical equipment servicing the existing Plant 1 equipment served by the electrical equipment in the Plant 1 Grit Collector room and the new perforated plate fine screens and associated equipment, including concrete foundation, floor and columns, concrete block walls, concrete roof slab, concrete walkways with canopy, one (1) steel door, one (1) roll-up overhead door with one (1) metal double door installed on interior, air-conditioning (HVAC) system for the building, electrical wiring, grounding, conduit, trays, electrical power, lighting and control panels;furnishing and installing Motor Control Center(MCC) in the new electrical building; new electrical feeders from substations 5 and 6 to the MCC; removal and disposal of electrical equipment located in the existing Plant 1 Grit Collector Room and rewiring of existing equipment to the new Plant 1 Electrical Building equipment;and replacement of existing Plant 1 bar screen room lights. Plant 2 Electrical Room HVAC Modification included the installation of an outside-air filter purification system in the existing Plant 2 grit facility electrical room.Control System Modifications included installation of a new Owner- furnished control panel (RTU) in the Plant 1 Electrical Building, wiring to existing RTU in Plant 2 electrical room, installation of Owner-furnished instrumentation, furnish and install all other instrumentation, wiring, conduits and cabling for four (4) new perforated plate fine screen systems including washer/compactors and for existing equipment located in the Plant 1 Grit Chambers and Building. Site Civil and Stormwater Modifications at Plant 1 included site work, construction a new retention pond, catch basin and drainage piping, paving, electrical duct banks and conduits throughout site; and piping to re-route approximately 97 feet of existing 12-inch of ductile iron filtrate line and 22 feet of 6-inch ductile iron piping. Plant 1 Fire Alarm Installation included a complete fire alarm system for the Plant 1 Grit Chambers and Building and the new Plant 1 Electrical Building with interface to the existing site-wide fire alarm system. Grit Facility Rehabilitation included the removal of existing coatings by abrasive blasting, patching and repairing deteriorated concrete, and applying 100% solid epoxy. Upon final completion, the Owner issued a directive to coat the grit chamber exterior and re-coat the bar screen channels. The project was constructed safely,on schedule,and within budget receiving a Superior Performance rating from Miami-Dade County. 4 _> Poole&Kent Contractors Art(&tOR fwnyrny CAO Poole&Kent Company of Florida Bid No.23 8116 Experience&Qualifications Southwest Water Reclamation Facility Expansion and Upgrades City of Cape Coral The major treatment process components and improvements for the expanded facility include the following: Installation of new mechanical bar screens and screenings wash-presses at the existing headworks building. Installation of a new grit removal system consisting of grit chambers, grit pumps, grit separation, and dewatering equipment. Construction of a new biological odor control system for the plant headworks and grit removal system. Construction of 3 new aeration basins with integral flow splitting box,floating mixers, blowers, air diffuser system, sludge pumping, and scum removal system. Construction of 3 new secondary clarifiers with return activated sludge(RAS), waste activated sludge(WAS), and scum pump systems. Construction of 4 new tertiary filters. Construction of 2 new chlorine contact chambers and sodium hypochlorite storage and feed system. Construction of large blower building with (3) 450 hp blowers. Piping is 36" stainless steel and elevated in route to the new aeration basins. Construction of new plant drainage pumping station that is approximately 23' deep. Construction of three new electrical buildings which supplied power to the new facilities. Installation of new effluent transfer pumps, an effluent surge tank, and reclaimed water distribution pumps which connected to a new deep injection well. Modifications to the existing headworks building. Construction of a new grit building and generator/switchgear building. Modifications to existing generator building to accept new generators. Installed new 30,000 gallon diesel fuel storage system to supply fuel to the new generators and new 10,000 gallon diesel fuel storage system to supply fuel to the existing generators. Installation of two (2) 36" ductile iron pipe reclaimed water lines, 30" force main line, approximately 6,000 LF of plant service water pipe and the force main pipelines around the 20-acre site. Miscellaneous site work,yard piping, and ancillary systems. Due to the urgent need for the expanded treatment capacity,the project was completed under a very aggressive schedule. In addition, construction of the new facilities required extensive planning and coordination to maintain existing plant operations and minimize disruptions. Construction was completed in three phases over a 28-month period and included a major tie-in at the existing headworks structure. To perform each phase, temporary bypass piping was installed to enable the installation of the new effluent piping systems. Additionally, the temporary bypass was critical to the future switch-over for the newly constructed aeration basins. The last of the by-pass piping systems were removed after the new grit and aeration basins were commissioned and put into service. During the project, the Owner directed MWH and Poole & Kent to construct an additional Generator Building, fuel storage tanks, piping, and temporary office space to accommodate future plant expansions. The project was delivered successfully to the Owner on time and on budget. f i iii W > May 13,2023 ''Poole&Kent Conteactors An IVOR e mpany CA0 4 . mm,,,,,mmgimm2p,----,,,,-----------, ,, ," .“ ao ......—‘, .`gf;-: `;",;-g ,-,',`,','- '—'-',`I'—'- ' --""— ,,s,,,,,,---,.-2,-,22,9m,92F, .LRJ g".'45', ; t g gggee -eeeee8,z,ze,,e. .,geeeee,,eee-.w ., . . . . g g '14i-E,U8 '4,-9g..”5,25,22RIRE1'888:2`i:11,7a48,- 88a28",',1'' ,,t .--- R, LARP,'---n.- —".2 or-62.'2'82'-'s.' '- '-71—' mr,)"'..Trn ''''''="" 8 a E o - U ' ''- 'i'' ' --' _ . ..z.-- --'-' t . 4.. 6 - 2, 2, e, E -E .--"°, 2" z - SS gSSZi, gtgg- giZ,F, mouCO(-) gUStg . S(SLSS383 2-8_g_Eis64,4_800,50_ mE3w . . ww . ala "T,C13, Egf' SV <2,o -2 vi-gooTEEEm2T-o-o >oW,-,o0 ,,, tA9Lee99_72° O65L)-2 ,219L2[4AGgggcSV(-5aL, V,' L' . .2 % % % % % E -WIIE“ % ig % gIIIIF2t":A21C011A GcnSf:'Elci)(5(7)65of (5c7)(7)6g1-Eoui_SoLTJa f6 trl MI CO CU CO [13 CO cam CO tO CO fa 03 01 0 Ca CO rtl [0 MI 0000 . 008888 8888gESSSEESSSEEE ,S .7555S 1.1.1.1- LI- U 1.1. LL LI-L.1-LLIJ LI- U LI-L11.1-U LLLI- Li-U ,LLLI-U-U LI LI-U-u u-u u u i LA- .§ EREEKEE_ErIER,', i; iThil' il, i-ERI ,iiRiilii 8 g g g g g gg g g g ,rrnt'it 'itg-§"2-2-ttg2-2-Vittt . 0000c)uoucouoc)0,,,S,S(S ' ' '' " ' " " ° " ' " uououo0000000000 0_ "2fffff '.'ff ,.,f2fs`I' L" "ffffl' .' "2E'l'E'"I'as421.'1) 0 tc:21 .506.5 .6 .5-8'.o.,50.5 .6.5 .5.,5 .0c25 ,:o.o .O 06.6 .6as co co oa,..ei ..5.5 as co 1....... tto_atta_ attma_a_ a_ mc? aafcTacfoc2c2E28=2,frfac! 6 1 ft u_u_ ce. E2u_ , e_..e_ u_, E-12u_u_ E2E2L-T2L-2. 2a2u2e. T2E2u2L72L-21Ye_ e_ L-712 Lli .. _. . ,,, x . . 0 e F°-2EEEEE2'pE §O' 2-.<5EEgEEEz'aagl"" E E- E- 922-2 -62 {Li.: E- Cl. CD •z Zi-eN.-0 == s9u.,2g-g.w.g.y.m?,s°cnflL.o-.„.g'o,"0E•5- gwE,Ec..°0'2;7,I-T•pL'za-= 0 ? ,. c, , ..-a-' -E8,-, Y 3 ;2 'g9,gw1,8w 11rA7'9,cc8=„,,pmc8c;c,j?8 d° N va 0 t 00 u z °^. (0 0 m 0 g U) — E = a .0 T) ..0 2 ok9 17). ce . f2 . -. •"' R 2 2-2T .10-6 2 BID - m -s-i2 _c a ilgi 2,7l 1 g IL ag 6- an-th -"d E g g 4 .T9DT ,IIT, t,t- 1 ,sb ... fs Fa . ... g ,a2L7., gcf2ygt. .5,A'„9-sv,51., 5 iglig 3 0 - - , - -. E = 0,s -,,,,z-2 . ..s 'EL ,24 . o g 2 2 ,i, SU=-2 4,,_ 2-Z•E 41) ceE -0,27) .-2,o2L-, 2 - gg ,To'—: F,., LT_ T, i,, L)=-E, -,7, * - 1c7-32t# 03F1, 701flickilAf3 ,ge8;i3iiE.N 2z.__ _ _ ' _. L., ..___ < u_ ' ''o;- - 2,, try,a_ 2 • ,7, E2.,ccF4 ,,, g.-.,- -u 4,1„, , 022222 . .222 .2_4-22 ' 22,: Z .EA _g2A2 = Q -22St CAO ,n" ''''--"L... '-''-''0''.. ^-•--•CD 0)000 LO a,0 0 LC)0 0.CI' 000 l''.--0 0)Cn tr,0 C".1 000 CNI 000 13 ,C1.,CC071: l7;'41;g9fi;gglcLT3z7,‘7.2tT3 Ps g A P- ,-.3 s-4,—,s s[2 a gr,'8 69 8 LI 7) L'o' o'-slgsn-';'---8 8 8 8 8 8 c°1 8 '8 '3 8 8 8 8 ‘-- Q g ..'... ...' C., • N. N.. ta 69-69 V,69-69 64 fl,Ca Ca9 Ca'',et',la,CA 69 it.V,fa,f:',69 139 V,4:9 69 ka la.,69 69 CO-69 ta trl(Af:',trl CO-ta V,6•1 V)ff,CO 69 Ca 6'1 6.,tr)CO-1.9 fl,Oa 6.1 b.f.J,(,)lag 31442,82,88888888888882,§§§§§§§§§g‘g.,.88'62,,,,,;13.., g.8'6-Aggggg‘I'gggggggg8ggg ft * 0 -A: g U) t A §, c — '•— `e,,s' — u . Cu . -- ',., a)(o 5 'c 8 .,, z.. -. .a...z• z. ',=8 .• z• g.' F,' g' g g' . • a:3 =n=n ." ' , - c 8 . .-22 . ,E z-Ez.S2 .- 27`,2 .5).-.c.7 -5 2 ' 5 -e -.-..-.= '- (= .-Mp _I •-. •- '. .,- (-) g g a- UU Cug u. u Cug soT s83 . s88 mb-, = .,, 65- '1-61Z - '',B g 00g •T- -"1 `,2 - 4.)t-,i'-' A' -°-',. /5 ' Z 2° .1- .L2 To '2 = a L ' Cu O_ g,,, Lo 0, ,. a, = 0 0 0 0 0 0 0 ,,,, co 0 0 0 0 82 a g E ozo-30• 2 g3 ..'-= en CL 0-8 co Ci_ or,0 co to ca g co "a "a a 6 .1' Cu . -.' )z. E-L, `i 2...,% E Cu E -0 114 j I,,c'. "6 1,"g r,2"6'5,"6 FA "6 '5 Cu5 '5 t• e33-6 5 8'8 T58,"4 5 15-815 c,c5ci_uc) (.5Mg .coocii(5Mr.3c5 8c) (.5c/tC,;(.1g)gc.Iggtig !, !,t1t)ts,:;388,10q -4.- - -4''--.C)000UC) el -.,`_ 'el - el ,...,__L 12_ -• '' - .1....i_-1- LI cf.... ,IL.,,,,„) ..,,,,........ ,;:...,..,.,,,, :,C,....(>3... .).,..(;,....t...1f,e1,(;LP.0- 0 0 0 0 0 0 0 0 0 0 0 0 '.0- 0 0 0 0 0 0 0 0 0 OLL-OLL-0 0 0 M a Ft ri il ea(a.ri a 2 2 2 2 2 2 2 2 2 2 2 z c;,.,--i-.,L:ri-g.,t,L,.:L.-p:i-‘.3-• ri- —A- . E E E E E E E gtcg-t're-E-tg-2-2-2-gELE c'-''''''''-- a-- -- ag -- - =$ a a 3388838833388838883 . 0c, gg § ggE § ,ggg§ 2-g `-§ g2SeEg-g-4, 0Eg-§,c.Egg, g ....... s (7., 5 5 c c 5 c 5 5 5 cc., oc oc cc.)oc(..)c cc)(._) Ls(_)u 0 o c..) 3(_)8,(__)(_.) .2 a c.)6 8 8-,__,8 o,,c,0 0 0 0,._, Ca2) A" elt .t .,. .,.,?'o.i .,. ,:f', ...f, . .t. ..,7,!!.i .',T 'c.'f `'NT .)fNTI.'3 I 'I I 3 '.' .g 3 3,°2 I o a co ..a...o a a(.o.o .N o=a i.N o.N o 2.6..5.No VP al E 2 .a s ,°,3c.,,, o,,, 2- s.as ca azi 1 ces.a c5,'a.,,a .,.5 wri or:S CIL " •-• ,-, ^ 00000000000QU .. I, V I-' ,,-, ,-, IV '3' ''2 "2 X-W U) M-QM 92 92 '2 92-92-L -L--Q a a A2 j2 a a a'a c.'5'66) Cf!g a.cc a.c?as 22 22E'22 2222222 a9_ ,,, 8 2 8 8 8 -2 8' 2 8 2 8 8 2 "° 8 8 2 2 8 8 2 8 8()8 oF'o?:2_' 8 T8 2 2. 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 _., ....j a. 1-a a_a I-a. co 1- a.1.- o_ a. CD a. O. 1-- ,0-0_1-0-13- _ _ __ 11 _ "5 Le_ 2 2 2 E2.2 L-,-._ LT._-2 L72 2 2 2 e_ e_2_ 2_e_ Le_2_ 2_2 2 L7_ L U 1 I.o... _(`S) ' 2 = LL1 '''' Cu, c° c'8- . = 0, co a' 8 _ 2 8 2 5--' '5 T T =2' c, d a' E E = TO c° ,,i, 8 5 e5 5 4.)-5 1 2 ,-5 .‘2 L'2 -c -= = a a '- E L- •- 1 i . _ , ' If' `,L1 -cst `,+', ASI-ffi . .-.' m 0 a. (,..) E i) c,- K -c o [,-. E u) = a_ `.cii a.) E r', -a' r, E F, 1, ,o 2 8 0.., ,Hi C.''' ""8 6 r--.O g (DE ,,(2 E 2_,., 0 u)f_2, Cu,.. < o .z..1 g 7 = ,=,8 c b•- •7 a , '-`7' `'' '' g tg =ai 1 'L 1 7;1 ,2 76 < occ ce- - .d)ob E, * gi• la' o D 72' 2.', 2. g Up E °,(-) 3 .e, E'j, 8 T s(-) e2- a. 0-Eg .- rg r-'o': E E 0..,.'tj •- = , - E zs 0-cn -4(-9 Lt c`, a" 2 ‘" 0 ,, g. -= 1'.L.' '- =L<7,`,,'L 1,:.'ts (j 20 cr_'-' 2 ei' R = § g M a ,-, o ? ). i•.1 - Ws 1 c c .o- — fLA . 76 ,,-=' .- A 0 .0 . ''. ,6—>- • g L5 = .p g, k,2 (N &E-a.28 s)(_'5 22'2' ,r2(_)2> oo s .13f2ce .,, 2 .3.-...t 2 2t5.7; = ,() g-'2 L., E 1 71 9 &" s,) &,..g gpl, 0 = = u) =- . 0. E 027.1 co,., .,,, w ,E 1-2 g c... ,.°) c,,3i16 , '4" I' i -1:-gi-5311cY4'77, (§F8) ;,.e2-iii `g-:= ) .° ki '' `4, g.-,-,3-,.,.-,., .,) 2 t ccg "--`-cosKL_7J ,1, r?,'-c-T cl .2,-;,— gg1- 1%. 1g,o—f . g- --E,-0,,i--;yzs 48 ..2E f alTiEr-A124l#,-..ELL' (1'1 n L.', 94r: LI< L0'6„a- , ,,1- 0- 21_ `'). - . % N .,'n9 te) "7, ,°= '.'11- 8- '1) a,-`' 15 t 6 tl''',1 f-Z o-=73 i','-.. Cu 1 ::i's 2*;ic,olgi 2 t7,is ,' ,7, r° '6' -6 -r,, r, 's u, g, 612 `EC2Lct -T-op e`cer7)2`..-',,7) 2 = _R- L,_ , 63). ip,77,-E,,,,- -g ,c3gL(L'L`f_3‘.',",-_)8%t aicct• 0_ 42-.E '. ,-,4 ,,, g-v2 11,2.,: ,g--.F.-.,- Lx fo 12 2 E., =5( 2= T g &-, =,- c u 8 t 5. 17_ oc7, 2 (t ,-t. L)355 3 '',),9,82,,cf 3,f., EXP.,-s ',,f‘`7),.!Nc.,, cri- ‘,),! gL7_, ,11 -' IP13 - ig " 2 11'3 /`'' ,' "F' S i—CD 0 u) u)u)L.)> u) up 1..0 _ w CAO v_ apiTn-,M2Elsss,,,sEssz?Bss2,'s ,z,a2§§R§MRM§M§P,E3888 oew—IT,,,Eqg,—'83, ,esoaL4- ERAHHUEc,Z9c -"2 ".9 '''27— ....,,,,... .. - ..1. „.. 88,,,E, - - ..,,,.. ...... - - """ '‘,-,Y,' ................8SES888888888888888 cto 0 0 g z . a ... CI Om a - ' g " . tw,, tt-otO-Frs 7 " 17 4- ,, ! 0 .1: 3 3 ' (-) ,588380r. 2, E ,t82, 8 -§i § b ,7,g,36 3 = = m =ousV-DoowcAces_ 8 ?-844-8 . 'ag-8-87°-8 ,uc'L"Ju '(3 ' _!.,, ,,, , ,,,„ 8 . 8808s2, s1-8g2R--8-84ig-g3 = 2"a43 “ aci, gaL izteemEe:V3p0= mmOma = w2MgZwOarm2; '(30.A3 ' ' ' '7 ° o 0EEooEEI5EL00000l00000000 ' Om "-- -L - - - - - - (-" UMu- gsEE ' E ° E . ° EEE . 6 .6 OWQC, MmUUMUOUCDOUCDGGOO(3006007033- gg;ggggtgt-27Sgggg "% 27E727, E7. 212-2 -2-2 -212 -.4343 -8- 2-@-@qq,41i43 " " " " " " " g 6 eeeee_e_ e_ L,QT,.6-__ _ _wiLL- Liz-L-- sw—L- L13-2-117,11-1333223 ig 000000 . 0 . ,_.<,.. ,) <, (;, f, C, C ,, C, f> t,...c/. fl0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 :11 0 ,10_,AngingE222gg22COggfMThriThrng " Load EEEEEEEEEEtEgttg?-ttg-ga2-'"aaala121-aa ...., O 333,S8328338883300000000g0 § g § § g0 § 00g § 000000000 § g § § 000 ..., _ = = . = = .„,„ = . . „ OUQUOCJOUOUUCIOUQUOOQUOUQUoyoUovvvvy,,,,,, or tt J2a .aA2_g27a_Qaomv5.5 .5 .dodoaoa.a. o.o .a.a .a .o.6.4 .50a .a.5oa 0 0 0 00 _6 1-.0..„ 0 6_ 6_ _6 0 _ _ 9_ 8888888888888 24292 42 42 a 92 a 42..42 A2a Da92 92 92 92 92 MA2_41_42.s12 92_Q 0 . 00 . 00000000000000000000000000 0-0_0-m0-a. m0- a0-00-0-E2,i22EE0- 2EE2C2EE ' ' ' ' ' ' ' ' O - _]" " " " ELa.'"-w- a-p- ,, - ai . . o . . Lia• l .44 _t? Ell' 0 a 60 CO cp CO cof, j E Vgtil Wi -- - “7,- -ccB 4 T2 11 - -E, iT2-A a_ if. -' -'-e) H-QE - 112. ,,, Eff(7- 1% .°= _,T, 1211- -Tol_ _ 1_ 1' g -cs sge,g) . v312 0 . . . E .TEESS1313b ,s1' ,7 ‘8 41 g 2- LL . cr)y-13 2au WO C)MOS [CICIOZCOO = [7-)= SMZC_)2• f i' Mf31Li'-s,(13COCO'Oj ZCLi C316 C) 40".' % % % % % % o % % % (1, % % 00 % % ocuoca,; ow000000woow000000woowowo ‘.N Lo' x o < o_co '''' - th o wE wo S = u) wE 7F, 7s . 2 gr 4g 0 2,-` 8' ,,,to -1- ,I, _ Es .. -- ., c2 E '- m = 2 ,02E's 7,76 '1' W (0...c@SN021,-0.W :. MT4,. gts 62= g2eem 1-8 t. ln_. 0-. 0,9E0m =.4. 0., .-E . ._ „ -20tho— a .= . 112g .,,, .---. . eacpot - 2- s2 -z--- 21" gE;u1 -'' ? E .,wi- E2P-E .4oa3 . 0 ,.L, Ecj -51.7... z0 . 0008,w-0Z - , "=" guAx . ..,12- ,,,, 8 a> e ...70 2 a 5 t 20_,00 , ,T. ceLD00-.g, ,„ u1:2-s200 - .a. S-L. Nm". 2 E 2°- g E 2 .o, ,,= ?-66 ,11F9-'RE '036, 82 = FProL674-6, W “'-g CLgE"21-w5 GI = .. 8 * i',J2s,&)7 ,;.,Tg., „;,-“kespl-g -k-kg1,1'6A -21:1- g:g §N-glz 40, Q 11 0, y ,c1,11D 'ebs2tgo,gERF,L22 .1“3 - Mt7:22cMgg- 54tLA t a, z , f _ gwE§ E,v,p=t0040, N_g . ,,,f2,tv_o§ gg „,00.,, 0 ,-J - E,„_ B.22 9, , E2z . %12= 0 ,c1- 172-wc. ,6,-c` 5173gace -Rezag- m'og- E = c"gr,rsgr,° 52taE . 136: _. -. 2.-Ecl< g = 1- - L1- 0 -01'22EFI- 2137, g-on- mwEo_ gg-7, 2o ,, 0-wco,owza0SE82cc 1g(2) 8i0-0,-Idie, c1M• 9M9g,905,0" " - '5'5 ' _,_Jwzo3t. CAO Collier County Solicitation 23-8116 FORM b-TRENCH SAFETY ACT THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE. Bidder acknowledges that included in the various items of the bid and in the Total Bid Price arc costs for complying with the Florida Trench Safety Act(90-96,Laws of Florida)effective October 1, 1990.The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cast Measure Measure (Ouantity) .Cost (Description) (LF,SY) 1. Sloping LF 3,500 $7.00 $24,500 2. Trench Box LF 500 $25.00 $12,500 3. Sheeting LF 60 $350.00 $21,000 4. 5. TOTAL $58,000 Company: P ent Co any of Florida Signature: Date: 05/16/2023 Patrick ,Carr,President&CE Construction Solicitation Doc rev 04152022 5/4/2023 6:05 AM p.13 CAO Collier County Solicitation 23-8116 FORM 7-BID BOND THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPON ISBLE KNOW ALL MEN BY THESE PRESENTS, that we Poole&Kent Company of Florida 1781 N.W.North River Drive,Miami,FL 33125 (herein after called the Principal) and Travelers Casualty and Surety Company of America.._,,,,_,.___,...,..._....,,,..._, (herein called the Surety), a corporation chartered and existing under the laws of the State of Connecticut with its principal offices in the city of Hartford and authorized to do business in the State of ,Florida are held and firmly bound unto the Collier County Board of County Commissioners (hereinafter called the Owner),in the full and just sum of Five Percent of the Amount Bid dollars($ 5%of Amt.Bid )good and lawful money of the United States of America,to be paid upon demand of the Owner,to which payment well and truly to be made,the Principal and the Surety bind themselves,their heirs,and executors,administrators,and assigns,jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish,install,and fully complete the Work on the Project known as Bid No. 23-8116 North County Water Reclamation Facility(NCWRF)Pretreatment Facility. • NOW,THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or,in the event of the failure ofthe PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of 5%of Amt.Bid noted above as liquidated damages,and not as a penalty,as provided in the Bidding Documents,then this obligation shall be null and void,otherwise to remain in full force and effect, IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 12th day of April ,2023 . • _.„Boo &Kent pany of Florida Principal BY Patrick H.Carr,Preside t&CEO (Seal) Travelers Casualty and Surety Company of America One Tow r Sy - e„tartford.CT4,06183 Surety • 7; • I3Y 1/:(71:L `'�' -.. (Seal)Rh,Attorney-In-Fact Non Resident License#W447916 Countersigned N/A Appointed Producing Agent for N/A • 3/6/2023 7:19 AM p.13 CAO ..,, .. _ ,.. ›.. .. . CY c— 1.c.o ..= C..) cr W 1 1 ''. 0 0 ;?022,V2 ,1 , P4 (1) --- et.. Y ,-- P_ 44 0 --"-- (4 CD * — m5tm • cAn iglia.-2- i 0 0 E o a) c > ,._ 0 = t . W '.. .... .c, u Csi) .0 0 :• I <4 a) a) * P70i9 0444 0\ (4 Pa2gP - r!z°,51 ,„ ,... E....* :g .14 CO CCS 0 I 4) a) 0 ke4 :2 t.1 I!= . ,3 76 21 E 0 t a 5 2 2 § . plio2f .:, '" - .T2 a i, ..,i a) ,u) (I) (t3 co IF Z 1 = 0 414 a) 06 cu ' - ai 0a) cr 0 z i- 0 )...0 g --; — ? 2 - z •g 9 r, f, , C) 4) ill U Z cr) la) C 71 (15 4744 M u j — t • t .?, 1g " 1 •.* U) 0 - -rS) 4.4 W C t Z 0 cpin z 0" . 1 t it a C g 0 cu Et i 0 cn ca Z • c' 1 , CAO Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS j St Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint Nelly Renchiwich of UNIONDALE New York , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021, YW . O'L'4,ylyr a,411,, �`� natt41b)R 4r ^ came" , wee, o State of Connecticut By: �v% City of Hartford as. Robert L.Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ON, ;;;, Nwi y IN WITNESS WHEREOF,I hereunto set my hand and official seal. �i� Gs?My Commission expires the 30th day of Juno,2026 jjis Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 12th day of April ,2023 (Z51 ,.FC . C kI tt 4 v 6 h�it +'.�, 'k iy % HetantSecretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. CAO TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CT 06183 PRINCIPAL'S ACKNOWLEDGMENT State of Florida ,County of Miami-Dade 1Ss, On this__._,le._day of Max in the year 20 _23......,More rne,the undersigned,personally appeared _Patrick-H....Carr......_....__................ personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity.and that by his/her signature on the instrument,the individual,or the person upon behalf of which the individual acted,executed the instrument. 1A-4, Nola, ,Public ,, , WENDY C MPBEiLL SURETY COMPANY'S ACKNOWLEDGMENTA x MY COMMISSION 4Hi 062370 State of New York ,County of Nassau lss. ; i EXPIRES:February 1,2025 '.cr�ra.' Bonded Thu Notary Public Underwriters • On this 12th day of April et -_ y in the year 20 23�,befiire me,the undersigned,personally appearec personally known to me, and who. being by me duly sworn, did depose and say: That he/she resides in Nassau County, New York ; that he/she is Attorney-in-fact of TRAVELERS CASUALTY AND SIIRE'TY COMPANY OF AMERICA, the corporation described in and which executed the within instrument: that he/she knows the corporate seal of said Company;that the seal affixed to said instrument is such corporate seal; and that he/she signed said instrument as Attorney-in-Fact by authority of the Board of Directors of said Company;and affiant did further depose and say that the Superintendent of the State of New York Department of Financial Services has, pursuant to Section 1111 of the New York Insurance Law, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA.his/her certificate that said Company is qualified to become and be accepted as surety or guarantor on all bonds,undertakings..recognizances, _ guaranties.and other obligations required or permitted by law:and that such certificate has not bee evoked. tO2L/92*,ie a, ib‘cs.., ,w.t,„ DONNAMARIE A KISSANE Notary Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Notary Public,State of New York No.01 KI6297783 HARTFORD,CONNECTICUT 06183 Qualified in Nassau County Commission Expires 03/03/2026 FINANCIAL STATEMENT AS OF DECEMBER 31,2022 AS FILED IN THE STATE OF NEW YORK CAPITAL STOCKS 6,480,000 ASSETS LIABILITIES&SURPLUS BONDS S 4,788,996,790 LOSSES S 1,385,257,132 STOCKS 102,639,111 LOSS ADJUSTMENT EXPENSES I33,8Fx4,803 CASH AND INVESTED CASH 20,110,068 COMMISSIONS 55,456,724 OTHER INVESTED ASSETS 5,661,540 OTHER EXPENSES 49,033,047 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 25,805,872 TAXES,LICENSES AND FEES 16,807,425 INVESTMENT INCOME DUE AND ACCRUED 42,265,766 REINSURANCE PAYABLE ON PAID LOSSES AND LOSS ADJ EXPENSES 0,738,793) PREMIUM BALANCES 308,425,453 UNEARNED PREMIUMS 1,394,1E1,189 REINSURANCE RECOVERABLE 57,954,515 ADVANCE PREMIUM • 3,860,400 NET DEFERRED TAX ASSET 68,131,600 POLICYHOLDERDNIDENDS 18,122,229 CURRENT FEDERAL AND FOREIGN I1COME TAXES RECOVERABLE AND I 3,250,318 CEDED REINSURANCE NET PREMIUMS PAYABLE 73,928,911 GUARANTY FUNDS RECEIVABLE OR ON DEPOSIT 1,059,482 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 23,586,276 RECEIVABLE FROM PARENTS,SUBSIDIARES AND AFFILIATES 14,866,600 REMITTANCES AND ITEMS NOT ALLOCATED 5,082,055 OTHER ASSETS 963,374 PROVISION FOR REINSURANCE 6,464,384 PAYABLE FOR SECURITIES LENDING 25,605,872 RETROACTIVE REINSURANCE RESERVE ASSUMED 785,441 OTHER ACCRUED EXPENSES AND LIABILUTES • 168,614 TOTAL LIABILR'ES S 3,190,665,707 CAPITAL STOCK S 6,480,000 PADS#..1 SURPLUS 433,803,760 OTHER SURPLUS 1,809,181,022 TOTAL SURPLUS TO POLICYHOLDERS S 2,249,444,782 TOTAL ASSETS S 5,443,130,484 TOTAL L1A64L1TES 6 SURPLUS 5 5,440,130,489 CAO • Collier County Solicitation 23-8116 FORM 8-INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project,if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant,Subcontractors,agents and employees of each and all of them,all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Vendor and.County shall, where appropriate,require similar waivers of subrogation from the County's separate Vendors,Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 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. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office (ISO)forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum.required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will he Vendor's sole responsibility. Coveragejj shall be maintained without intemiption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coveragell required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverageW and charge the Vendor for such coverageka)purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor.The County shall be under no obligation to purchase such insurance,nor shall it be responsible for the coverage(5)purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage]shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. 5/4/2023 6:05 AM p.15 CAO Collier County Solicitation 23-8116 Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits I. ®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;/Iapps_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 $_2,000,000 single limit per occurrence, $3,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability, The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired:Automobile Included 6. 5 Other insurance as ❑Watercraft $ _Per Occurrence noted: ❑ 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 S5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ®Contractors Pollution Liability $ 1,000,000 Per Occurrence 0 Professional Liability $ Per claim&in the aggregate ®Umbrella/Excess Coverage $3,000,000 Per Occurrence ❑Valuable Papers Insurance $__ Per Occurrence ❑Cyber Liability $ Per Occurrence 0 Technology Errors&Omissions $ Per Occurrence 5/4/2023 6:05 AM p.16 CAO Collier County Solicitation 23-8116 7. Z 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 For projects in excess of S200.000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100%of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide,published by A.M. Best Company, Inc.of 75 Fulton Street,New York, New York 10038. 9. Z 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. [El 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, kJ 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. LI On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East,Naples,FL 34112 13, 1Z 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. -3/2/2023 Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation, The insurance submitted must provide coverage for a minimum of six(6)months from the date of award. 05/16/2023 Patrick H.Carr,President&CEO 5/4/2023 6:05 AM CAO • Poole & Kent Contractors Insurance An EMCOR Company Poole & Kent Company of Florida (P&K) can provide the proper types of insurance that meet your requirements. All of our insurance carriers have an A.M. Best Rating of"A-"or higher. • Continental Casualty Company [General/Automobile] A.M. Best Rating: A(Excellent) • American Casualty Company of Reading, PA [Workers Compensation] A.M. Best Rating: A(Excellent) • Continental Insurance Company [Umbrella] A.M. Best Rating: A(Excellent) o GuideOne National Insurance Company [Property I Builder's Risk] A.M. Best Rating: A- (Excellent) ♦ Steadfast Insurance Company [Professional/Pollution] A.M. Best Rating: A+ (Superior) Marsh USA, Inc. Contact: Brian M. Lynch Phone: 212-345-0557 Broker for Continental Casualty Company/American Casualty Company/Continental Insurance Company Willis Towers Watson Northeast, Inc. Contact: Kristin Adams Phone: 617-638-3700 Broker for Guide One National Insurance Company/Steadfast Insurance Company Refer to the attached evidence of insurance. CAO A ® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 09/10/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: "`MARSH USA INC PHONE _......_...._..i FAx 1166 AVENUE OF THE AMERICAS (Arc. o.N ETW _ (A C,Nol: NEW YORK,NY 10036 E-MAIL Phone:866-966-4664 ADDRESS: Emcor.Certrequest©marsh.com/Fax:203-229-6787 INSURER(S)AFFORDING COVERAGE NAIL# CN102796740-POOLE-COM-22-23 INSURER A:__caglin II Casualty Company 20443 INSURED INSURER e: American Casualty Company of Reading_PA 20427 POOLE&KENT COMPANY OF FLORIDA 20494 1781 N.W.NORTH RIVER DR. INSURER C: Transportation Insurance Co............................... ...._._—.^_ MIAMI,FL 33125 INSURER D: Cent!nentat.1011000—Cornpany 35289....._....._� INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: NYC-009223892-37 REVISION NUMBER: 22 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. ._.._L ...._....................__.._...._.._._...._...._..w_ _ _. ...__......_.. ADD POLICY F INSR ___ TYPE OF INSURANCE INSD SUER POLICY NUMBER IMMIDDIYYYYI IMM100 POLICY LIMITS LTR INSD 1YVD A X COMMERCIAL GENERAL LIABILITY GL 7034187267 10/01/2022 10/0112023 EACH OCCURRENCE i$ 5,000.000 `DAMAGE TO RENTED CLAIMS-MADE I X I OCCUR PREMISES(Ea occurrence) i$ 1,000,000 MED EXP(Any one person) j_a.................._._........_._ 25,000 — PERSONAL&ADV INJURY ,$ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 POLICY X JE00T- I I LOC PRODUCTS-COMP/OP AGG $ '14,000,000 OTHER' $ ED S INGLE LIMIT ' A AutOMOBILE LIABILITY BUA 7034187298 10/01/2022 1010172023 (CFAO Ma foi c I f Ndont) $ 5,000,000 x ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Par accident) $ HIRED NON-OWNED PROPERTY DAMAGE S x AUTOS ONLY X AUTOS ONLY ,-,jeer accident_ _............._.....-- Auto Physical Damage $ Included D X UMBRELLA LIAB X OCCUR CUE 7015644968 10/01/2022 10/01/2023 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5.000,000 DED I X RETENTIONS 10000 I $ B I WORKERS COMPENSATION +WC 7 34187110(AOS) 10/01/2022 1 O,rotf2023 .X I.,PSTATUTE L._,_ 0TH AND EMPLOYERS'LIABILITY D j ANYPROPRiETORIPARTNERJEXECUTIVE YIN WC 7 34181601(CA) 10/01/2022 10/01/2023 EAL,EACH ACCIDENT $ 1.000,000 I OFFICER/MEW ER EXCLUDED? N C I(Mandatory In NH) NIA WC 7 34187558(AZ,OR,WI) 10/01;2022 10/01/2023 E L.DISEASE-EA EMPLOYEE $ 1,000,000 I If yes.,describe under 1.000,000 I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I • DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) EVIDENCE OF COVERAGE CERTIFICATE HOLDER CANCELLATION POOLE&KENT COMPANY OF FLORIDA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1781 N.W.NORTH RIVER DR. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MIAMI,FL 33125 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA inc. 'fl2 44 ?LSr4 1osc. ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CAO AGENCY CUSTOMER ID: CN102796740 LOC#: Norwalk ..--""""4 ACORCP ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED "'MARSH USA INC POOLE S KENT COMPANY OF FLORIDA 1781 N.W.NORTH RIVER DR. POLICY NUMBER MIAMI.FL 33125 CARRIER NAIC CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance AUTO PHYSICAL DAMAGE COMP;COLL DEDUCTIBLE$500 IN THE EVENT OF CANCELLATION OR MATERIAL CHANGE THAT REDUCES OR RESTRICTS THE INSURANCE AFFORDED BY THIS COVERAGE PART(OTHER THAN THE REDUCTION OF AGGREGATE LIMITS THROUGH PAYMENT OF CLAIMS AS APPLICABLE),INSURER AGREES TO MAIL PRIOR WRITTEN NOTICE OF CANCELLATION OR MATERIAL CHANGE TO:CERTIFICATE HOLDER SCHEDULE 1.NUMBER OF DAYS ADVANCE NOTICE:FOR ANY STATUTORILY PERMITTED REASON OTHER THAN NONPAYMENT OF PREMIUM,THE NUMBER OF DAYS REQUIRED FOR NOTICE OF CANCELLATION AS PROVIDED IN PARAGRAPH 2 OF EITHER THE CANCELLATION COMMON POLICY CONDITIONS OR AS AMENDED BY THE APPLICABLE STA IL CANCELLATION ENDORSEMENT IS INCREASED TO THE LESSER OF 60 DAYS OR THE NUMBER OF DAYS REQUIRED IN A WRITTEN CONTRACT. FOR NON-PAYMENT OF PREMIUM.THE GREATER OF(I)THE NUMBER OF DAYS REQUIRED BY STATE LAW OR(2)THE NUMBER OF DAYS REQUIRED BY WRITTEN CONTRACT. 2.NAME: NOTICE WII.L.BE MAILED TO.CERTIFICATE HOLDER ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CAO Page 1 of 1 A DATE(MMIDD YYYY) CERTIFICATE OF PROPERTY INSURANCE 09/3012022 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. PRODUCER CONTACT Willis Towers Watson Certificate Center Willis Towers Watson Northeast, Inc. NH PHON: ONE 1-877-945-7378 1-888-467-2378 c/o 26 Century Blvd ..1NG,No..€ (A!Cx11:._.._____ ._..—.____.._._................_.___ {AIC,No): P.O. Box 305191 EMAIL certificates@willis.com ADDRESS;_._, Nashville, TN 372305191 USA PRODUCER GUSTOMERID: �_..... INSURERfSLAFFORDING COVERAGE NAIC N INSURED L10 dIs 87874 Poole & Kent Company of Florida IN5URERA: y 1781 NW North River Drive INSURER B: Miami, FL 33125 INSURERC: INSURER D INSURER E: INSURER F: 1 COVERAGES CERTIFICATE NUMBER:W26218265 REVISION NUMBER: LOCATION OF PREMISES/DESCRIPTION OF PROPERTY(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Evidence of Insurance 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. IN5R TYPE OF INSURANCE POLICY NUMBER j POLICY EFFECTIVE (POLICY EXPIRATION I COVERED PROPERTY LIMITS LTR I DATE(MM/ODIYYYY) DATE(MM/OD/YYYY) X I PROPERTY I I BUILDING 1$ [CAUSES OF LOSS DEDUCTIBLES I PERSONAL PROPERTY I$ .._...,BASIC BUILDING BA I X BUSINESS INCOME .$ 1,000,000 BROAD X I EXTRA EXPENSE $ 1,000,000 ,.__ CONTENTS X SPECIAL I RENTAL VALUE $ A _......_.. .........._... ....__..--....._._..........._.____...� B080122556U22 10/01/2022 10/01/2023 ................._._._..._..__... EARTHQUAKE I BLANKET BUILDING $ WIND I BLANKET PERS PROP FLOOD X -._._..._._...,._.....,,.. BLANKET BLDG&PP $ Included .o�v..�''',,..,:,,':. ....___; __........._._ _,.000 X ;Exclusions X :Loss Limit $ 12,500,000 • • $ X INLAND MARINE TYPE OF POLICY X-;Job Site $ 10,000,000 Builders Risk —� ...._,_........._...W..___ CAUSES OF LOSS X I In Transit $ $5,000,000 A X NAMED PERILS POLICY NUMBER I 10/01/2022 10/01/2023 X Cont Equipment mm qv pment $ $2,500,000 I._._..... 8080122556U22 X;All Risk )( Tamp Storage $ $3,000,000 I CRIME i $ TYPE OF POLICY $ ]BOILER S MACHINERY I EQUIPMENT BREAKDOWN $ IS • I - Is SPECIAL CONDITIONS)OTHER COVERAGES(ACORD 101,Additional Remarks Schedule,may he attached If more space Is required) Cont Equipment includes owned/leased/rented/borrowed equipment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Poole & Kent Company of Florida AUTHORIZED REPRESENTATIVE 1781 NW North River Drive Qa.c me, Miami, FL 33125 ©1995-2015 ACORD CORPORATION. All rights reserved. ACORD 24(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 23132298 aATcs, 2688237 CA O Page 1 of 1 ACsp DATE(MMIDDIYYYY) ...+� CERTIFICATE OF LIABILITY INSURANCE 10/28/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis Towers Watson Certificate Center NAME: Willis Towers Watson Northeast, Inc. 7.........................._. -..........,___�_ c/o 26 Century Blvd PHONE No.Est): 1-877-945-7378 -- fAIC No): 1-888-467-2378 P.O. Box 305191 ADDRESS: certifieatea8willis.com Nashville, TN 372305191 USA _ mm INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Berkley Assurance Company 39462 INSURED INSURER B: Poole t Kent Company of Florida . .-...___..—___ _._..._�.-................�. 1781 NW North River Drive _INSURERC: � Miami, FL 33125 INSURER O: INSURER E INSURERF: COVERAGES CERTIFICATE NUMBER:W26517092 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. INSRTYPE OF INSURANCE INS() UBR • POLICY EFF POLICY EXP ' LTR INSD WVQ I N LIMITS POLICY NUMBER MMIODlYYYVI (MMIDOYYY}� COMMERCIAL GENERAL LIABILITY ,EACH OCCURRENCE• $ • r`CiF"CMAGE-70 RENTED CLAIMS-MADE OCCUR (PREMISES(Ea occurrence ._$....__._...___„„_ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GE AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY I Tei l J LOC PRODUCTS COMP/OP AGG $ JECT .................._.. _ ..._....._......___ OTHER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT(Ea occident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per awldent) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I 1 RETENTION$ $ WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY Y/N STATUTE,,L RH ANYPROPRIETORJPARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT OFFICER/MEMBEREXCLUDED7 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes.describe under ---.- __--,.__.._._.........__........... DESCRIPTION OF OPERATIONS below E.L.DISEASE•POLICY LIMIT $ A Pollution Liability PCAB-5021542-1022 10/31/2022 10/31/2023 Per Occurrence $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more specs Is required) Evidence of Insurance. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Poole & Kent Company of Florida AUTHORIZED REPRESENTATIVE 1781 NW N. River Drive 91-t "4 . � .'Miami, FL .33125 � ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 23256492 BATCH: 2723147 CAO //�� �-1!\L_J� Page 1 of 1 Ayry PATE(MMIQQ(YYYY) t./� CERTIFICATE OF LIABILITY INSURANCE 10/28/2022 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 1 CONTACT Willis Towers Watson Certificate Center NAME: Willis Towers Watson Northeast, Inc. PHONE......................1-...7_ [FAX c/o 26 Century Blvd _(AIC.,_No.EMI; 1-87-945-7378.............__......_..............._........_ojc,Noi, 1-888-467-2378 P.O. Box 305191 EMAIL ADDRESS; certificates@willis.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC INSURERA: Berkley Assurance Company 39462 INSURED INSURER B Poole L Kent Company of Florida : f 1781 NW North River Drive INSURER C: Miami, FL 33125 INSURERD: INSURER E INSURER F: I COVERAGES CERTIFICATE NUMBER:W26517088 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 ......................__._...___._.___._._...._.____ADDL SUER __.........................._ -- POLICY EFF i....POLICY EXP... LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DDIYYYY) IMMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAM?VS€TO RENTCG CLAIMS-MADE I OCCUR PREMISESjEa ocpungnce) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENII AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- .......................__. POLICY _1 JECT LOC PRODUCTS•COMP/OP AGG $ OTHER. AUTOMOBILE LIABILITY COMBINED SINGLE LIMiT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident] $ .,._,_,. AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ - AUTOS ONLY , AUTOS ONLY (Per acddentL_ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I [RETENTION$ $ WORKERS COMPENSATION PEA AND EMPLOYERS'LIABILITY -..,.._,..ISTATUTE ERH 'ANYPROPRIEI OR/PARTNER/EXECU'IIVE YIN NJA E.L.EACH ACCIDENT $ 1 OFFICER/MEMBEREXCLUDE09 I I -,--•----------__. ._.._.............. (Mandatory In NH) E.L.DISEASE_EA EMPLOYEE $ It yes,describe under -------.......____....__...__.........._._____„. _.._._.......____ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability PCAB-5021542-1.022 10/31/2022 10/31/2023 Per Claim 42,000,000 Aggregate $2,000,000 � 1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Evidence of Insurance CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Poole & Kent Company of Florida 1781 NW N. River Drive /} J , •� Miami, FL 33125 12 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 23256492 BATCH, 2723147 CAO Poole & Kent Contractors Bonding An EMCOR Company SURETY COMPANIES Travelers Casualty&Surety Chubb&Son Company of America a division of Federal Insurance Company 343 Thornall Street,5th Floor 3 Mountainview Road,Suite 103 Edison,NJ 08837-2238 Warren,NJ 07059 Contact:Lindsay Oddi Contact: Justin Shangold P:732-321-5616 P:908 360 7927 Rated A++(Superior) Rated A++(Superior) BONDING AGENT Alliant Insurance Services,Inc. 333 Earle Ovington Blvd.,Suite 700 Uniondale,NY 11553-3610 Contact:Nelly Renchiwich P:516-414-8905 Florida License#W447916 Florida Resident Agent(s) 7108 Fairway Drive,Suite 225 2701 N Rocky Point Drive,Suite 960 Palm Beach Gardens,FL 33418 Tampa,FL 33607 Contact:Peter F.Jones Contact: Peggy Ginem P:561-214-6371 P:813-462-5621 BONDING CAPACITY AGGREGATE $500,000,000 INDIVIDUAL PROJECT $200,000,000 CAO Collier County Solicitation 23-8116 Co pier County Procurement Services Division FORM 9—CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor(vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above- mentioned project;and, 2. Indicate if the information produced was obtained as a matter of public record(in the"sunshine")or through non- public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified,may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses, that,to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational. or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Poole&Kent Company_of Florida ram'" Company Name Signature Patrick H, Carr, President&CEO Print Name and Title State of Florida County of Miami-Dade The foregoing instrument was acknowledged before me by means of Q physical presence or❑ online notarization, this 16th day of May (month), 2023 (year),by Patrick H. Carr (name of personae ;;�H •� WENDY CAMPBELL MY COMMISSION it HH 062370 (Signature of Notary Public-State of Florida) EXPIRES:February 1,2025 am•. Wendy Campbell 1 ca a° Bonded Thai Notary Public Underwriters ~—="' t int,Type,or Stamp Commissioned Name of Notary Public) Personally Known OR.Produced Identification Type of Identification Produced 5/4/2023 6 05 AM p.18 CAO Collier County Solicitation 23-8116 Co e'r County Procurement Services Division FORM 1.0—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,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, fur the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further,the vendor agrees that if awarded a contract for these goods and/or services,the vendor will not be eligible to compete,submit a proposal,be awarded,or perform as a sub- vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 16th day of May ,2023 in the County of Miami-Dade ,in the State of Florida Firm's Legal Poole& Kent Company of Florida Name: Address: 1781 N.W. North River Drive City,State,Zip Miami, FL 33125 Code: Florida F04000003751 Certificate of Authority Document Number 75-3163466 Federal Tax Identification Number N/A • *CCR#or CAGE Code *Only if Grant • Funded Telephone: 305-325-1930 Email: brianm@pkflorida.com (Brian D. MacClugage, Executive Vice President) signature by: Patrick H.Carr (Typed and written). Title: President&CEO Witness: A.C— andy Campbell 5/4/2023 6:05 AM p,16 CAO Collier County Solicitation 23-8116 Additional Contact Information Send payments to: Poole & Kent Company of Florida (required if different Company name used as payee from above) Contact name: Richard Harrington Title: Chief Financial Officer Address: 1781 N.W.North River Drive City,State,ZIP Miami, FL 33125 Telephone: 305-325-1930 Email: richardh@pkflorida.com Office servicing Collier Same as above County to place orders (required if different from above) Contact name: Title: Address: City,State,ZIP Telephone: Email: Secondary Contact for Brian D. MacClugage, Executive Vice President this Solicitation: Ga»ail: brianm@pkflorida.com Phone: 305-325-1930 5/4/2023 6:05 AM p.20 pp//�� CAO Collier County Solicitation 23-8116 Co • yer County Procurement Services Division FORM 11-IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed,notarized 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, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's bid. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's 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 PROPOSAL/BID MAY DEEM THE VENDOR 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 he 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))that it is aware of and in compliance with the requirements set forth in Florida Statutes 448.095,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. Poole&Kent Company of Florida L Company Name ."'----ps......t..... ..... Signature Patrick H. Carr, President&CEO Print Name and Title state of Florida County of Miami-Dade The foregoing instrument was acknowledged before me by means of El physical presence or❑ online notarization, this 16th day of Ma month 2023 (year),by Patrick H.Carr (name of person acknowled i �"`" aiarr�""--" k -�4 / :r,,•.1t.�,�, Vv'GNDYCAtviPBELI • A ' MY COMMISSION#HH 062370 ' --t. („,-..''''.---'''''—' ±,;�E7T.' EXPIRES:February 1,2025 _ (Signature of Notary Public-State of Florida) '`PP!;°'' Bonded ThruNolary Public Underahters Wendy Campbell (Print,Type,or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced 5/4/2023 6:05 AM p.21 • CAO Collier County Solicitation 23-td11b FORM 12-BIDDERS CHECKLIST IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. Please read carefully,sign in the spaces indicated and return with your Bid. FAILURE TO PROVIDED THE BID DOCUMENTS MAY BE GROUNDS TO DEEM YOU NON-RESPONSIVE/NON- RESPONSIBLE. Bidder should check off each of the following items as the necessary action is completed: I. The Bid has been signed.'/ 2. The Bid prices offered have been reviewed 3. The price extensions and totals have been checked' 4. Bid Schedule has been completed and attached 5. Any required drawings,descriptive literature,etc.have been included. N/A 6. Any delivery information required is included. N/A 7. The following on-line standard documents have been reviewed and accepted in BidSync: a. Construction bid instructions form b. Construction services agreement V c. Purchase order terms and conditions V 8. All of the following hid forms have been completed and signed: a. Bid Form(Form 1)1 b. Contractors Key Personnel(Form 2)V c. Material Manufacturers(Form 3)V d. List of Major Subcontractors(Form 4) V e. Statement of Experience(Form 5)V f. Trench Safety Act(Form 6) V g. Bid Bond Form(Form 7)V h. Insurance and Bonding Requirements(Form 8)V i. Conflict of Interest Affidavit(Form 9)1 j. Vendor Declaration Statement(Form 10) V k. Immigration Law Affidavit Certification(Form 11)MUST be signed and attached with your submittal. I. Signed Grant Provisions and Assurances package in its entirety, if applicable,are executed and should he included with your submittal. N/A 9. Copies of required information have been attached a. Business tax Receipt(Collier County Businesses Only) b. Company's E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida(sunbiz.org) d. Any required professional licenses---valid and current(myfloridalicense.com) (ie:General Contractors license,Underground Utility and Excavation,Builders, Trade Contractors,etc.,as applicable,requested andlor required.)J e. Vendor W-9 Form`/ 10. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. 1 l. Any addenda have been signed and acknowledgement form attached and included/ 12. The Bid will be uploaded in time to be received no later than the specified opening date and time,otherwise the Bid cannot be considered.'/ 5/4/2023 6:05 AM p.22 CAO Poole & Kent Contractors Corporate Data Sheet An EMCOR Company Name: Poole & Kent Company of Florida State of Incorporation: Delaware Date of Incorporation: June 21, 2004 Federal I. D. Number: 75-3163466 Florida Document No. F04000003751 Stock: 1,000 shares $.01 par value Stockholder: MES Holdings Corporation Qualified in the following states: Florida July 1, 2004 DIRECTORS R. Kevin Matz OFFICERS Patrick H. Carr President/Treasurer/Chief Executive Officer (authority resolution) Richard Harrington Chief Financial Officer/Secretary Brian D. MacClugage Executive Vice President/Asst. Secretary (authority resolution) David Strickland Senior Vice President/Asst. Secretary (authority resolution) Asif Shaikh Senior Vice President Kevin Smith Vice President David BuShea Vice President Wendy Campbell Vice President R. Kevin Matz Vice President Jason Nalbandian Vice President Mark M. Porto Asst. Secretary RESIDENT AGENT Corporation Service Company 1201 Hays Street Tallahassee, FL 32301 Headquarters..Matm Dade C:omgry 1.751.NM-North giver Dr,v!: Miami,r133125 r:305325-393C CAO 4 Poole & Kent Contractors State of Florida Authorization Certificate An EMCOII Company State of Florida Department of State I certify from the records of this office that POOLE&KENT COMPANY OF FLORIDA is a Delaware corporation authorized to transact business in the State of Florida,qualified on July 1,2004. The document number of this corporation is F0400000375I. I further certify that said corporation has paid all fees due this office through December 31,2023,that its most recent annual report/uniform business report was filed on April 17,2023,and that its status is active. I further certify that said corporation has not tiled a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourth day of May,2023 b"0s n�t � ` c '-;iliZ7 c1,''‘V ' Al 0,1 sit 7 '" C '` ` !u Secretory of State Tracking Number:7601716461C'U To authenticate this certinvate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunhiz.orglhilings/Certificate(NStatus/CertincateAuthentication CAO State of Florida Contractor Licenses $ Poole & Kent Contractors Ex iration Date: Au ust 31 , 2024An Fcny '7riC X Rw(1,,So>tix.Goxorrnx 6 :a is S.G'r8rin,Ses-Harr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES it It STRICKLAND,DAVID ALAN POOLE&KENT COMPANY OF FLORIDA 1781 NW NORTH RIVER DRIVE MIAMI FL33125 LICENSE NUMBER:CGC061808 EXPIRATION DATE: AUGUST 31.2024 Always verify licenses online at MyFloridaLicense.cow Pa.t `r''�` ' Do not alter this document in any form. -4 This is your license.It is unlawful for anyone other than the licensee to use this document. Ron L e5Fnila.COW,nor Melok 5.Cintfin,Sarrraty E � aj � dbpr STATE OF FLORIDA .«.�% DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE MECHANICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES STRICKLAND,DAVID ALAN POOLE&KENT COMPANY OF FLORIDA 1781 NW NORTH RIVER DRIVE MIAMI FL 33125 LICENSE NUMBER:CMC057192 EXPIRATION DATE: AUGUST 31,2024 Always verify licenses online at MyFloridalicense.corn Cs.`'rt KO 'u�;v �' r �.x�. Do not alter this document in any form. r j f This is your license.It is unlawful for anyone other than the licensee to use this document. be CAO Poole & Kent State of Florida Contractor Licenses Contractors Ex iration Date: Au ust 31 , 2024 An EMCOR Company tayfV ROO CX''SOnti.Gn+rnwr Mcid,5.Grim,Snrrehiv STATE OF FLORIDA ` -TM DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I CONSTRUCTION INDUSTRY LICENSING BOARD THE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES STRICKLAND,DAVID ALAN POOLE&KENT COMPANY OF FLORIDA 1781 NW NORTH RIVER DRIVE MIAMI FL 3312S LICENSE NUMBER:CFC057380 EXPIRATION DATE: AUGUST 31,2024 Always verify licenses online at MyFlnridaLkense.cotn Do not alter this doamient in any form. Irrt lw This it your license.It is unlawful for anyone other than the licensee to use this documentMil hi Rot,DoSartis.GOVernm frown 5.(Hffln.terwarOO 44.4 -' d b . STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE.UNDERGROUND UTII.ITY&EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES STRICKLAND,DAVID ALAN POOLE&KENT COMPANY OF FLORIDA 1781 NW NORTH RIVER DR MIAMI FL 33125 LICENSE NUMBER:CUC1223771 . EXPIRATION DATE:AUGUSTUS_ T 31.2024 Always verity Ikxnses(mine at MyFloridalicense_cum Do not alter this document in any form. ❑��yfi3: This is your license.It is unlawful for anyone other than the licensee to use this document. • r•:-ram, CAO • Pooh & Kent State of Florida Contractor Licenses ,,. Contractors Expiration Date: August 31 , 2024 AnEMCOACompany Ron Or5wntis.Grnetnor Mo anle S.GNrrta.imrevnry i dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES STRICKLAND,DAVID ALAN POOLE&KENT COMPANY OF FLORIDA 1781 NW NORTH RIVER DR MIAMI FL 33125 LICENSE NUMBER:EC13002938 EXPIRATION DATE:AUGUST 31,2024 Always verify licenses online at MyFlaridaLicensr..com as rtfDo not.alter this document in any form. Q1 ,P..hz This is your license.It Is unlawful far anyone other than the licensee to use this document. Rnn rr,Se to(*meow Melanie i.Gnftin,Ser.retary tpr ,, STATE OF FLORIDA Wi° DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE POLLUTANT STORAGE SYSTEMS CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES STRICKLAND,DAVID ALAN POOLE&KENT COMPANY OF FLORIDA 1781 NW NORTH RIVER DR MIAMI FL 33125 LICENSE NUMBER:PCC1256776 EXPIRATION DATE:AUGUST 31,2024 Mways verity ticeans.,s online at MyFlnridaLicense.com P,Tj} , y rn.5,�3�, Do not alter this document in any form. S°,t. This is your license.It is unlawful for anyone other than the licensee to use this document. CAO 5/16/23,9:30 AM Detail by Entity Name cc R PURA9i,i Tt:ia / D v SW of Corporal one / Search Recorrs I Search l y Lntiir Nome I Detail by Entity Name Foreign Profit Corporation POOLE&KENT COMPANY OF FLORIDA Filing]nfgrmatlan Document Number F04000003751 FEI/EIN Number 75-3163466 Date Filed 07/01/2004 State DE Status ACTIVE Principal Address 1781 N.W.NORTH RIVER DRIVE MIAMI,FL 33125 Mailing Address 1781 N.W.NORTH RIVER DRIVE Attn.:CFO MIAMI,FL 33125 Changed:05/12/2020 Registered Agent NamliAd.d.[ess CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE,FL 32301-2525 Offiger/Director Detail Name&Address Title Senior Vice President/Asst.Secretary STRICKLAND,DAVID A 1781 N.W.NORTH RIVER DRIVE MIAMI,FL 33125 Title Executive Vice President MACCLUGAGE,BRIAN 1781 N.W.NORTH RIVER DRIVE MIAMI,FL 33125 Title President,Treasurer,CEO CARR,PATRICK H 1781 N.W.NORTH RIVER DRIVE MIAMI,FL 33125 Title CFO,Secretary https://search.sunbiz,org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=POOLEK..cAI 2u 5/16/23,9:30 AM Detail by Entity Name HARRINGTON,RICHARD 1781 N.W.NORTH RIVER DRIVE MIAMI,FL 33125 Title VP,Director Matz,R.Kevin C/O EMCOR GROUP,INC.,301 MERRITT SEVEN 6TH FLOOR NORWALK,CT 06851 Annual,gepoj Report Year Filed Date 2021 04/06/2021 2022 04/22/2022 2023 04/17/2023 Qacument ImagQ1 Q40 712023-ANNUAL REPORT [ View image in POF format 04t2212Q22-ANNUALREPORT Viow image in PDF format 04/0612n21-ANNUAL REPORT View image in PDF format nnn S?n:n--A6iENDEO ANNUAL REPORT View image In POF format Q5t12/2020-ANNUAL REPORT View image in PDF format 09/23/2019-AMENDED ANNUAL REPORT View image in PDF format 04/22/2019-AN.N.URLiiEPE'LR? ........_View image in PDF format 04/26/22018--ANNUAL REPORT View image in PDF format r View image in PDF'armat 04/21/2018 •ANNUAL REPOR'' View image in PDF format 01/12/2015-ANNUAL REPORT View image in PDF formal 4 1 'r!f 1.4-_i.ANNVA...REE0R'. View image in PDF format `. Q4/2/.2.Q.t .ANt'O.UAi.B..5PQRI View image in PDF format 07/1012012-ANNUAL REPORT View image in PDF format 54/23/2012--ANNUALRFPC1RT View image in PDF format Q5/18j2Qi 1--ANNUAL REPORT View image in PDF fnrrt.,t r' 3V2911--ANNUAL REPORT View image in PDF ro•mat U4'^„812214.-A N iA (DEPORT ..._.View image in PDF format 04/0212006-ANNUAL REPORT View image in PDF format 03/18/2008--ANNUAL REPORT View image in PDF rennet 01/f 9i2007-ANNUAL REPORT View image in PDF format • 02t07/2M--ANNUAL REPORT View image in PDF format fgEgiag.05 jjryjN�� R yZT View image in PDF format 07/01/2004--Foreign Profit View image in PDF format https://search.su n biz.org/Inquiry/Corporation Search/SearchResu ItDetai l?in quirytype=E ntityName&directionType=l n itial&sea rch N ameOrder=POO L E K... 2/2 CAO ���//� Request for Taxpayer Give Form to the Form ■■ (Rev.October 2018) Identification Number and Certification requester,Do not °apartment of the Treasury send to the IRS, Internal Revenue Service I►Go to www.irs.gov/FormW9 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, Poole& Kent Company of Florida 2 Business name/disregarded entity name,if different from above 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 R following seven boxes, certain entities,not individuals;see to. instructions on page 3): o Q Individual/sole proprietor or ® C Corporation ❑S Corporation 0 Partnership ❑Trust//estate single-member LLC c Exempt payee code(if any) o. o ❑ Limited liability company.Enter the tax classification(C=C corporation.S=S corporation,P-.Partnership)► o 2 Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Oo not check Exemption from FATCA reporting = n 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(it any) ''oc another LLC that is not disregarded from the owner far 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 El Other(see instructions)► [AP vs to accovnnnr+Nr+eu v,vete the 0..5) to 8 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) A 1781 N.W. North River Drive 6 City,state,and ZIP code Miami, FL 33125 7 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other — entities,it is your employer identification number(EIN).If you do not have a number,see Now 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. 7 5 - 3 1 6 3 4 6 6 Part 11 Certification Under penalties of perjury,t 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.I 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.I 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 require to sign the certification,but you must provide your correct TIN.See the instructions for Part il,later. Sign Signature of RicnaM Nvmi:,atnn.cniof riNf14810t6M, Here u.s.person► kfi\ ' PoMeaxentcampanyotRonda Data► January 1, 2023 General Instructions •Farm 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 •Form 1099-B(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.irs.gov/FormW9. •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(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-C(canceled debt) (SSN),Individual taxpayer Identification number(ITIN),adoption .Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (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. If 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) CAO w Company ID Number: 610083 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 The Poole & Kent Company of Florida (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 I-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 CAO s r 1 fy Company ID Number: 610083 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 OHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s)to complete the Form 1-9, 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify OHS 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 "' 13i1111 Company ID Number: 610083 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(I)) 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-Venfy MOU for Employers I Revision Date 06/01/13 CAO er fy Company ID Number: 610083 (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 OHS 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 VII 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 VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify( dhs.gov. Please use"Privacy Incident— Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO Company ID Number: 610083 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 OHS. 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 CAO apt ,, Company ID Number: 610083 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 rify . . hill!! Company ID Number: 610083 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 CAO rify 4tRlrr Company ID Number: 610083 b. Photo verification checks (when available) on employees. 2. OHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. OHS agrees to provide the Employer names, titles, addresses, and telephone numbers of OHS 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 OHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. OHS 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. OHS agrees to provide a means of secondary verification (including updating OHS records) for employees who contest OHS 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 OHS, unless OHS 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 „,..° ”: IIIEhI„,,.. Company ID Number: 610083 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 CAO Mal I Y Company ID Number: 610083 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 OHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO ,' „ 1NUd,_a Company ID Number: 610083 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 OHS. 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 OHS 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 OHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 C A© „413,„ EVenly Company ID Number: 610083 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 CAO • lyt11411i �'" Company ID Number: 610083 Approved by: Employer The Poole&Kent Company of Florida Name (Please Type or Print) Title Carla J Woodall Signature Date Electronically Signed 10/18/2012 Department of Homeland Security—Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 10/18/2012 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO e . -V .. ... ifif Company ID Number: 610083 Information Required for the E-Verify Program Information relating to your Company: The Poole&Kent Company of Florida Company Name 1781 NW North River Drive Miami,FL 33125 Company Facility Address Company Alternate Address County or Parish MIAMI-DADE Employer Identification Number 753163466 North American Industry 237 Classification Systems Code EMCOR Group Parent Company Number of Employees 100 to 499 Number of Sites Verified for 5 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO at .... e ., ,,, ,,.,* ,i.,.,. „.100.3„, Company ID Number: 610083 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 5 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO . „ ai. f z`' .. F IiEP Company ID Number: 610083 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Richard Harrington Phone Number (305)325-1930 ext. 1950 Fax Number (305)325-0290 Email Address richardh@pkflorida.com Name Carla J Woodall Phone Number (305)325-1930 ext. 1956 Fax Number (305)324-0522 Email Address carlaw@pkflorida.com Page 16 of 17 E-Verify MOU for Employers Revision Date 06/01/13 CAO �� e E-Verily Company ID Number: 610083 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO Business Tax Receipt Poole &Kent Contractors Collier County (2022-2023) An EMCOR Company COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 170060 COLLIER COUNTY TAX COLLECTOR-2800 N.HORSESHOE DRIVE-NAPLES FLORIDA 34104-(239)252-2477 VISIT OUR WEBSITE AT:roww.colliertaxcollector.com THIS RECEIPT EXPIRES SEPTEMBER 30,2023 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION, LOCATION: 5633 STRAND BLVD#313 FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS ZONED:COMM!PUD BUSINESS PHONE: 305-325-1930 LEGAL FORM POOLE&KENT COMPANY OF FLORIDA STATE OR COUNTY LIC#:CGC061808 Corporation STRICKLAND, DAVID 1-10 EMPLOYEES PO BOX 420556 MIAMI, FL 332420556 CLASSIFICATION: 05-GENERAL CONTRACTOR -THIS TAX IS NON-REFUNDABLE- CLASSIFICATION CODE. 05100101 DATE 07/25/2022 AMOUNT 18,00 This document is a business tax only.This is not certification that licensee is qualified, RECEIPT 502-23-00078557 It does rot permit the licensee to violate any existing regulatory zoning laws of the state,county,or cities nor does it exempt the licensee from any other taxes or permits that may be required by law, 5 L1sw C z tr r.1° u c r uv North tooth Ou th i.- ntrr t.oloor'jtro F3; 6;tn;ni,Ft.. :S 2F; ru;no t.?'LZthF1C1C Fthrtatti 3 x.1030 CAO Business Tax Receipt _ Poole &Kent Contractors Miami-Dade County (2022-2023) AnEM OR Company ?7a Local Business Tax Receipt Miami-Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 5567574 BUSINESS NAMEA.oc*ttotN RECEIPT Nri.. EXPIRES POOLE& KENT COMPANY OF FLORIDA RENEWAL SEPTEMBER 30,2023 1781 NW N RIVER DR 5807566 Must be displayed at place of buss, ss MIAMI FL 33125 Pursuant to County Code Chapter BA-Art 9&10 OWNER SEC.TYPE Of BUSINESS PAYMENT SKEWS) POOLE&KENT COMPANY OF FLORIDA 196 GENERAL BUILDING CONTRACTOR OS TAX COLLECTOR C00061608 545.00 07/25/2022 Worker(s) 10 CHECK21-22-056403 This Local Business Talc Receipt only confirms payment of the Local Business Tax.The Receipt to not a license. permit,or a certification of the hullo"s qualifications,to do business. Holder must comply with any governmental or nongovernmerdal regulatory taws and mquirements which apply to the business. The RECEIPT NO above must be displayed on all commercial vehicles-Miami-Dade Code Sec Sa-279 for more infomratton,visitwwwrNy, tislAkegy! UffkOtgt f:d Local Business Tax Receipt i Miami-Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 111 5567590 BUSINESS NAMEAOCATION Rf:GI TNO EXPIRES POOLE&KENT COMPANY OF FLORIDA RENEWAL SEPTEMBER 30,2023 1781 NW NORTH RIVER DR 5807582 Must No displayed at place of business MIAMI FL 331 25-23 1 1 Pursuant to County Code Chapter BA-Art 9&10 OWNER SEC TYPE Of COSINESS PAYMENT AMMO POOLE&KEN7 COMPANY OF F.ORIDA 196 GENERAL MECHANICAL CONTRACTOR ay tAx COuimp CMC057152 545.00 07/25/2022 Workers) 10 CHECK21-22-055742 This Local Retirees Tart Receipt Daly confirms partial at the Local Bosnian Tax The Receipt is riot a license, permit,or a certification of the holder squaldications.to do busitass fielder must comply with any yavemmeatal or nongovernmental regulatory laws and requirement which apply to the business. The RECEIPT NO,above must be displayed on all commercial vehicles-Miami-Dade Code Sec es-270 For more information,visit pgentjduLage ryj(axco or CAO EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Bradley Rucker Construction Superintendent Dave Springhetti Construction Superintendent Tom Kemink Construction Superintendent David Blanchard Project Manager 10 Construction Services Agreement:[2022_ver.3] CA EXHIBIT B-1: PUBLIC PAYMENT BOND ITB#23-8116 Bond No. 107855599/K41724742 Contract No. 23-8116 KNOW ALL MEN BY THESE PRESENTS: That Poole&Kent Company of Florida 1781 N.W. North River Drive, Miami, FL 33125 , as Principal, and Travelers Casualty and Surety Company of America , as Surety, located at One Tower Square,Hartford,CT 06183 (Business Address) are held and firmly bound to Collier County Board of County Commissioners as Obligee in the sum of Fifty-Five Million Six Hundred Sixty Thousand Dollars and Zero Cents ($55,660,000 ) 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 11 r~ day of J✓iv 20 7-3 , with Obligee for North County Water Reclamation Facility(NCWRF)Pretreatment Facility in Collier County accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein 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 255.05(2). 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 19th day of June 20 23 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. it Construction Services Agreement:[2022_ver.3] CAO Signed. sealed and delivered in the presence of: -__ PRINCIPAL Poole&Kent Company of Florida David A. Strickland,Assistant Secretary BY: Witnesses as to Principal NAME: Pat k H.Carr ITS: President&CEO STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknoyrledged before me by means of ® physical presence or ❑ online notarization, this YCl day of June , 2023 , by Patrick H.Carr , as President&CEO of Poole&Kent Company of Florida , a Delaware 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: February 1,2025 _ (Signature of Notary Public) �'Pp�4, WENDY CAMPBELL I WendyCampbell ' 0 ;= tvtY COMMISSION#HH062370 NAME: p trrt %;rc/p, o;- EXPIRES:February 1,2025 ',`:^,F' -,` ' Bonded Thru Notary Public Underwriters (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of 1 01" t& Commission No.: Oly 23"1D ATTEST: SURETY: Travelers Casualty and Surety Company of America & Federal Insurance Company (Printed Name) TR-One Tower Square, Hartford, CT 06183 FE-202E Hall's Mill Road, Whitehouse Station, NJ 08889 (Business Address N/A N/A (Authorized Signature) N/A N/A Witnesses to Surety (Printed Name) 12 Construction Services Agreement:[2022_ver.3] th.T OR 7/1 As Attor(Attach4//pe/1irA,,,, ower of Attorney) Nelly Renchiwich, Attorney-in-Fact l nesse (Printed Name)Non-Resident Ucense#W447916 Alliant Insurance Services, Inc. 333 Earle Ovington Blvd., Suite 700 Uniondale, NY 11553 (Business Address) (516)414-8900 (Telephone Number) STATE OF New York COUNTY OF Nassau The foregoing instrument was acknowledged before me by means of physical presence or ❑ online notarization, this 16th day of June , 2023 , by Nelly Renchiwich , as Attorney-in-Fact I rave ers Casualty and Surety Company of America& a CT& IN corporation, on Of Federal Insurance Company 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: April 20, 2026 04 (Signature of Notary Public) Name: Camille Maitland (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: New York Commission No.: 01MA6006044 CAMILLE MAITLAND Notary Public-State of New Wilt No.01 MA6006044 Qualified in Nassau County Commission Expires April 20,2026 13 Construction Services Agreement:[2022_ver.3] CAO y U . G S' you_ T 5. 0 o U N F -1 Y C V: 1. y L V L W ww,, W 0 O a, @ C p CU w O Q 0 N .0 C •y O C 0 O c E /� 0 m o c o m a CV T a u t/1 0 ▪ o " = o W N CD a O c c m o m 'o O .,s g LL -a 0 cor m 3 3 t ^` E c 0 = j - N .0 J L Co) a U CD t0 w@ C 15 0,S 0 N Z R• .T17 c! a, coC C o.)l 0 ry U O Cm .44 CI) in V a, `6 . 0 m °• � E Q E u o —n @ 3 0 8 CU W 8, @ w N U co -0 6T. !171:41 4 U u) = X O2. N • o ,1i 0@@ N O N O • O@ — ,F U N C 11.0 23 O U m ; ‘aQ y c r. a) L 00 • 0 0 0 0 U 7 _ all Cg W U 0 -O >. O N C L O h- O N To m a c u := O• C@ @ LL T y C 44eal 0 IAAd a) as @ a, @ - ° f U_ > Id. a) > C W cn V U •U O O@ N N 8 U L O Q� @ O C U o _ O A Q O m ' m o p `o v U 0 F. r ..= CI a 3 O N O U O J 8 O ° m ° i N c s@ L LL ' @ A = O 0 z @ o -o N@@ 0 • O a o 5 n 3 1 O c m L -o n m a J m m m o 72 :-E" O W N 0 E � m > m z L "C' T I 5 c o vi F m �T z W L O E , c 8 ICI U) W/� _U L • E 5 N ° x o a z C V I- = a) 0 8 JO N U O (n cn Ow co @T-° +' W Z .N N e ' N t c , , AE U O IO D_ M w Z Q , y N g L LL 15 G) O al re O Z 0 CD co O ca a)Z • a 1 Travelers Casualty and Surety Company of America likTravelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Nelly Renchiwich of UNIONDALE New York , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April. 2021. ,���C)r,.y n,.rr aNp 4 iJ ♦L . -> CIGNN. i lai '�r/+ V R r 4 rai�fa��8 W HARTFOPlJ, A C ♦ yf� �. as State of Connecticut -I' f-4 By: City of Hartford as. Robert L.Rane enior Vice President On this the 21st day of April. 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. jPNp 4 IN WITNESS WHEREOF,i hereunto set my hand and official seal. } �i/��k, Lam/ (it: lARY i hO t My Commission expires the 30th day of June,2026 (r sM r' al-4 4 P9euC Anna P.Nowik,Notary Public .0)eof, This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies.which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman. the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity. and other writings obligatory in the nature of a bond, recognizance. or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President. any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this I I tIN day of J J 1 y , 2023, C���-tom 9� oG 1 V' A y, @ Nn�tryaC W HAHTroR). L" II�p CONK O (//J/ Y/ i/- '_ Kevintr of K E.Hughes,Assi tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31,2022 CAPITAL STOCK$6,480,000 ASSETS LIABILITIES&SURPLUS BONDS $ 4,788,996,793 LOSSES $ 1,385,257,132 STOCKS 102,639,111 LOSS ADJUSTMENT EXPENSES 133,864,803 CASH AND INVESTED CASH 20,110,068 COMMISSIONS 55,456,724 OTHER INVESTED ASSETS 5,661,540 OTHER EXPENSES 49,033,047 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 25,805,872 TAXES,LICENSES AND FEES 16,807,425 INVESTMENT INCOME DUE AND ACCRUED 42,265,766 REINSURANCE PAYABLE ON PAID LOSSES AND LOSS ADJ EXPENSES (1,738,793) PREMIUM BALANCES 308,425,453 UNEARNED PREMIUMS 1,394,161,189 REINSURANCE RECOVERABLE 57,954,515 ADVANCE PREMIUM 3,880,400 NET DEFERRED TAX ASSET 68,131,600 POLICYHOLDER DIVIDENDS 18,122,229 CURRENT FEDERAL AND FOREIGN INCOME TAXES RECOVERABLE AND INTEREST 3,250,318 CEDED REINSURANCE NET PREMIUMS PAYABLE 73,928,911 GUARANTY FUNDS RECEIVABLE OR ON DEPOSIT 1,059,482 AMOUNTS WITHHELD/RETAINED BY COMPANY FOR OTHERS 23,586,276 RECEIVABLE FROM PARENTS,SUBSIDIARIES AND AFFILIATES 14,866,600 REMITTANCES AND ITEMS NOT ALLOCATED 5,082,055 OTHER ASSETS 963,374 PROVISION FOR REINSURANCE 6,464,384 PAYABLE FOR SECURITIES LENDING 25,805,872 RETROACTIVE REINSURANCE RESERVE ASSUMED 785,441 OTHER ACCRUED EXPENSES AND LIABILITIES 188,614 TOTAL LIABILITIES $ 3,190,685,707 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,809,161,022 TOTAL SURPLUS TO POLICYHOLDERS $ 2,249,444,782 TOTAL ASSETS $ 5,440,130,489 TOTAL LIABILITIES 8 SURPLUS $ 5,440,130,489 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER,2022. -7i/4 /- CEO C' VICE PRESIDENT-FINA S��` ---1.—)-N SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC , t ` '�`x'_!'J 1 17TH DAY OF MARCH,2023 SUSAN M.WEISSLEDER Noisily Public My Commission Expires November 30,2027 -„o UB1,1 J CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Katherine Acosta, Thomas Bean, George O. Brewster, Desiree Cardlin, Colette R. Chisholm, Dana Granice, Susan Lupski,Gerard S. Macholz,Camille Maitland,Robert T.Pearson,Nelly Renchiwich,Vincent A.Walsh,Michelle Wannamaker and Ian Williams of Uniondale,New York each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 7th day of March,2023. l llv;n \l Ghhw<t..Asmst;int SLCrtlat) Sftphen\i IL•mcy.1 ice Prcvdcnt (Q) �+ y (() @4) +,4 STATE OF NEW JERSEY County of Hunterdon SS. On this 7th day of March 2023 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros and Stephen M.Haney,to me known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M.Chloros and Stephen M.Haney,being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal i• r.p Albert Cont rsi NOTARY -TARP Lit PUBLIC OF NEW JERSEY .• J No S0202369 UeL y Commission Expires August 22,2027 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney-in- fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this jai l y t's4 , 2023 \4,00`",-. 40.. • te?-- • Ikrv;n\i.f:htonte.As isI snr sixreta , ry IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903.3656 a-mail:surety@chubb.com Combined:FED-VIG-PI-WFIC-AAIC(rev.11-19) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31,2022 (in thousands) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments $ 123,147 Outstanding Losses and Loss Expenses $ 9 263 034 United States Government State Reinsurance Payable on Losses and Expenses 1 723 796 and Municipal Bonds 3 769.695 Unearned Premiums 2.632 590 Other Bonds 5 964 508 Ceded Reinsurance Premiums Payable 380.182 Stocks 245,498 Other Liabilities 471,528 Other Invested Assets 1,979,194 TOTAL INVESTMENTS 12,082,042 TOTAL LIABILITIES 14,471,130 Investments in Affiliates Capital Stock 20 980 Great Northern Ins Co 422,405 Paid-In Surplus 2.711.474 Vigilant Ins.Co 361,723 Unassigned Funds 1,545,403 Chubb Indemnity Ins Co 185,044 Chubb National Ins Co 194,379 SURPLUS TO POLICYHOLDERS 4,277,857 Other Affiliates 124,046 Premiums Receivable 1,859,933 Other Assets 3,519,415 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18,748,987 SURPLUS $18.748.987 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners At December 31.2022 investments with a carrying value of$512,747,632 were deposited with government authorities as required by law STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor being duly sworn,says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is as true and correct statement of the said Company's financial condition as of the 31 st day of December 2022 Sworn before me s iv\&r , 2.023 eniorVi•= 'resident 1611E1 .16�o 19 ZG23 Notary Publi' y commission expires Commonwealth of Pennsylvania-Notary Seal Jaime L.Yates,Notary Public Philadelphia County My commission expires September 19,2023 Commission number 1357070 Member,Pennsylvania Association of Notaries EXHIBIT B-2: PUBLIC PERFORMANCE BOND Bond No.107855599/ K41724742 Contract No. 23-8116 KNOW ALL MEN BY THESE PRESENTS: That Poole&Kent Company of Florida, 1781 N.W. North River Drive,Miami,FL 33125 , as Principal, and Travelers Casualty and Surety Company of America as Surety, located at One Tower Square,Hartford,CT 06183 (Business Address) are held and firmly bound to Collier County Board of County Commissioners , as Obligee in the sum of Fifty-Five Millon Six Hundred Sixty Thousand Dollars and Zero Cents ($ 55,660,000 )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 I. l I."' day of J I y 20 2 , with Obligee for North County Water Reclamation Facility(NCWRF)Pretreatment Facility in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein 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 Obligee any and all losses,damages, costs and attorneys'fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; 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, alterations or additions to the terms of the Contract or to work or to the specifications. 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 Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 19th day of June , 20 23 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 14 Construction Services Agreement:[2022_ver.3) CAO Signed. sealed and delivered in the presence of: —__ PRINCIPAL Poole&_ ompany lorida David A. Strickland,Assistant Secretary BY: . . Witnesses as to Principal NAME: Patrick H.Carr ITS: President&CEO STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this day of June , 20 23 , by Patrick H.Carr , as President&CEO of Poole&Kent Company of Florida , 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: February 1,2025 �'�" (Signature of Notary Public) WENDY CAMPBELL Name: Wendy Campbell `; : MY COMMISSION#NH 062370 EXPIRES:February 1,2025 pF'dy°`' Bonded Thru Notary Public Undervmters (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Fi 011(4.0. Commission No.: 4444 O1P23"10 15 Construction Services Agreement:[2022_ver.3j CAO ATTEST: SURETY: Travelers Casualty and Surety Company of America & Federal Insurance Company (Printed Name) TR-One Tower Square, Hartford, CT 06183 FE -202E Hall's Mill Road, Whitehouse Station, NJ 08889 (Business Address) N/A (Authorized Signature) N/A N/A Witnesses as to Surety (Printed Name) OR A(A; 5± : inFact N esses (Printed Name) Non-Resident License#W447916 Alliant Insurance Services, Inc. 333 Earle Ovington Blvd., Suite 700 Uniondale, NY 11553 (Business Address) (516)414-8900 (Telephone Number) STATE OF New York COUNTY OF Nassau The foregoing instrument was acknowledged before me by means of ❑ physical presence or O online notarization, this 16th day of June , 2023 , by Nelly Renchiwich , as Attorney-in-Fact OfTravelers Casualty and Surety Company of America 8 a CT/IN corporation, on Federal Insurance Company 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:April 20, 2026 Cexe` f� (Signature of Notary Public) Camille Maitland (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: New York Commission No.: 01MA6006044 CAMILLE MAITLAND Notary Public-State of New Yak No.01MA6006044 16 Qualified in Nassau County Commission Expires April 20,2026 Construction Services Agreement:(2022_ver.3) CAO �U C 7.9 C G _ _ T 5 c U U c N U T��/ V1 �W lii) CD 11 ,V r p O O ' CTo p C p O N C E � .V C � N C N in?1,; 0 N E ° m o r N T na o 0) N U O t9 in N 0 TW� N O 0 - [� a Ea C C 0) Vl J m m E a n m a ° N J Jp p � 2 LL (I) m m a • m` 3 3 5 11 (6 c c J m N o O c - 8 N U -E 0li L = w O - 'O p -co CO Cail) -CI O h L ° N 4 -vim . � E 0 5 2 �0) U p a V 0 ° ♦ O p 111 L- C ° .. L ° L m = m m >, E-o C• N N O U) N • co 5 O - 6T1V C T E• m C am .3 ,z,.� m c j E w 2 r nn•• U d N v o To W O ° U O) 0 W N J N CD L � T N � C D -O �J V 0CD C C 1- V O C W U a Er c L_ ca • p F-1 U m aE a u $ _ E • c ° E 3 N --E ° c u E u ▪ O N i c U O U' o. c c 12- T •^^`` C LL y • W p C T. O T O O L E V) (4 m m coo _ ° E U 0 U >• LU u ° m .N E W cn U N � 08 � � ~ .-� Q p c o= `o OLL A Q = � � o 0 L J - 01 < N CD ots a) C Y N U LL O Au = O Q) Z (0 O 3 J N N y 33 ^ ` 0 J O ,. -F. N L 3 LI h EN LLO 1 L O CD w ✓ Z N CO ° ` C UO La_ O d a O W (Q J L 7 `. .O • a)a E -° � a E 41 �• w• V U L ? .' r o mJ N 2_ O r - W N U p N ,- N fn — VJ O ` co CN U 7 U /' in (n Z .? U C J = RIO N R O. 2 y/ Z Q02r`n O) (0 L lL N/ Z a)/N O Z _ (20 CA 0 O N Z • ) Travelers Casualty and Surety Company of America 411118 Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Nelly Renchiwich of UNIONDALE . New York . their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April, 2021. ev:,uw�wxac . tin:fr,,,, sLCOrkf. $ `���•...../�� �HA1CONK. d Of State of Connecticut .-7t4(5y, fi'' _ ,47,, By: City of Hartford ss. Robert L.Rane . enior Vice President On this the 21st day of April. 2021, before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of each of the Companies. and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. rr^P M314,IN WITNESS WHEREOF.i hereunto set my hand and official seal p'�^� s, • %LI& �i/� � tiOlAflY , My Commission expires the 30th day of June,2026 . +r 1i P1E±...) Anna P.Nowik,Notary Public o.,t, This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies.which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity. and other writings obligatory in the nature of a bond, recognizance. or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her:and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary:and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity, or writing obligatory in the nature of a hood, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President. any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies.which remains in full force and effect. Dated this II til day of J✓ ()/ , 2023. -,.' tN , 1 e CO a rI* I i �o-, ,a zr G" ' Kevin E.Hughes,Assi tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31,2022 CAPITAL STOCK$6,480,000 ASSETS LIABILITIES&SURPLUS BONDS $ 4,788,996,790 LOSSES $ 1,385,257,132 STOCKS 102,639,111 LOSS ADJUSTMENT EXPENSES 133,864,803 CASH AND INVESTED CASH 20,110,068 COMMISSIONS 55,456,724 OTHER INVESTED ASSETS 5,661,540 OTHER EXPENSES 49,033,047 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 25,805,872 TAXES,LICENSES AND FEES 16,807,425 INVESTMENT INCOME DUE AND ACCRUED 42,265,766 REINSURANCE PAYABLE ON PAID LOSSES AND LOSS ADJ EXPENSES (1,738,793) PREMIUM BALANCES 308,425,453 UNEARNED PREMIUMS 1,394,161,189 REINSURANCE RECOVERABLE 57,954,515 ADVANCE PREMIUM 3,880,400 NET DEFERRED TAX ASSET 68,131,600 POLICYHOLDER DIVIDENDS 18,122,229 CURRENT FEDERAL AND FOREIGN INCOME TAXES RECOVERABLE AND INTEREST 3,250,318 CEDED REINSURANCE NET PREMIUMS PAYABLE 73,928,911 GUARANTY FUNDS RECEIVABLE OR ON DEPOSIT 1,059,482 AMOUNTS WITHHELD/RETAINED BY COMPANY FOR OTHERS 23,586,276 RECEIVABLE FROM PARENTS,SUBSIDIARIES AND AFFILIATES 14,866,600 REMITTANCES AND ITEMS NOT ALLOCATED 5,082,055 OTHER ASSETS 963,374 PROVISION FOR REINSURANCE 6,464,384 PAYABLE FOR SECURITIES LENDING 25,805,872 RETROACTIVE REINSURANCE RESERVE ASSUMED 785,441 OTHER ACCRUED EXPENSES AND LIABILITIES 188,614 TOTAL LIABILITIES $ 3,190,685,707 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,809,161,022 TOTAL SURPLUS TO POLICYHOLDERS $ 2,249,444,782 TOTAL ASSETS $ 5,440,130,489 TOTAL LIABILITIES&SURPLUS $ 5,440,130,489 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER,2022. '."- 'fu`4¢e ZJo0ce VICE PRESIDENT-FINA SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC I 17TH DAY OF MARCH,2023 SUSAN M.WEISSLEDER 1 Notary Public My Commission Expires November 30,2027 i 000v4,0, ��' oTA o mo' _N Xl= = , •UBLZC OA, GJ sss '/1;vI!EC1C ���`°' CHUBB Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Katherine Acosta, Thomas Bean, George O. Brewster, Desiree Cardlin, Colette R. Chisholm, Dana Granice, Susan Lupski,Gerard S.Macholz,Camille Maitland, Robert T.Pearson,Nelly Renchiwich,Vincent A.Walsh,Michelle Wannamaker and Ian Williams of Uniondale,New York each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY.WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have ach executed and attested these presents and affixed thei � � r corporate seals soo/(7ntthiiss 7th day of March,2023. I trv:n \I.Chi>rt t.:\n<ivant Seamir) sttphc11\I I I:racy.Vice I'reident y""v} . • t Ip"�I . c t. f t (4) oes) 4:ekj, 14) STATE OF NEW JERSEY County of Hunterdon SS. On this 7th day of March 2023 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros and Stephen M.Haney,to me known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M.Chloros and Stephen M.Haney,being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal z f. Albert Contursi NOTARY PUBLIC OF NEW JERSEY Ca =1nFlr No SOMI3G9 y att Commission Expires August 22,2027 Notary Pubik JE CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney-in- fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the foregoing Power of Attorney is true,correct and in full force and effect 1 ie Given under my hand and seals of said Companies at Whitehouse Station,NJ,this `� lL1 y l , 2023 jo, (0` 1' 0 eikuvue‘ "*u.. hewn\I I:hk ill t:.,\,waetantkrrctary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903-3656 e-mail:surety@chubb.com Combined:FED-VIG-PI-WFIC-AAIC(rev.11-19) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31,2022 (in thousands) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments $ 123,147 Outstanding Losses and Loss Expenses $ 9 263 034 United States Government,State Reinsurance Payable on Losses and Expenses 1 723 796 and Municipal Bonds 3.769.695 Unearned Premiums 2 632 590 Other Bonds 5 964,508 Ceded Reinsurance Premiums Payable 380,182 Stocks 245.498 Other Liabilities 471,528 Other Invested Assets 1,979,194 TOTAL INVESTMENTS 12,082,042 TOTAL LIABILITIES 14,471,130 Investments in Affiliates Capital Stock 20 980 Great Northern Ins Co 422,405 Paid-In Surplus 2 711,474 Vigilant Ins.Co 361,723 Unassigned Funds 1,545,403 Chubb Indemnity Ins Co 185,044 Chubb National Ins Co 194,379 SURPLUS TO POLICYHOLDERS 4,277,857 Other Affiliates 124,046 Premiums Receivable 1,859,933 Other Assets 3,519,415 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS $ 18,748,987 SURPLUS $18.748 987 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners At December 31,2022 investments with a carrying value of$512,747,632 were deposited with government authorities as required by law STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor being duly sworn,says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is as true and correct statement of the said Company's financial condition as of the 31 st day of December,2022 Sworn before me s f&r l( zoz3 enior VI!, 'resident im •• ' 19 Notary Publi y commission expir,�3 ,� es Commonwealth of Pennsylvania-Notary Seal Jaime L.Yates,Notary Public Philadelphia County My-commission expires September 19,2023 Commission number 1357070 Member,Pennsylvania Association of Notaries EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. 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. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the 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. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s)and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due 17 Construction Services Agreement:[2022_ver 3] CAO Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement:[2022_ver.3] CA0 EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me,the undersigned authority, personally appeared who after being duly sworn, deposes and says: (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. CONTRACTOR BY: Witness ITS: President DATE: Witness [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization,this day 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) NAME: (Legibly Printed) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: 19 Construction Services Agreement:[2022_ver.3] CAO EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER) or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: Project No. County's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name& Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @5%through $ Retainage @ 5%through [Insert $ [Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued 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; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. ontractor's Name ontractor's Signature: Date: ype Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: ignature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner's Project Manager Name: ignature: Date: 20 Construction Services Agreement:[2022_ver.3] CAO EXHIBIT D(Continued) SCHEDULE OF VALUES Project Name: Project Number: Date:.. Period To: ITEM DESCRIPTION SCHEDULED WORK COMPLETED STORED TOTAL PERCENT BALANCE 5% _% TOTAL NUMBER VALUE MATERIALS COMPLLI COMPLETE TO KNISH RETAINAGE RETAINAGE RETAINAGE PREVIOUS APPLICATIONS THIS &STORED (reduced rare) WITHHELD THRU DATE SINCE DATE PERIOD TO DATE Mimi! EMI ■ TOTALS 1 Explanation forthe two columns under Previous Applications:The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue comes into play. If this happens,all information up to the date of the%change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column.This states what has happened since the change in retainage. 21 Construction Services Agreement:[2022_ver.3] CAO Exhibit D (Continued) Stored Materials Record Formula: A+ B- C - D = E A B C D E Balance Invoice Previously Received Previously Installed To Date Description Supplier Number Received This Period Installed This Period Install 22 Construction Services Agreement:[2022_ver.31 CAO EXHIBIT E: CHANGE ORDER Procurement Services Co ier Comity Change Order Form E Contract Modification ❑Work Order Modification Contract#: Change#: Purchase Order#: Project#: Contractor/Firm Name: Contract/Project: Project Manager Name: Division Name: 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/01 Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/0! 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 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) Accepted by: Date: (Design Professional and Name of Firm,if project applicable) Approved by: Date: (Division Director or Designee) Approved by: Date: (Procurement Professional) cuuv:sed 09': ,;'.-sboiwi say#,natu,-es may include an separak shtart,:j 23 Construction Services Agreement:12022_ver.3] CAO Change Order/Amendment Summary COST TIME CO# AMD# Description Additive Deductive Days New Justification u El Added Amount Revised:(,)U 14;2021 ;DiYC3ions wt10 rna'y few;re_ddttional 5'gnatuees way Include on seL4xate sheet i_.. PRO*:t,FtErd NT USE Gt' 44min acc I Fii.0 ES RO 24 Construction Services Agreement:[2022_ver.3] CAO EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR: Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use.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 requirements of 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. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: 25 Construction Services Agreement:[2022_ver.3] CAO OWNER: CONTRACTOR 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 26 Construction Services Agreement:[2022_ver.3] CAO EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: PO No.: Date: Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one-year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Title) By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name&Title) 27 Construction Services Agreement:[2022_ver.3] CAO EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 28 Construction Services Agreement:[2022_ver.3] CAO 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the"Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3)calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 29 Construction Services Agreement:[2022_ver.3]] CAO limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30)days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing,the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 30 Construction Services Agreement:[2022_ver.3] CAO stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall withhold retainage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255.078, Florida Statutes. The foregoing does not prohibit Owner from withholding retainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255.078, Florida Statutes. Any reduction in retainage below the maximum amount set forth in Section 255.078, Florida Statutes, shall be at the sole discretion of the Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. Any interest earned on retainage shall accrue to the benefit of the Owner. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 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 contract. 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. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 31 Construction Services Agreement:[2022_ver.3] 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, 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 filed or reasonable evidence indicating probable filing 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 by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 5.4 If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except 32 Construction Services Agreement:[2022_ver.3] those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 33 Construction Services Agreement:[2022_ver.31 CAO 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes 34 Construction Services Agreement:[2022_ver.3] CAO made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) 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: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(a�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 35 Construction Services Agreement:[2022_ver.3] 11, 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. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, 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 suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 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. 9.3 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 its 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. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 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, 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 alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 36 Construction Services Agreement:[2022_ver.3] CAO 10.2 A Change Order, in the form attached as Exhibit E 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 Charge Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner, 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. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of 37 Construction Services Agreement:[2022_ver.3] the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 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, 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. 13.2 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, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by 38 Construction Services Agreement:[2022_ver.3] CAO 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 Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in the Insurance and Bonding Requirements form Exhibit B-3 to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of 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. 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. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, including the requirements set forth in Florida Statute, §448.095. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (1TB) and Request for Proposals (RFP) including professional services and construction services. Contractors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. 39 Construction Services Agreement:[2022_ver.3] CAO If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/Contractor's proposal may be deemed non- responsive. Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.qov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 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 and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner'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 Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 40 Construction Services Agreement:[2022_ver.3] CPO 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 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. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or(3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or(7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or(8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s)within seven (7)calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore 41 Construction Services Agreement:[2022_ver.3) CAO or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14)days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion)is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does 42 Construction Services Agreement:[2022_ver.3] CAO not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list 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 portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 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, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their 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. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner 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 Substantial 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 Owner. 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. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's 43 Construction Services Agreement:[2022 ver.3] CAO expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site; for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 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 Project Manager 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 Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight(8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, 44 Construction Services Agreement:[2022_ver.3] Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs 45 Construction Services Agreement:[2022_ver.3] of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-1 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 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 any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 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. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors,agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional 46 Construction Services Agreement:[2022_ver.3] CAO shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an 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 or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of 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 Project Manager 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. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. 47 Construction Services Agreement:[2022_ver.3] CAO Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 48 Construction Services Agreement:[2022_ver.3] ss'_1 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 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. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 49 Construction Services Agreement:[2022_ver.3] CAO 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. 50 Construction Services Agreement:[2022_ver.31 CPO The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses.All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2)provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub- subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract 51 Construction Services Agreement:[2022_ver.3] CA© price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built' Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 52 Construction Services Agreement:[2022_ver.3] CAD 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(a�colliercountyfl.gov)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. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. 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. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A"project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of$2 million or more may be reviewed for VE at the discretion of the County. 53 Construction Services Agreement:[2022_ver.3] 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. 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 Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner 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 Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner'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. 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. 54 Construction Services Agreement:[2022_ver.3] CAO EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS ® Attached hereto, following this page Not Applicable 55 Construction Services Agreement:[2022_ver.3] CA° SUPPLEMENTARY TERMS AND CONDITIONS 1. Contractor shall adhere to all conditions of approvals granted by Regulatory Agencies and coordinate with owner (permittee) to facilitate notifications and closeout activities. A complete copy of permits shall be kept at work site during construction phase and shall be available for review at work site upon request by regulatory agent. a. Contractor shall pay special interest to general conditions and specific conditions stipulated in the South Florida Water Management District (SFWMD) Environmental Resource Modification (Permit) number 189294-009 EM. Contractor shall be required to provide routine maintenance of stormwater system during construction. Contractor shall grade site and set building floor elevation and parking lot elevation as noted on the Contract drawings. If dewatering is required, Contractor must submit dewatering permit to SFWMD and obtain approval prior to dewatering. Forty Eight(48) hours prior to beginning authorized activities, the permittee shall submit to the Agency a fully executed "Construction Commencement Notice" and within 30 days after completing construction, the permittee shall provide "As-Built Certification and Request for Conversion to Operational Phase". Contractor shall coordinate with owner/permittee to meet requirements for notification and conversion to operational phase. See SFWMD ERP Modification permit 189294-009 EM approval included. b. Contractor shall pay special interest to the stipulations and signage restrictions providedin the Collier County's Site Development Permit Insubstantial Change (SDPI) No. PL20220007361. See Collier County's SDPI approval letter included. c. Contractor shall pay special interest to all permit conditions stipulated in the attached Florida Department of Environmental Protections' Permit Revision #FL0141399-040-DW1. d. The Contractor shall be aware that the Design Professional has submitted a preliminary Building Permit application to Collier County Growth Management Department (GMD) under Application #PRCS20230309395. The Contractor shall be responsible for obtaining this permit and complying with Collier County GMD requirements. 2. A Subsurface Exploration and Geotechnical Engineering Evaluation was completed in November 2022 for this project. Contractor shall refer to the attached `Report of Geotechnical Exploration' by Universal Engineering Sciences for information on subsurface conditions. This report does not relieve the Contractor of any requirements to perform subsurface exploration or geotechnical evaluation stipulated in the Contract documents. Contractor shall also be aware that subsurface investigations provide information regarding conditions encountered at a particular location and time. Users of subsurface information are cautioned that some conditions, particularly groundwater conditions, may change between time of investigation and time of excavation or soil improvements. Conditions at boring locations may not be reflective of those elsewhere. NCWRF Pretreatment Facility Addendum#2—March 2023 SFWMD ERP MOFIDICATION PERMIT NCWRF Pretreatment Facility Addendum#2—March 2023 P r FLORIDA DEPARTMENT OF onDeSants „ac afar Governor Environmental Protection Jeanette Nunez z Lt.Governor 0 South District Shawn Hamilton PO Box 2549 Interim Secretary Fort Myers FL 33902-2549 SouthDistrict@FloridaDEP.gov Permittee/Authorized Entity: Collier County Public Utilities Department Matt McLean 3339 Tamiami Trail East, Suite 301 Naples, FL 34112 Matthew.McLean(a,colliercountyfl.gov Collier County North County WRF Headworks Environmental Resource Permit State-owned Submerged Lands Authorization —Not Applicable U.S. Army Corps of Engineers Authorization —Not Included Permit No.: 189294-009 EM Permit Issuance Date: January 17, 2023 Permit Construction Phase Expiration Date: January 17, 2028 CAO Environmental Resource Permit Permittee: Collier County Public Utilities Department Permit No: 189294-009 EM PROJECT LOCATION The activities authorized by this permit are located at 10500 Goodlette-Frank Rd.N, 00167840006,Naples, Florida 34109, in Section 27, Township 48, Range 25, in Collier County. PROJECT DESCRIPTION The permittee is authorized to modify the newly permitted headworks facility at the Collier County North County Water Reclamation Facility and an additional 0.5 acres of paved area, buildings, and covered tanks. The modifications include the removal of 0.32 acres of the existing above ground storm water retention system and installation of underground conveyance pipes and structures to allow stormwater to flow as it has historically. AUTHORIZATIONS Collier County North County WRF Headworks Environmental Resource Permit The Department has determined that the activity qualifies for an Environmental Resource Permit. Therefore, the Environmental Resource Permit is hereby granted, pursuant to Part IV of Chapter 373, Florida Statutes (F.S.), and Chapter 62-330, Florida Administrative Code (F.A.C.). Sovereignty Submerged Lands Authorization As staff to the Board of Trustees of the Internal Improvement Trust Fund (Board of Trustees), the Department has determined the activity is not on submerged lands owned by the State of Florida. Therefore, your project is not subject to the requirements of Chapters 253 and 258, F.S., or Rules 18- 21, 18-20, 18-18, F.A.C. Federal Authorization This permit does not include Federal authorization or imply the presence or limits of Waters of the United States (WOTUS) on the subject property. Activities that may impact WOTUS shall require a separate permit from the Corps. It is recommended that you contact your local Corps office to determine whether your project site contains WOTUS and/or if a Department of the Army permit is needed. A map of local Corps offices and the federal application form (ENG 4345) are available online at the Jacksonville District Regulatory Division website. Authority for review- an agreement with the USACOE entitled "Coordination Agreement Between the U. S. Army Corps of Engineers (Jacksonville District) and the Florida Department of Environmental Protection, or Duly Authorized Designee, State Programmatic General Permit", Section 10 of the Rivers and Harbor Act of 1899, and Section 404 of the Clean Water Act. Coastal Zone Management Permittee: Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 2 of 9 CAO Issuance of this authorization also constitutes a finding of consistency with Florida's Coastal Zone Management Program, as required by Section 307 of the Coastal Zone Management Act. Water Quality Certification This permit also constitutes a water quality certification under Section 401 of the Clean Water Act, 33 U.S.C. 1341. Other Authorizations You are advised that authorizations or permits for this activity may be required by other federal, state, regional, or local entities including but not limited to local governments or municipalities. This permit does not relieve you from the requirements to obtain all other required permits or authorizations. The activity described may be conducted only in accordance with the terms, conditions and attachments contained in this document. Issuance and granting of the permit and authorizations herein do not infer, nor guarantee, nor imply that future permits, authorizations, or modifications will be granted by the Department. PERMIT CONDITIONS The activities described must be conducted in accordance with: • The Specific Conditions • The General Conditions • The limits,conditions and locations of work shown in the attached drawings • The term limits of this authorization You are advised to read and understand these conditions and drawings prior to beginning the authorized activities, and to ensure the work is conducted in conformance with all the terms, conditions, and drawings herein.If you are using a contractor,the contractor also should read and understand these conditions and drawings prior to beginning any activity. Failure to comply with these conditions, including any mitigation requirements, shall be grounds for the Department to revoke the permit and authorization and to take appropriate enforcement action. Operation of the facility is not authorized except when determined to be in conformance with all applicable rules and this permit, as described. SPECIFIC CONDITIONS—ADMINISTRATIVE 1. All required submittals, such as certifications, monitoring reports, notifications, etc., shall be submitted to the Florida Department of Environmental Protection, South District Office, Submerged Lands and Environmental Resource Permitting,P.O. Box 2549, Fort Myers, FL 33902-2549 or via e-mail to FTMERP Compliance@dep.state.fl.us . All submittals shall include the project name and indicated permit number when referring to this project. Note:In the event of an emergency, the Permittee should contact the Department by calling (800)320-0519. During normal business hours, the permittee should call (239)344-5600. Permittee: Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 3 of 9 CAO SPECIFIC CONDITIONS—CONSTRUCTION ACTIVITIES 2. The specific conditions shall remain the same as the conditions listed for permit 188294-008 EI. SPECIFIC CONDITIONS LISTED SPECIES 3. This permit does not authorize the permittee to cause any adverse impact to or"take" of state listed species and other regulated species of fish and wildlife. Compliance with state laws regulating the take of fish and wildlife is the responsibility of the owner or applicant associated with this project. Please refer to Chapter 68A-27 of the Florida Administrative Code for definitions of"take" and a list of fish and wildlife species. If listed species are observed onsite, FWC staff are available to provide decision support information or assist in obtaining the appropriate FWC permits. Most marine endangered and threatened species are statutorily protected and a"take" permit cannot be issued. Requests for further information or review can be sent to FWCConservationPlanningServices@MyFWC.com. SPECIFIC CONDITIONS—OPERATION AND MAINTENANCE ACTIVITIES 4. The specific conditions shall remain the same as the conditions listed for permit 188294-008 EI SPECIFIC CONDITIONS—MONITORING/REPORTING REQUIREMENTS 5. The specific conditions shall remain the same as the conditions listed for permit 188294-008 EI. GENERAL CONDITIONS FOR INDIVIDUAL PERMITS The following general conditions are binding on all individual permits issued under chapter 62- 330, F.A.C., except where the conditions are not applicable to the authorized activity, or where the conditions must be modified to accommodate project-specific conditions. 1. All activities shall be implemented following the plans, specifications and performance criteria approved by this permit. Any deviations must be authorized in a permit modification in accordance with Rule 62-330.315, F.A.C. Any deviations that are not so authorized may subject the permittee to enforcement action and revocation of the permit under Chapter 373, F.S. 2. A complete copy of this permit shall be kept at the work site of the permitted activity during the construction phase, and shall be available for review at the work site upon request by the Agency staff The permittee shall require the contractor to review the complete permit prior to beginning construction. 3. Activities shall be conducted in a manner that does not cause or contribute to violations of state water quality standards.Performance-based erosion and sediment control best management practices shall be installed immediately prior to, and be maintained during and after construction as needed, to prevent adverse impacts to the water resources and adjacent lands. Such practices shall be in accordance with the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (Florida Department of Environmental Protection and Florida Department of Transportation June 2007), and the Florida Stormwater Erosion and Sedimentation Control Permittee:Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 4 of 9 CAO Inspector's Manual(Florida Department of Environmental Protection, Nonpoint Source Management Section, Tallahassee, Florida, July 2008), which are both incorporated by reference in subparagraph 62-330.050(9)(b)5., F.A.C., unless a project-specific erosion and sediment control plan is approved or other water quality control measures are required as part of the permit. 4. At least 48 hours prior to beginning the authorized activities, the permittee shall submit to the Agency a fully executed Form 62-330.350(1), "Construction Commencement Notice," [October 1, 2013], which is incorporated by reference in paragraph 62-330.350(1)(d), F.A.C., indicating the expected start and completion dates. A copy of this form may be obtained from the Agency, as described in subsection 62-330.010(5), F.A.C. If available, an Agency website that fulfills this notification requirement may be used in lieu of the form. 5. Unless the permit is transferred under Rule 62-330.340,F.A.C., or transferred to an operating entity under Rule 62-330.310,F.A.C.,the permittee is liable to comply with the plans,terms and conditions of the permit for the life of the project or activity. 6. Within 30 days after completing construction of the entire project, or any independent portion of the project,the permittee shall provide the following to the Agency, as applicable: a. For an individual,private single-family residential dwelling unit, duplex,triplex,or quadruplex "Construction Completion and Inspection Certification for Activities Associated With a Private Single-Family Dwelling Unit" [Form 62-330.310(3)];or b.For all other activities"As-Built Certification and Request for Conversion to Operational Phase" [Form 62-330.310(1)]. c. If available, an Agency website that fulfills this certification requirement may be used in lieu of the form. 7. If the final operation and maintenance entity is a third party: a. Prior to sales of any lot or unit served by the activity and within one year of permit issuance, or within 30 days of as-built certification,whichever comes first,the permittee shall submit, as applicable,a copy of the operation and maintenance documents(see sections 12.3 thru 12.3.3 of Volume I)as filed with the Department of State,Division of Corporations and a copy of any easement,plat, or deed restriction needed to operate or maintain the project, as recorded with the Clerk of the Court in the County in which the activity is located. b. Within 30 days of submittal of the as-built certification,the permittee shall submit"Request for Transfer of Environmental Resource Permit to the Perpetual Operation Entity" [Form 62- 330.310(2)] to transfer the permit to the operation and maintenance entity, along with the documentation requested in the form. If available, an Agency website that fulfills this transfer requirement may be used in lieu of the form. 8.The permittee shall notify the Agency in writing of changes required by any other regulatory agency that require changes to the permitted activity, and any required modification of this permit must be obtained prior to implementing the changes. 9. This permit does not: Permittee: Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 5 of 9 CAO a. Convey to the permittee any property rights or privileges, or any other rights or privileges other than those specified herein or in Chapter 62-330,F.A.C.; b. Convey to the permittee or create in the permittee any interest in real property; c. Relieve the permittee from the need to obtain and comply with any other required federal, state, and local authorization, law, rule, or ordinance; or d. Authorize any entrance upon or work on property that is not owned,held in easement,or controlled by the permittee. 10.Prior to conducting any activities on state-owned submerged lands or other lands of the state, title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund,the permittee must receive all necessary approvals and authorizations under Chapters 253 and 258,F.S. Written authorization that requires formal execution by the Board of Trustees of the Internal Improvement Trust Fund shall not be considered received until it has been fully executed. 11. The permittee shall hold and save the Agency harmless from any and all damages, claims, or liabilities that may arise by reason of the construction, alteration,operation,maintenance, removal, abandonment or use of any project authorized by the permit. 12. The permittee shall notify the Agency in writing: a. Immediately if any previously submitted information is discovered to be inaccurate; and b. Within 30 days of any conveyance or division of ownership or control of the property or the system, other than conveyance via a long-term lease, and the new owner shall request transfer of the permit in accordance with Rule 62-330.340,F.A.C.This does not apply to the sale of lots or units in residential or commercial subdivisions or condominiums where the stormwater management system has been completed and converted to the operation phase. 13. Upon reasonable notice to the permittee, Agency staff with proper identification shall have permission to enter, inspect, sample and test the project or activities to ensure conformity with the plans and specifications authorized in the permit. 14. If any prehistoric or historic artifacts, such as pottery or ceramics, stone tools or metal implements, dugout canoes, or any other physical remains that could be associated with Native American cultures, or early colonial or American settlement are encountered at any time within the project site area,work involving subsurface disturbance in the immediate vicinity of such discoveries shall cease. The permittee or other designee shall contact the Florida Department of State, Division of Historical Resources, Compliance and Review Section, at (850) 245-6333 or (800) 847-7278, as well as the appropriate permitting agency office. Such subsurface work shall not resume without verbal or written authorization from the Division of Historical Resources. If unmarked human remains are encountered, all work shall stop immediately and notification shall be provided in accordance with Section 872.05, F.S. 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application, including plans or other supporting documentation, shall not be considered binding unless a specific condition of this permit or a formal determination under Rule 62- 330.201, F.A.C., provides otherwise. Permittee:Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 6 of 9 C/ O 16. The permittee shall provide routine maintenance of all components of the stormwater management system to remove trapped sediments and debris. Removed materials shall be disposed of in a landfill or other uplands in a manner that does not require a permit under Chapter 62-330, F.A.C., or cause violations of state water quality standards. 17. This permit is issued based on the applicant's submitted information that reasonably demonstrates that adverse water resource-related impacts will not be caused by the completed permit activity. If any adverse impacts result, the Agency will require the permittee to eliminate the cause, obtain any necessary permit modification, and take any necessary corrective actions to resolve the adverse impacts. NOTICE OF RIGHTS This action is final and effective on the date filed with the Clerk of the Department unless a petition for an administrative hearing is timely filed under Sections 120.569 and 120.57, F.S., before the deadline for filing a petition. On the filing of a timely and sufficient petition,this action will not be final and effective until further order of the Department. Because the administrative hearing process is designed to formulate final agency action, the hearing process may result in a modification of the agency action or even denial of the application. Petition for Administrative Hearing A person whose substantial interests are affected by the Department's action may petition for an administrative proceeding (hearing) under Sections 120.569 and 120.57, F.S. Pursuant to Rule 28- 106.201, F.A.C., a petition for an administrative hearing must contain the following information: (a) The name and address of each agency affected and each agency's file or identification number, if known; (b) The name, address, any email address, any facsimile number, and telephone number of the petitioner; the name, address, and telephone number of the petitioner's representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests are or will be affected by the agency determination; (c) A statement of when and how the petitioner received notice of the agency decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts that the petitioner contends warrant reversal or modification of the agency's proposed action; (f) A statement of the specific rules or statutes that the petitioner contends require reversal or modification of the agency's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wishes the agency to take with respect to the agency's proposed action. Permittee:Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 7 of 9 CAO The petition must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399- 3000. Also, a copy of the petition shall be mailed to the applicant at the address indicated above at the time of filing. Time Period for Filing a Petition In accordance with Rule 62-110.106(3), F.A.C., petitions for an administrative hearing by the applicant must be filed within 21 days of receipt of this written notice. Petitions filed by any persons other than the applicant, and other than those entitled to written notice under Section 120.60(3), F.S., must be filed within 21 days of publication of the notice or within 21 days of receipt of the written notice, whichever occurs first. Under Section 120.60(3), F.S., however, any person who has asked the Department for notice of agency action may file a petition within 21 days of receipt of such notice, regardless of the date of publication. The failure to file a petition within the appropriate time period shall constitute a waiver of that person's right to request an administrative determination (hearing)under Sections 120.569 and 120.57,F.S., or to intervene in this proceeding and participate as a party to it. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, F.A.C. Extension of Time Under Rule 62-110.106(4), F.A.C., a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing. The Department may, for good cause shown, grant the request for an extension of time. Requests for extension of time must be filed with the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000, before the applicable deadline for filing a petition for an administrative hearing. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Mediation Mediation is not available in this proceeding. FLAWAC Review The applicant, or any party within the meaning of Section 373.114(1)(a) or 373.4275, F.S., may also seek appellate review of this order before the Land and Water Adjudicatory Commission under Section 373.114(1) or 373.4275, F.S. Requests for review before the Land and Water Adjudicatory Commission must be filed with the Secretary of the Commission and served on the Department within 20 days from the date when this order is filed with the Clerk of the Department. Judicial Review Once this decision becomes final, any party to this action has the right to seek judicial review pursuant to Section 120.68, F.S., by filing a Notice of Appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, M.S. 35, Tallahassee, Florida 32399-3000; and by Permittee:Collier County Public Utilities Department Permit Expiration: January 17,2028 Permit No: 189294-009 EM Page 8 of 9 CAO filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this action is filed with the Clerk of the Department. Executed in Fort Myers, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Jennifer Carpenter Director of District Management South District Office Attachments: 9 project drawings CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby certifies that this document and all attachments, including all copies, were sent to the addressee and to the following listed persons: Frank Feeney, Q. Grady Minor&Associates, P.A., ffeeneyngradyminor.com Matt McLean, Collier County Public Utilities Department, matthew.mclean a,colliercountyfl.gov FILING AND ACKNOWLEDGMENT FILED, on this date, pursuant to Section 120.52(7), F.S.,with the designated Department clerk, receipt of which is hereby acknowledged. January 17, 2023 Clerk Date Permittee:Collier County Public Utilities Department Permit Expiration:January 17,2028 Permit No: 189294-009 EM Page 9 of 9 CAO ne 9t•tt&Z!1 sai.3noJ'.acsfex.xx\eus\3eu ntiina s\s�xaio\ear.zfenxv\x\�rv3-r0.a\'Jxa3M'�x3\-x e 3o t 23evv'nN 1331.15 L L L LOOOZLOZId of e6ue40 lelluelsgnsul ueld luawdolene0 ells © � 41S\ zidas3a.xJN 3aoJ Bor IdQS J011MApedo 0m0a3n0�zidos3aamJN ta,,°, 33ie kIiji0E3 UMEUIUIO3U Ioium kiuno3 woN ZLOL'a3e0n0 MVO -1'LIINens • r1 ,( 85: 2 Q (14 jlj ; 3 Q o q a •@ 2 o OD a p; 4 ; >R AL; Y I 3 3N 5 o O o se 1 W A' § Rita :u r� „v. _r,.,.N o o �22 2. •U NN 8 B al 1 LIJ � � In 0 U CD N •- Ct y S P U ,„ A.; V/ w •O F r .Y r-I . ' a . F� C ) +r C 0 cC. a. © aA o � � U U U o O L0_ tu U r^` z u 2- �L/ N O> U � vNi—NMctn ^^) g6 F,o cn V 0 0 0 0 0 -`g H C 0 C N C CD ,]. 1 m m c1 L; a v m�g �� '"d W U i f� v 2 C0 IE: .0 o m w d /Icy�1V1 u v M w d O i-�\1444444.44, m E h N O o w-o u d m E N m,It o m.N m m � z N° E .wY "- :7 w , yrn '[ d�� m -MM po�U� U � ! Ro tA T V `-' auirn30�- O �Ja� cm p do3 U ooG'.� « c°i� �canmd m L" O�c� � �"' rdn a �o0; 6.ct rPr wear zry Gr m�ama3 f1. �oc�LL Y � �� F 0 1 / CA° b sty xxrt/ti/i tln eiwn naval•Ila�ieasVeu+rtunens\sf•aio\tiursaux\x\5+]-v.e\n•e'ffxM]\-s i ! 4y a,, a 1 1 1 m 9 P 1 961 Q d g I `9 gal a k �FB1 d • �{ % a g gg '� as Vii i S f g P ais € •A I,P9 .. " P 3+ Ee a !; rA gc 4g';q 31``" eC" `i{geg §�1 a-'PY�i� iie .if - Oil : S5' P'3E'�3 iiP?° � a pp pp ;; 6�akd@�as� b 0 ei Ia$��Pg Pie 11iiin d Maggie 5$A ?ridsi a 1° !g; , g i i 5 aa 4 §.55st5 1'ea ii?.ldieige%eie: 2'2'54M5IS'iiiii242ithVe fa.' nllii. Pai 2l#o g c s i ■• Is ®• •4 m e ma 0.0 meg...N. $ • m ea I I 1.1 g ! il f e£11a0gage::,15rllbit,Rv•Q 2 F e ° Y ; 8 P ' i• 4 Rn egl: 29geg11 1 i ' i t i , 51e1 ;gi p 1 i a i 4 i i ii ,•_; 4 t§1 to hlgg4 ' �aB-Vi 4i 11 gl QP4 4 Ti 1 ;1;g1 4P ' 4f3"g iga4A`2'412 {iciz 1 I , 3 0 8 i d51 9 )1±Yaea101Di T���5dhg ag111hd 4d111r o P3i�3Q6 h Ildhilad C Z g.es;[Ie,,,,,�Fdlade'eagdtlei4dd tikI1d� iiasi11sigaiiQi55: e ge _ 1 11 0 4o 4 - ®•.® � om �c••.y�o000 •• 0 • ♦ • .f:S2ggfuik•e,?S32020v. 5 !r W m PC. E 9 g ; P s ; @ p g 9 p 4g 3 L� § a S o a / Yoe : g l � et . 1111;P3N 1 P 1yy i8; != _ 6 . 0 ,, , , 11 d �:, 1.1EcA ii SI d ei PF�ie Pg 1i Idq N �@ ea S c{P P i3 `i F 653."}} e[,'11V s 'i .2 P-B 61ay.9g4-' 0 >101i1e : i2iy. 01 /i ggi- 5,2:1 0 0n� r 0 g O c,ee l 12 dQg ids tga epe5 e r 5 m g 1 Y i? ei i gilt-° PiayS 0 U1ie®.?P1 ;his8c3, €id in g 12115E g IP_ IPi ii 3Yi:da i..9Pee5;5P3rP - B.14:d�iiiiirii:ai3i5A54.5$XgdgeiigiiiitiiOdgeOi?e ' s P `: fib '0 +N 0 0 • egg 150 00 40 S','2.:42iedtel5ee:dP192'1:'a ° _ ` 9 311 s a$ 1 Ia •. eg 16i e s e }I.. € # he !.1 it x 4 � 1 , a. s LL g h a 4102ia gil g . g , -1' 1 i 11 .a s s d;e a 1: Q Lx i VI f l• . y 41 3T , - F t ii a g g_ t i agg "� 'y � n 1. 1 1 ?75��!7S7 eiil`t`s'-al �,R 0 e 1 li •�.` §@ pe 7P a 4g ii I rQ11 -�..! y icy ey � 3ibiS / SQ0 § k d:, " Eg r 6 Ep P' fi 8 9 @y4 x i1 S ;1 !i If ie 3 gi li 1 1 1 iie i 1 ei C. �" I B Q 3 i se g [ iY e1 1 dx 1e ;' i1 ag i 1 6; a 2- x s; I I 9 "e xe 4u " i I! o {gg • 41 1l rpf ;M P Iill? Iv 1 %m @ •333G2 G i.. B 9 L 9 f 7 7 4: i! ' I f t111 P i i1 'i• i q $" 1 § r Ai a 1r g . i'2tlep1 i@ 1 i .i i i ige / 5•, 11 a f,!:0 i 1 i A it ir ; €€ gp I 5 °� li ill i ge 2s a; : 11:1e;gr gg E r, e ; 1; 0 et 1 13 1 1 b 1 1 Ia x„ x,. i a ce w a,a, aP8' •r C� eep Y 3c Q a g9 /'{" py11 0 tl 3 3 Q 7i is GY � ? 89 9 i� x 3 59 � € 8! c YY ix 3 1 5 3G 1 eoS $g S e ei r g 8 qP 1 1, qy g .. Yid s i' 4 t 1 re o qi% it 5 a n . 3 g .i a gQ 4 i �. a° +x 1 a 10 y g kev e/ °1 ie y9 xi r x 1 § 1 hi A ' g ada' 1ad ¢y € $e 1 [a � k .x d 'I ,: 4 r e� i $e a 3€ao� a o, r g gt 8, t : 2 x gi 6 IV' yx59 a i� a� 1411 "§ 53 nay a p"gyiy� 15N 1 ge x r d 1ei�� q 4 ;gg i eta a i„ 5 x ii § x i eo g i s 9A m 'I i § 1 .ii rerg.. fix V; e 1 0 a Iii °y 5g Ik @ a x i 1 i eE- e e ! i c g 1 i a,. �P4 .� 'x,,. i g ..� x@@ � in §4 �! ee Igl 5 e§ i g 3 - f g x I W a!I li i i§ ' ay sai g i x@ . . Ing; r_ a 5y : ii g i�1y 'i- er rxe . 'Q3!Ix1;'� 1; 3 1 . Or F re tia 1 gg ,• . a dp igvg2 a 7a 4s g.i i R � fig£ 1 ig Sir p i s - ?. ° fg s i p . 1 e g 'a��r S 3 Ygx g` Ybt.x8g 1: i GI �ip4} a .y s £ xx g n"va : y a � �F� 1 €eie 9 ge_ g 5 B g-, .41 x .% �• 2 i a 1 r i 0 s _fa r it Q'-gel 1 1 ;11 gi1 '''1 2 e a s9 11 i e E, i 6 a g / K ' r� ?' LC 0,1 ctl �.'�o e' p7eqq! 1 v t e iSpp6ig4G4 ltr-ipq $ 1' v 8 eQ ePgiii V Oil �: a - O i i 319i el, Al 3 a x 3ys 6 n 5 b x5 ab E eC i i ya iY 1 ,. .§f >, g' ggn9 y eggg' ' rla a; 43 3 • �Va a y ".' Ili ,.9 i 15. s '§y Wig e! § 8 e: . 57 ;' /'g g i tlr�� g ' a � a 5 gee Q• ' P § i ar Og 7� q 9 1 i 5y 1 g `3 rg „ e.„, ..� A All E !;.?. i, F s go`2 I:, 1 e 8 ( d e a l 5 gy g f. „ a'§ 9 a y ' R p Y1-i g i Q4 q M 1 '.`' 3 g 4 I'fi . u. 7 3 6 9 1 @ gs$ii kg! :4 li i gli t., xa gd x 1 6x gg g € gg SAE .gAgEr 9g 5'1 t i i! ,. xt : x'x A7 x (� ig _ /d E1`� 7 - Up CAO ne sz•xiaL/i�/ii S1Venz\vuwLinens\ssxdi0\rinaszuww\x\xu]-mw\SrYanw+xf\5 :;',, ,,al :T. laa IA 11 E 4 d'§+ ^%i"v'u' ; W W x 1,,, ry K� fF Ly,z'j 1'47 '''' l'.'I :, 1 '4 .{� 3 f e Y ,, *4,4:14,, EYE }ww !t �` g YE 5 a i Ith„liA,,, ;!:,1%. . 1a s 1 b. ..' ' '--.` -'' „ '44411614^11ks 'l',1'..- .itl+i''' 1 '' -4 ' -''..:',ZT,',;",1,' ,t ,",;%, ,. .,- , ittEls-'. ;11.f - 11'' "' .,,,,, , .i „, : ;7,, ,s 'r jY [� tr w 3e YF t t" i Vie E" e 4 1 , -..1:0,.;.e,v, Yx �!. 5 U Q p. b 5 .j ,", e 6. wY o p"t i „„'� y .' t'L?1 «mom p- `�i;, E� ' x '" � ,� X W .¶1, 4. E .'NC w c# d2 yy l i t Ilt n It P ir 101, fl,,,'""5 x.`"f~a �h by -........... le Lnt/f�/ii�wi tfnf nm�fnFSfVeas\bu'�Ilwens\zv9�o\naasfeux\x\Ifxl-Nae\''wnl 41510\0 rt' %`.<AGf F4 - i ON h! yp 4d°. #� .,yam + - k @(@\t P y�. �` � � 03 � � � a a � ! t R f F 'eY .fr I 11 45 t,.. .04te i „:1„.., , ,..,,,...,... �r L i .4,9 ko l cf w ii , aw i � ,ii .da a$ " ;;i g 1# w 1 3 a F u ,,,..11 is a 0 w I 11 �, ^; - -ter -i J. 4 t 1 I 5 1 w I3 P S x, ' sit I I P j./ 3m �s3 x E rt r x as '§ 0/I gg a r, ? F+ i 3 w E E ra<i d ,, 1 , ,,3„, w, 0„ ,-_,, ; . ,., .... ,i. . -. .0 4.L: L._,,,,48,,s, 4,,,, cn = 3,„, ,. . t) , ... -=', r�h .k i si CX ai ,1 � r; rie eEr EEoi/Ei/il TA'LIDC'LfdOSAAF\ms\Yu�.WneM\z�Mia\zuaifrixw\x\px3-.oaa\erw3fw7,li\s 1 zJ ; --1— a > —i---,, �11 c"3 17 u 1 {� �� i �� ji---- -.M.��,r ��__ __ - ' -rt fin _ = ltJ± ± * = L Ilsi 1 11,rl I ! t I I g ZO I I I L_Y_____3_=______:_ I - (10NQ 11 OLJf Il II 11 ! 1 1 0' - - 1 i - I D W>> - I i w s ,."L II II II 1 4 i II I a 1 I I : 1 mgn I I. : 1• II Il II i II 11� I ln, I 1 1 >^ �8 \ I I II E�tim II I �y 11 I ll I I,4_ 1 I W o \ I - li x z z o - m'i o -0 1! §1 II I.Iv it 1I }No D I I waW ;I 111 r1I III I I <N� No 11 1 1 I " t x P IIII I 1u III °-o m II I II .3,'.. LII_ II .-I`. II 1°1'?`"�'� I I m W 0 h II II �gw '��8- _I ,L 0 eI I_ i _ ? 0 ,'�` _ "1 NW �W -<? I ; . — 1 Ii II I I EIF W W 33 1i1� Y II ;1 3 O OEY I Ej� 3 �t s • x E� _z // g; i 1. -�Iz�=mil In ___ n1 JO z ( It �/ / = �_t 1 II .II,/I II 1X i Ik I I I O I W I / �' $ II y II II 11 EILi} 1 _m I A// m Ell II -1,-1,{II //�I', �1 � _ _ II�I 'I: Ili .�LL�_�..I. _� -,, Y I\ ' © .e SJL�ICA� I.✓ r ( I I "1 ,_' s 1 III,\ 14-,3 ! =b� 74; IIII II YIf, I -i IO I 'I \ I IT I / \ \,0 I 4I, I I > I. n' 6 W " = mR II II II� 1/ �XlXI � Il �..y ll4 _ - iO[Y l r,.T'. 1 1 •I I I I 1 K W fi�� / _1 I� I fie .c.1, - _ .2 _ ill I II W G \ W I ' c - YI fr 1I - X O \�11 E I 11. d n 1 / I n III I 1 ---� � � • III Y Ili *4 F \ ' filly,,._ 1... IIII 1 1 ql --y N I _a.i m 4 E I — - k\ _ = M1�1 L, i I ,•• . 1 1 I . !Ir Fig-k-.� ICI I • I', ....__. III; 11 ' . Np ;/ I I I I yl; ,I"I .al1. l �- ', II II N'I W I 1 I \\I // d sell 4 `I �----1 'I I"\I II III < // LI J -{} M . 1`I I 1,1 E o.G .4-1`_ay W 11 I 1 , i 1I r n ° 'I a it I \DIY ti� _�yq{� Y I 1 ICI \ .Ct r + 1 s� __ __:_ ;. 1 I PI v _ _,i , +1y—h 9 I I I — J "I_ 1 I- /' ' _ _ _ vl 1 I 1 -uAu�,� :) T 04 ++are _ _ , z �Yl�'� O ,7e .. _____,„,,,,;„ ,,,,,\‘‘ \1/;, , 1 _,,,,1 („5 0, 1 g r 3 Gam �f �y] III y a= _ _. I P9 ��`\If IW �. I lit! I ,. -� ° '5 o L- ___-__� 2 I III ��VV 1� IIII ! d -_- � iT ��... \I. �nt� I ,� II II III - o a a � I il��ll ra! stA3 Zr V. 111;I I11 17 1 I! IMI N N II -1 El..a �I��II1I77 I ��1 1 IIIII CAO :t oe r riot/e�/I:�me un eletnhw"MVML\]e.un'L.ens\52ra�o\xuasfux.]x\x\'Jx]-Mu\'�xf]rrin]\'J 4y _......_z_ming :,,,1 — =..--......—1;;..: t.‘ A -›'-_ __=, - 7 %- - `-s Lei kg il �x �.1 -'z�I s ,�+ � - �� 1 ' ram"' �-n1 w III - '�'�,c !I • II N � 6I in -; - 1-� '� —T i n I�� IIIII"III ' II IT!'..- •*7 -- !be___�i ..Ii It, -•-,--E-,- -� :'''` IIIIIII�Il iI I ._.' I iIVII�IIii i.. `-NNE. - - .-..--•-- '"-- .--,--•,--•^..-.-1r i I •ICI ,�,,,,�C ' F $ „ 0 <_, L_ u • Illlr Bdl, a �, ip Se 9YAI - I I u'1 �� I 4 -n - }l, — � III I i s 1'1 as d,% . •_,I ,�, II II 11 II' I i ` i_� W r• .::a i /� • ��, Yq II 11 II II .I II : I1 - �.: I --- -jI I ' I. ' z II II 1 I - II _7-- - 12i k - i, I I � 1 1 i la II 11 I I 1 I J I '`� I Dill ', 1 , , ,, a l II ii II I f - I-- I �:r w me I Y _' _L�Mi � 1 I Izl'I a •I I hl' k 1i S II II 11 III+ �IItaftwifilI r—�7� ' i.ni:.: ��� w I I I I 'I I 1.1 II II7 E ■�!' I I I 11 1 , P II II MI 1 11 t, 11 11I l�Lryt, Z•SiSi■ •Il-- a d hh I Ill 11 i` If ,, -, I I I ° 1 19 , z 11 I i•p� + - s� T 11 1�]pp ®�b� I I 4 11 Iu my S"I ���i� a ,�� s> J T 1 : 1 .11 V �5'I ?II 1 I i [ . TOTy 4 d 11 I � tr��il!fl �il�l Jt�l hI ?!y + _, a -� I 'I �I i t i M l II i�1 ' Inx — . 3 - I,, m}� o J_Al. �I, / I hull 11+Ir „�e !II I'. It I r ..,.pem dill Ill a =-� �'. I r, �� /� I I• 'I a ' u t 4 'CitF. 1 Iai iQ� it II 1 / I • O r - ii / 11 11 a* 1 . 'orI B ]I 1 I Iiiis" I II �Ii �h i ,,, L e "I Ilo I I will � ' I a° y I 1 y p.� I • I • I rill � '����I� �1II�I(III -.Ill 1 ” 3' — II / it v I &l .V'.== M �;L-1 mfl /5 � ,II rill I. I11 �I� ' ' �Iii I 3, ,L . — , , —— 111 '1 114Ili 1 II� IqTicehII ` - nir Myi 1 INf IIIII 01 kII -3- " / -\\ IEi�Il,gi f/ _ I411 I4 1 I : _-i AlYII IIIII 1 I I roc' \\ o --63" 2 h�o,� . yJy q,y-, y p f � 11 ];- \I !`II II •,.4I� T I N �I/� ' �I�j:11 n 7 — \\ ®U a' 11 sg it ii `jjjI, y 'III 1 t) ' -1- • 'i , .(III a '\ ■ - 44 I III 3 —.P e\\ ,/ u++„,1- I, u1'i I I .II I 1.... c a --tilt �� mQ 11 L, -°`N J' I I - o E II y 1;11 11 1fi,▪ II q::::-4-;;;_-=, T'� ui "]-.s ri /p , i II l'o f $ 5 $ y Ili/ II dL»i 4 # II III 01 i I / II1r, ;' II"n 1,/,, I Imo`_""_-` °I" II ra 1 1 I; 3� �w —//� "1 �� fv I' III n 'I a�Tr � I� " 'O.,� N V I I ," / 4 1 _ 1 III AC' \ 1lyi•1�\L1 Igo AVI''II ' I I !19 I .- I J6i * I I I "� F r i.' i j j J :: I,'1�" I 'r.- ter. _-=�#z e �--- I I g pQ4�I _ n'S1G - r:/ 44 I `,10.1 I II !2 J,� - 4e.III!IhI;. ` t , I / \�1 '1 I I 4� l i «y __ onyx _ s I�,II'i.1 I I •II 1 1 I I'll _ _ I •11 ::,t1 d i'l.,./t/I P i I _ -- !1 - -. � �I (IIIII _ A� I w�E2 _ IIIII 1';'I 1i 1�1111 III I� -- � � ►��,• • y I i ' w e of - ua �� ul Alk "111lIIIII —'.- ."'. • I �.�� - — — IL' _.�I III "���=— �— ___ __ r , / I 11 6 , . , ,,, „ ,, ,.. . ,.... .... .„,,, . _ _ _ _ ill iii -- d u: o c (- il"';la{iIII tilto m �r 1 .I 3 I 8 10ii i 6!i 1 oIx . so' 1 1 sl - IIIII ' g i y V O a,?�s �zIDY]II\mas\Leu.vunBns\6�M�o\Eieas+xv'vi\rvK\'�']-mea\'.,nuCnr.ow3\'J , s.----..—z-41.:- - ---- - H 'I'\ a ° _' `a-_ ` $ �1 = k -,zl� 4 3 ▪ 1 1 II ,M y _ ° G O__ III _t ' -�-r /�,*!4 22 yl I 0 II yy .,i -_-' C , I II11 _ - I I 1 r.I 1 1 • \A':. 3s1 I �� llY ��}�' h i�`■I III N la / .-«..-.,-.q .�--w i..4.-_ --•, .---..-..---r ,'•Iil1 ' I1 1I I11I i _ __-„I III0. L ~, m , II I' II .x�� a _,-.is-, .- L � ,I-. ..G. �1f77 T y _�1, - I rvy Ii 11 /. -ag 1---'ID . Li __IL/_II ," ' Q i II II 11 II I , \`� T �3- 1 ' 1 1 I 11 II II II IIr �wul A I ,, ,11 I 1 0 II I , tl .� III 1 1 } S = 1 j h i II II II 11 i' 1�, i=�■�I +Ian• I j 1 I z „. �'�II 'lliltrl iQI'ii-.— .,,,. -• l III 1,II'I I �, a X III N I IT� w l , �I y� h r I o zii 1 I i I '_Il�t��II.. � II FI 7 u1 I -1^' 8'I c o ' III w■2In . ; 1 I xli II II III 11 a i i ; J•. 'III s-Ctair:Naliallijiiil-_._I 1 �' J '4_ Np , i c� 0 ViiP , _ II 11 1111 11 II 1 I / I ■ 9� ■w s ■- ,I; III . II 11 11 1l 1 �, 1 , 1 I' 1� P LL \ h II nl ta4 8 - ' __ II II It IN ' L „il ^ 11I,V cIii= 1_ "14 �=/I ` '. 1 I{1 'I"I�s‘1 _ �°_ !A ki u, #/ 'ft:,vel ILM1!'S; jojl_ u�L r1 a, j ; ti 1e. s e i �J 1 ��11 1 _Ill L moo_ /01 hp,t l!Illiti t!l 11 III Ili I I,11 1 r _ o A� I. � e e li, 1�a�mu III a -z� g --. .,. A. 1,1i 1 I' it �l11wlw ll . 1 II r 1 I Y E/ /// E r ',,IC i '� o gR T Iw1 II��I�,YIYI I( i., �/ // II ( � aI1 O ■`: y ,'r °\1 d3i1 III ti� =ae,, lit n 1 ❑ ❑ I _ - _`- k III ' II 1II II IIII ♦ , i 11MAN ��,11I 1 Wi /7/ O e: a^ r ♦ al ql 11 ' � II Hli II 11�NI 1. / Olt, nl. �� (III 11 isygggsp▪ p1 111-1, 3 i u 1: 1e•< : f{ �II+ II I I I��I��°'�i� I I III ,in,.1' A IId t ii� \� CC h u '.E;'� \ I `*n / _ II IIIII� li IIIIIII I I �1111111l IIII I III l 1 ii I CZ G• �§ ' Icy YY. I II d II',. I, go ' ,11 I �IIu 3iae �I _ r��� a�iii I © ! "1 k -_ �� II Ill I � n • 11 � 1 1j � � , �1 V IL._3—� vv.vv � �i I i� ;Mu` I# 1�14j �� , ii�i� �_ '� �� x I�\ � � _< _ �'�Z Ir_'I11� i II � ��'� / ��1' I , ty@p,� I1 ll �!'11 �+' 1If - elrl k l`I n '9, �: s I I C ^P I\\ n 1 - . a B• 1 �m I I Imo='-F- - 4 L'----1— .. --''''////77 , a r ii , 'I Lai,,,, I,' i I 1 I 00 i . II II , 4 ,1 III 11.. I q ,I I I ` \\ I1. ...1�., Lb o�]� 'II q'I�' l YJ - --- , F- -, 1 , `\\\ \\ L ,�. Est __��= K_ �4 _ _ II I 8 =,--' J� _, _,w =' x ter, �41.) I I -7o:1,- r- I - . Ii1JLI ,I,I,1, 11I- II �j �� Vl'IIl 1�.11 — �,.�:; .'-G ,a 11111 ;.� O, UO,� _ , 'sly ii�\� 1II�,if�II - - i,. L► ■ i'i In'I 1 „ 1 I V e� cis —---_=�- `' _-cell ICI'�; ,, �, � I I MI dam— �` - .- - r T11�� 1 1 — d 2 4 C I '1 o' 1. 1- 'III II 4. , (3 4 d. N t• 11, ' /II' io I I I II 1°iil1,1 • . c u� �/4 65" i, w 01I \14I -J 'll ly 1 1 s - 1 , 'j III ! I I11II I 11 I I _ - I$I`, -, 1 . I I j'I'k l CAO •a to[iot/ti/ 'entm[,n iwSrtM1A�eos\au�rwens\s'Juio\neasir.%\n\'.+1-rore\anullria+A\a {f,in,e 9p ■a e� I9 e9 -ill k i ,, i15 —I w ielfl,rpy& i qp II 1 1, 1 pi Ile ;i pi ,'q F k p u O PV i1i ` H ic 16 ■ ,pl 1e 8 9. a N 'J L 8 s 11 . x i 11 n (:i 14 i 4 L 1 i9 A ;x :-a 55 £ - = 50 I G ! Fly 3 = a f p [[ — Eg,Q °? C a i'i hl i1 P e o C e Y Ai '1 to ba ieg , Pi of ' �oh; , $� q'pi . i] LT `L i ,-I •'- dI ! ! ; : �, c: i; t if 5fi sEr $ 11a01:X 1 g n < ' �u _i.. 1 l rJ 5 i ?" I 1 • RA11pet 1€§§' [y9¢g gif• Gx Pi / \ Rx !1 RA ao g2 i & g 1 a 1 1.! gi i a( ' 51 irI!!;, - . /Y 11ga MEE ig ; !!! , VI R3 . 41111x I I a .;a is :0 ',Pg y$a f Hi i ;A a @II 0 R ' a 8 ! t 1 ii EPu� u G 5� P g. f j 1 d „, 1 --- . ,_ O. 0,..„ K gR S sIllr g ,, ), �, . ... . p 1 . a i >" t is¢�1 . „ �',, I dP� @f �PPdBp 1 : 90 , Z.a ❑. 'e�... i 31�K� G .e C� 1, �� „ 1 I,Il J �r S v y {9 NIT 7e9" co:,� Y y e I ei iii 1; �1y • E C'_ Ii CAO no..-„-,rla.n,,slie ,.o..o,v.-zr1aor.,..„ 60.43401{l.,0 gf@'a .1 h, i:.trb a S ,c i 55 b 7. -L-e 5 4`4 etsn i 6S1 26 IpB 0 e d ge, e . Eq SI !2'6 t Y iyt5d yy_ 3 `P2 P ° b y aN •gY d I� .g n P� SK, 3? ey b L G - - ii �� F W .a... \ 1. _-- i. EKBB S.- 59; @ 7 aa 9 aE1 is U N e - oo -s4 r r; Yb Ly .i 7 lb nx.uc g 1 5 Qp ¢O a4 A \\ .,run• ',Lams, ji1- 0, e1 ih 0 V if t Ski g,e/B r N w z LL S �aC IT; w �} Eb d4 la fr a liA l YR y Q Z 4 j. i T;44� r1 it i! d 11 6§1 E1Fa a l g ¢ O W j N O 5 5 " a : SE 1s . : V Y g6° i 'o a c, x I: i0ge �'k c° ' 1$ i6Y , dye Y9 R ff i . Y 0t�. ,� g iiipE a 4 f q5 z rvN 2 ° p s' Y5: KY� lR 6 . n6 P - 6 YtR 5 0 °0 $ Y�G F¢ �fae ! 9 -bt 4b ° u g e Ig16 to ;:.9 e` 3 P 'fit S° Y e G $ o F e i i4�] 4 2 i 1 El c b z c, a ;� d a WIlr '8yi 00' e X g 1. 5§ 3 ' § N a qq Q A G E s i ?y g. il tt 3'b.p�i gKQ9F 4 a 6 i y' YzQ 1 C .. R I i„ rIvi,1 Y bE 1 [d"de'41 40y.4e' 51q Y '4'F 4 q f 2 4d^BCbb,!t°lp� lg rbag a ds,bts �Yx C., s u g'21gg i6; `- 't-eie. ?g e384 a Yee E. . r Y Yfi gg .de o eY'.'b sW�'p tbnY.kb -bFb ¢bY C a I. q . ; e ad Y . Rt =e b 'ee w , 0kY' i.i n- Ti a 1� 5 € .n 44,.3YsOa44 .o rtt iiMIL$ci4 c- 121 it a j S --',: \ ... y it 's 6 h g 7.8 p aa g1a¢11F14;°i dttflagg a°e 2 i a�a_ d i 4 8it14:iieeaYlsssetst s t' „ 4 dY R l 1 di!FE \1 pCSG$aGai9 4 _ : 0,igt " . dW6MPL069_67ee • a.:" Ct Uo' Jtl . li o t� t 0 g ;4 is o �p ra 8 fi 00 01 o C �,...munv x.ar,, p §�a ge€a644i��,�dgl64 �113 d e a, --__t r - - I Tr 4 Mmiracx - �� raet°iP7a,.eente QY9 • +0la 604 1 Ho.s.l .k,,:g 'd-`. o`�Pf%atl�113iity @�y -,Sheaf 0 6P 6611strs SDPI APPROVAL LETTER NCWRF Pretreatment Facility Addendum#2—March 2023 Co ier County Growth Management Department Development Review Division February 15, 2023 Grady Minor-Joanna Taylor 3800 Via Del Rey Bonita Springs, FL 34134 RE: Insubstantial Change No. PL20220007361 North County Wastewater Reclamation Facility(SDPI) Dear Applicant: This is in response to your submittal of plans showing modification to PL20210001522 to relocate several of the mechanical, sewage processing systems,Air Bio-scrubbers, and minor modifications to the facility footprint. This office has reviewed the plans and has no objection to the changes shown unless noted under stipulations. STIPULATIONS: • Issuance of a development permit by a county does not in any way create any rights on the part of the applicant to obtain a permit from a state or federal agency and does not create any liability on the part of the county for issuance of the permit if the applicant fails to obtain requisite approvals or fulfill the obligations imposed by a state or federal agency or undertakes actions that result in a violation of state or federal law. This permit is conditioned on all other applicable state or federal permits being obtained before commencement of the development. • Per Ordinance 2021-48, onsite processing of construction demolition debris and crushing of inert waste materials from an off-site location is prohibited unless allowed in a previously approved conditional use or Board of County Commissioners approved development order. • Development Review-Provide approved ERP prior to the preconstruction meeting. SIGNAGE RESTRICTIONS: • Please be advised that any permanent sign(wall, ground, monument, directory,etc.)requires a separate building permit and must meet the provisions of the Collier County Land Development Code, Section 5.06.00, and/or the applicable provisions of the governing Planned Unit Development (PUD) document, regardless of any sign placement, dimensions, or color depicted on the site and/or architectural plans approved by this letter. Please contact Annis Moxam at(239)252-5519 to coordinate possible addressing changes. "Be advised that this project has been reviewed by staff in accordance with the applicant's description of work as identified in the cover letter. The applicant bears full responsibility for identifying all proposed work and building permits for any work shown changed on the plans but not identified in the cover letter may be rejected pending further staff review." Sincerely, Deueeo ftme ie 'e 1 ee t Divid ao Growth Management Department 2800 N. Horseshoe Dr. Naples, Florida 34104 239-252-2400 CAO FDEP PERMIT REVISION NCWRF Pretreatment Facility Addendum#2—March 2023 CAO antis 4`®,,Dgpaark.e FLORIDA Ron Governor Geor o Environ 1 rotectionJeanette Nunez •, c Lt.Governor '© ®i.� South District Shawn Hamilton 4' NTAL VV. PO Box 2549 Interim Secretary Fort Myers FL 33902-2549 SouthDistrict@FloridaDEP.gov Sera I» h'/F,{tronic Mail July 6,2021 In the Matter of an Application for Permit Revision by: Steve Messner, Wastewater Director Collier County-Domestic Wastewater Collier County Water- Sewer District Collier County North County WRF 3339 Tamiami Trail, Suite 303 Rehabilitation of the Aerated Grit Removal System Naples,FL 34112 PA File Number: FL0141399-040-DWI Steve.Messner(ccolliercountvfl.gov NOTICE OF PERMIT REVISION This letter is a response to the request submitted on June 23, 2021 to modify the referenced facility. The facility currently has a headworks system,but requires replacement as part of the planned preventative maintenance program. The Department of Environmental Protection("Department")hereby approves the request to replace the facility's headworks system. The permit is modified under Section 403,Florida Statutes,as indicated below: The following paragraph is added to the Wastewater Treatment Section on Page 1 of the Permit: The permittee is authorized to remove and replace the facility's headworks system. The replacement system consists of four coarse influent screens,a grit removal system,a fine screening system consisting of four 1-mm drum screens and an odor control system consisting of a bio-trickling filter tower with synthetic media to remove process odors. Be advised that Permit Conditions VI.6. and 7 pertain to this permit revision as follows: 6. The permittee shall submit DEP Form 62-620.910(12),Notification of Completion of Construction for Wastewater Facilities or Activities,upon completion of construction of the headworks system,in accordance with Section VI.,Condition 1 of the permit. 7. Within six months after a facility is placed in operation,the permittee shall provide written certification to the Department's Fort Myers office on Form 62-620.910(13)that record drawings pursuant to Chapter 62-600,F.A.C.,and that an updated operation and maintenance manual pursuant to Chapters 62-600 and 62-610,F.A.C.,as applicable,are available at the location specified on the form. [62- 620.630(7)] All other conditions of the permit,FL0141399 shall remain unchanged.This notice of permit revision becomes a part of the permit and shall be attached to the permit. The Department's proposed agency action shall become final unless a timely petition for an administrative hearing is filed under Sections 120.569 and 120.57,Florida Statutes,within fourteen days of receipt of notice.The procedures for petitioning for a hearing are set forth below. CAO Mr. Steve Messner July 6,2021 Page 2 of 3 A person whose substantial interests are affected by the Department's proposed permitting decision may petition for an administrative proceeding(hearing)under Sections 120.569 and 120.57,Florida Statutes. The petition must contain the information set forth below and must be filed(received by the Clerk)in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35,Tallahassee, Florida 32399-3000. Under Rule 62-110.106(4), Florida Administrative Code,a person may request an extension of the time for filing a petition for an administrative hearing. The request must be filed(received by the Clerk)in the Office of General Counsel before the end of the time period for filing a petition for an administrative hearing. Petitions by the applicant or any of the persons listed below must be filed within fourteen days of receipt of this written notice. Petitions filed by any persons other than those entitled to written notice under Section 120.60(3), Florida Statutes,must be filed within fourteen days of publication of the notice or within fourteen days of receipt of the written notice, whichever occurs first. Section 120.60(3), Florida Statutes, however, also allows that any person who has asked the Department in writing for notice of agency action may file a petition within fourteen days of receipt of such notice, regardless of the date of publication. The petitioner shall mail a copy of the petition to the applicant at the address indicated above at the time of filing. The failure of any person to file a petition or request for an extension of time within fourteen days of receipt of notice shall constitute a waiver of that person's right to request an administrative determination (hearing)under Sections 120.569 and 120.57,Florida Statutes. Any subsequent intervention(in a proceeding initiated by another party)will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, Florida Administrative Code. A petition that disputes the material facts on which the Department's action is based must contain the following information, as indicated in Rule 28-106.201, Florida Administrative Code: (a) The name and address of each agency affected and each agency's file or identification number,if known; (b) The name,address,any e-mail address,any facsimile number, and telephone number of the petitioner, if the petitioner is not represented by an attorney or a qualified representative;the name, address,and telephone number of the petitioner's representative,if any,which shall be the address for service purposes during the course of the proceeding;and an explanation of how the petitioner's substantial interests will be affected by the determination; (c) A statement of when and how the petitioner received notice of the Department's decision; (d) A statement of all disputed issues of material fact. If there are none,the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the Department's proposed action; (f) A statement of the specific rules or statutes the petitioner contends require reversal or modification of the Department's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes;and (g) A statement of the relief sought by the petitioner,stating precisely the action petitioner wishes the Department to take with respect to the Department's proposed action. Because the administrative hearing process is designed to formulate final agency action,the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. Persons whose substantial interests will be affected by any such final decision of the Department have the right to petition to become a party to the proceeding,in accordance with the requirements set forth above. Mediation under Section 120.573, Florida Statutes,is not available for this proceeding. This permit action is final and effective on the date filed with the Clerk of the Department unless a petition(or request for an extension of time)is filed in accordance with the above. Upon the timely filing of a petition(or request for an extension of time),this permit will not be effective until further order of the Department. Any party to the permit has the right to seek judicial review of the permit action under Section 120.68,Florida Statutes,by the filing of a notice of appeal under Rules 9.110 and 9.190,Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel,3900 Commonwealth Boulevard,Mail CAO Mr. Steve Messner July 6,2021 Page 3 of 3 Station 35,Tallahassee,Florida, 32399-3000, and by filing a copy of the notice of appeal accompanied by the applicable filing fees with the appropriate district court of appeal. The notice of appeal must be filed within 30 days from the date when this permit action is filed with the Clerk of the Department. EXECUTION AND CLERKING Executed in Orlando,Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION 711 -/21,1 Jon M. Iglehart Director of District Management CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby certifies that this document and all attachments were sent on the filing date below to the following listed persons: Ronald R. Cavalieri, P.E., AECOM Technical Services, Inc., ronald.cavalieri(aaecom.com FILING AND ACKNOWLEDGMENT FILED, on this date,pursuant to Section 120.52,F. S.,with the designated Department Clerk, receipt of which is hereby acknowledged. July 6,2021 Clerk Date CAO REPORT OF GEOTECHNICAL EXPLORATION NCWRF Pretreatment Facility Addendum#2—March 2023 Universal Engineering Sciences Florida's Leading Engineering Source Report of Geotechnical Exploration NCWRF — Headworks & Ancillary Structures 10500 Goodlette-Frank Road Naples, Collier County, Florida November 7, 2022 UES Project No.: 0530.2200314.0000 For: AECOM q. 1' 5 � 1� e � yr 0 ms- .... 4'',' ' „ 164 \.;,,, , ,.411 sa _,tea'°r�A"'�+• 0� � ih.r � V E RSA L ,.. £. '._,.._ ENGINEERING SCIENCES w SW e 4 li 41; ' '''' 1 ' s CAO ENGINEERING SCIENCES November 7, 2022 Mr. Ron Cavalieri, P.E., BCEE AECOM 4415 Metro Parkway, Suite 404 Fort Myers, Florida 33916 Phone: (813) 765-5353 Email: Ronald.Cavalieri@aecom.com Site: NCWRF — Headworks &Ancillary Structures 10500 Goodlette-Frank Road Naples, Collier County, Florida UES Project No. 0530.22000314.0000 Dear Mr. Cavalieri: Universal Engineering Sciences (UES) has completed the subsurface exploration and geotechnical engineering evaluation for the above-referenced project in accordance with the geotechnical and engineering service agreement for this project. The scope of services was completed in accordance with our Geotechnical Engineering Proposal (0530.0321.00049 & 0530.0922.00029) planned in conjunction with and authorized by you. EXECUTIVE SUMMARY The purpose of our subsurface exploration was to classify the nature of the subsurface soils and general geomorphic conditions and evaluate their impact upon the proposed construction. This report contains the results of our subsurface exploration at the site and our engineering interpretations of these, with respect to the project characteristics described to us including providing recommendations for site preparation and the design of the foundation system. UES understands that the project will consist of the design and new construction of Headworks structure along with ancillary structures (odor control pad, generator pad and electrical enclosure building) at the existing North County Water Reclamation Facility (NCWRF) located at 10500 Goodlette-Frank Road in Naples, Collier County, Florida. UES also understands that the ancillary structures will not be structurally attached to the headworks structure. No loads were provided for the structures at the time of this report. UES was provided with a copy of site layout plan dated October 2022, and existing conditions plan dated September 2022 prepared by you depicting the location of the proposed improvements. Boring locations and depths were selected in coordination with AECOM. UES previously provided a report (0530.2100118.0000 R1 dated July 15, 2021) for the headworks structure and the plans were changed after that, therefore you requested us to perform additional exploration at the site. The project site was previously utilized as a retention area, we expect site grading to include removal of the upper topsoil and the placement of approximately 3 to 4 feet of fill material to raise existing elevations to final grades. The recommendations provided herein are based upon the above considerations. If the project description has been revised, please inform Universal Engineering Sciences so that we may review our recommendations with respect to any modifications. 201 Waldo Avenue North • Lehigh Acres,Florida 33971 • (239)489-2443 • (239)489-3438(fax) www.UniversalEngineering.com OFFICES THROUGHOUT FLORIDA CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 2 of 17 Our initial exploration initiated on April 13, 2021 and completed on April 20, 2021 consist of: ® Three (3) Standard Penetration Test (SPT) borings advanced to depths of approximately 50 to 100 feet below ground surface (BGS)within the footprint of the headworks structure. An additional four (4) hand auger borings were completed to depths of approximately 5 feet BGS to better explore the site. Our supplemental exploration initiated on October 18, 2022 and completed on October 19, 2022 consist of: ® Two (2) Standard Penetration Test (SPT) borings advanced to depths of approximately 40 feet BGS within the footprint of the proposed headworks structure expansion area. El One (1) Standard Penetration Test (SPT) boring advanced to a depth of approximately 30 feet BGS within the areas of the ancillary structures. The subsurface soil conditions encountered at this site generally consist of loose to medium dense sands(SP), very loose to medium dense slightly silty sands(SP-SM), very loose to medium dense silty sands (SM), very soft to firm sandy silts (ML), very loose to loose slightly clayey sands (SP-SC), very loose to loose clayey sands (SC), very soft to soft sandy clays (CL), and soft weathered limestone(WLS)to the boring termination depths. Please refer to"Appendix D: Record of Test Borings" for a detailed account of each boring. UES understands that the proposed headworks structure is planned to be supported on conventional shallow foundation system with ground improvement techniques. UES recommends performing vibro-replacement ground improvement operations at this site to render the subsurface conditions favorable for the support of the proposed headworks structures. Recommendations for ground improvement are presented in Section 3.3 of this report. Based on our one soil boring and knowledge of the project at the time of this report, the subsurface soil conditions at the project site are generally favorable for the support of the proposed ancillary structures (odor control pad, generator pad and electrical enclosure) on shallow foundations with maximum loading conditions on the order of 100 kips for individual column footings 7 kips per linear foot (klf) for continuous wall footings. A maximum allowable bearing pressure of 2,500 psf may be used for foundation design. Based on the projected loads, expected settlement of the structure is less than 1 inch total and less than inch differential. CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 3 of 17 We appreciate the opportunity to be of service to you on this project and look forward to a continued association. Please do not hesitate to contact us if you have any questions or comments, or if we may further assist you as your plans proceed. Respectfully Submitted, Universal Engineering Sciences Certificate of Authorization Number 4930 CA.4- Ashok Neela Staff Engineer ow 11 This document has been digitally signed tsf,eS Dp '/, and sealed by ocENs - •• 90 No. 85319 * ' * * ,93� STATE OF �(�\ '•. COR\ P;.••• /1SS1ONAL E 1 1 1 I t�' on the date adjacent to the seal. Adam J. Dornacker, P.E. No. 85319 State of Florida Printed copies of this document are not Geotechnical Department Manager considered signed and sealed and the signature must be verified on any electronic copies. 11 P CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 4 of 17 TABLE OF CONTENTS 1.0 INTRODUCTION 5 1.1 Scope of Services 5 1.2 Project Description 5 2.0 OBSERVATIONS 5 2.1 Site Inspection 5 2.2 Field Exploration 6 2.3 Visual Classification 6 2.4 Geomorphic Conditions 7 2.5 Existing Groundwater Level 7 2.6 Seasonal High/Low Groundwater Level 7 3.0 ENGINEERING EVALUATION AND RECOMMENDATIONS 8 3.1 General 8 3.2 Shallow Foundation -Ancillary Structures 9 3.2.1 Site Preparation 9 3.2.2 Design of Footings 10 3.2.3 Ground Floor Slabs/Equipment Slabs 10 3.3 Ground Improvement with Vibro-Replacement Method - Headworks Structure 11 3.3.1 General 11 3.3.2 Backfill Materials 11 3.3.3 Equipment and Procedure 11 3.3.4 Soil Improvement Depths 12 3.3.5 Monitoring and Testing 12 3.3.6 Soil Improvement Criteria 13 3.3.7 Post Vibro-Replacement Site Preparation 13 4.0 EARTH RETAINING WALLS 14 5.0 SEISMIC SITE CLASSIFICATION 16 6.0 CONSTRUCTION RELATED SERVICES 16 7.0 REPORT LIMITATIONS 17 8.0 BASIS FOR RECOMMENDATIONS 17 Appendix A-Vicinity Map Appendix B-Test Location Plan Appendix C- Notes Related to Borings Appendix D- Record of Test Borings Appendix E- Discussion of Soil Groups Appendix F- Laboraory Test Results II rj 1664 CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 5 of 17 1.0 INTRODUCTION 1.1 Scope of Services The objective of our geotechnical services was to collect subsurface data for the subject project, summarize the test results, and discuss any apparent site conditions that may have geotechnical significance for proposed structure construction. The scope of our services was limited to the following: 1. Conduct six Standard Penetration Test (SPT) and four hand auger borings to determine the nature and condition of the subsurface soils and preparing record logs of these soil borings depicting the subsurface soil conditions encountered during our field exploration. 2. Review each soil sample obtained during our field exploration for classification and additional testing, if necessary. 3. Evaluate the existing soil conditions found during our exploration with respect to foundation support for the proposed structure. 4. Prepare this report to document the results of our field exploration, engineering analysis and foundation design recommendations. 1.2 Project Description UES understands that the project will consist of the design and new construction of Headworks structure along with ancillary structures (odor control pad, generator pad and electrical enclosure building) at the existing North County Water Reclamation Facility (NCWRF) located at 10500 Goodlette-Frank Road in Naples, Collier County, Florida. UES also understands that the ancillary structures will not be structurally attached to the headworks structure. No loads were provided for the structures at the time of this report. UES was provided with a copy of site layout plan dated October 2022, and existing conditions plan dated September 2022 prepared by you depicting the location of the proposed improvements. Boring locations and depths were selected in coordination with AECOM. UES previously provided a report (0530.2100118.0000 R1 dated July 15, 2021) for the headworks structure and the plans were changed after that, therefore you requested us to perform additional exploration at the site. The project site was previously utilized as a retention area, we expect site grading to include removal of the upper topsoil and the placement of approximately 3 to 4 feet of fill material to raise existing elevations to final grades. The recommendations provided herein are based upon the above considerations. If the project description has been revised, please inform Universal Engineering Sciences so that we may review our recommendations with respect to any modifications. 2.0 OBSERVATIONS 2.1 Site Inspection The recovered samples were not evaluated, either visually or analytically, for chemical composition or environmental hazards. UES would be pleased to perform these services for an additional fee, if required. iP CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 6 of 17 2.2 Field Exploration Our initial exploration initiated on April 13, 2021 and completed on April 20, 2021 consist of: ® Three (3) Standard Penetration Test (SPT) borings advanced to depths of approximately 50 to 100 feet below ground surface (BGS)within the footprint of the headworks structure. An additional four (4) hand auger borings were completed to depths of approximately 5 feet BGS to better explore the site. Our supplemental exploration initiated on October 18, 2022 and completed on October 19, 2022 consist of: ® Two (2) Standard Penetration Test (SPT) borings advanced to depths of approximately 40 feet BGS within the footprint of the proposed headworks structure expansion area. ® One (1) Standard Penetration Test(SPT) boring advanced to a depth of approximately 30 feet BGS within the areas of the ancillary structures. The locations of the borings performed are illustrated in "Appendix B: Test Location Plan". The Standard Penetration Test (SPT) boring method was used as the investigative tool within the borings. SPT tests were performed in substantial accordance with ASTM Procedure D-1586, "Penetration Test and Split-Barrel Sampling of Soils". This test procedure consists of driving a 1.4-inch I.D. split-tube sampler into the soil profile using a 140-pound hammer falling 30 inches. The number of blows per foot, for the second and third 6-inch increment, is an indication of soil strength. The soil samples recovered from the soil borings were visually classified and their stratification is illustrated in "Appendix D: Record of Test Borings". It should be noted that soil conditions might vary between the strata interfaces shown on the logs. The soil boring data reflect information from a specific test location only. Site specific survey staking for the test locations was not provided for our field exploration. The indicated depth and location of each test was approximated based upon existing grade and estimated distances and relationships to obvious landmarks. The boring depths were selected based on our knowledge of vicinity soils and to include the zone of soil likely to be stressed by the proposed construction. 2.3 Visual Classification Soil samples recovered from our field exploration were returned to our laboratory where they were visually classified in general accordance with ASTM D-2488. Samples were evaluated to obtain an accurate understanding of the soil properties and site geomorphic conditions. After performing a review of the recovered site soils, the following laboratory tests were performed: TEST DESCRIPTION NUMBER OF TESTS ASTM TEST METHOD Fines Content Determination 6 ASTM C-117 Moisture Content Determination 6 ASTM D-2216 Plasticity Index 2 ASTM D-4318 Organic Content Analysis 3 AASHTO T-267 FS thud CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 7 of 17 Please refer to Appendix F for the laboratory results sheets for each test performed, and please refer to Appendix D for the presentation of these tests on the boring logs. Bag samples of the soil encountered during our field exploration will be held in our laboratory for your inspection for 30 days and then discarded unless we are notified otherwise in writing. 2.4 Geomorphic Conditions Boring logs derived from our field exploration are presented in "Appendix D: Record of Test Borings". The boring logs depict the observed soils in graphic detail. The Standard Penetration Test borings indicate the penetration resistance, or N-values, logged during the drilling and sampling activities. The classifications and descriptions shown on the logs are generally based upon visual characterizations of the recovered soil samples. All soil samples reviewed have been depicted and classified in general accordance with the Unified Soil Classification System, modified as necessary to describe typical southwest Florida conditions. See "Appendix E: Discussion of Soil Groups", for a detailed description of various soil groups. The subsurface soil conditions encountered at this site generally consist of loose to medium dense sands (SP), very loose to medium dense slightly silty sands (SP-SM), loose to medium dense silty sands (SM), very soft to firm sandy silts (ML), soft sandy clays (CL), and very soft to soft weathered limestone (WLS) to the boring termination depths. Please refer to "Appendix D: Record of Test Borings" for a detailed account of each boring. 2.5 Existing Groundwater Level On the dates of our initial field exploration (April 13 and 20, 2021), the groundwater table was encountered at depths of approximately 4 to 6 feet BGS. On the dates of our supplemental field exploration (October 18 and 19, 2022), the groundwater table was encountered at depths of approximately 2 to 5 feet BGS. The encountered water levels at the boring locations are shown on the individual boring logs in Appendix D. Fluctuations in groundwater levels should be anticipated throughout the year, primarily due to seasonal variations in rainfall, surface runoff, and other factors that may vary from the time the borings were conducted. No additional investigation was included in our scope of work in relation to any existing well fields in the vicinity. Well fields may influence water table levels and cause significant fluctuations. If a more comprehensive water table analysis is necessary, please contact our office for additional guidance. 2.6 Seasonal High/Low Groundwater Level Based on historical data, the rainy season in Southwest Florida is between June and October of the year. In order to estimate the seasonal high water level at the boring locations, many factors are examined, including the following: • Measured groundwater level • Drainage characteristics of existing soil types • Current & historical rainfall data • Natural relief points (such as lakes, rivers, wetlands, etc.) • Man-made drainage systems (ditches, canals, retention basins, etc.) • On-site types of vegetation • Review of available data (soil surveys, USGS maps, etc.) • Redoximorphic features (mottling, stripping, etc.) 111 Pi 1164110 CA O Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 8 of 17 Due to the sites existing nature as use of a retention basin with stormwater flow diverted to the area, we estimate that the seasonal high groundwater level at the boring locations would occur at the existing ground surface or possibly higher. Due to the areas continued use as a stormwater retention basin a natural (pre-development) seasonal high water table is unable to be obtained. Based on the encountered groundwater table and information obtained from USDA NRCS Web Soil Survey for Collier County, the seasonal low water table may reach a depth beyond 80-inches below existing site grade during extended dry periods. It should be noted that the estimated seasonal high and low water levels provided should be considered accurate to approximately±1 foot and do not provide any assurance that groundwater levels will not exceed these estimated levels during any given year in the future. Should the impediments to surface water drainage be present, or should rainfall intensity and duration, or total rainfall quantities, exceed the normally anticipated rainfall quantities, groundwater levels might exceed our seasonal high and low estimates. Further, it should be understood that changes in the surface hydrology and subsurface drainage from on-site and/or off-site improvements could have significant effects on the normal and seasonal high and low groundwater levels. 3.0 ENGINEERING EVALUATION AND RECOMMENDATIONS 3.1 General A foundation system for any structure must be designed to resist bearing capacity failures, have settlements that are tolerable, and resist the environmental forces that the foundation may be subjected to over the life of the structure. The soil bearing capacity is the soil's ability to support loads without plunging into the soil profile. Bearing capacity failures are analogous to shear failures in structural design and are usually sudden and catastrophic. The amount of settlement that a structure may tolerate is dependent on several factors including: uniformity of settlement, time rate of settlement, structural dimensions and properties of the materials. Generally, total or uniform settlement does not damage a structure but may affect drainage and utility connections. These can generally tolerate movements of several inches for building construction. In contrast, differential settlement affects a structure's frame and is limited by the structural flexibility. UES understands that the proposed headworks structure is planned to be supported on conventional shallow foundation system with ground improvement techniques. UES recommends performing vibro-replacement ground improvement operations at this site to render the subsurface conditions favorable for the support of the proposed headworks structures. Recommendations for ground improvement are presented in Section 3.3 of this report. Based on our one soil boring and knowledge of the project at the time of this report,the subsurface soil conditions at the project site are generally favorable for the support of the proposed ancillary structures (odor control pad, generator pad and electrical enclosure) on shallow foundations with maximum loading conditions on the order of 100 kips for individual column footings 7 kips per linear foot (klf) for continuous wall footings. A maximum allowable bearing pressure of 2,500 psf may be used for foundation design. Based on the projected loads, expected settlement of the structure is less than 1 inch total and less than inch differential. 111 PP CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 9 of 17 We note that the applicability of geotechnical recommendations is very dependent upon project characteristics, specifically(1) improvement locations, (2)grade alterations, (3)and actual applied structural loads. For that reason, UES must be provided with and review the preliminary and final site and grading plans, and structural design loads to validate all recommendations provided in this report. Without performing this review, our recommendations should not be relied upon for final design or construction of any site improvements. 3.2 Shallow Foundation —Ancillary Structures The subsurface soil conditions at the project site are generally favorable for the support of the proposed building sections (odor control pad, generator pad and electrical enclosure building) on shallow foundations if the maximum column and walls loads are less than those previously mentioned, and the estimated settlement values are acceptable. A maximum allowable bearing pressure of 2,500 psf may be used for foundation design. 3.2.1 Site Preparation UES recommends the following compaction requirements for this project: ➢ Proof Roll 98% of a Modified Proctor ➢ Building Pad Fill 98% of a Modified Proctor ➢ Footings 98% of a Modified Proctor The compaction percentages presented above are based upon the maximum dry density as determined by a "modified proctor"test (ASTM D-1557). All density tests should be performed to a depth of 12 inches below the tested surface unless noted otherwise. All density tests should be performed using the nuclear method (ASTM D-6938) or the sand cone method (ASTM D-1556). Our recommendations for preparation of the site for use of shallow foundation systems are presented below. This approach to improving and maintaining the site soils has been found to be successful on projects with similar soil conditions. 1. Initial site preparation should consist of performing stripping and clearing operations to a depth no less the 6-inches below existing site grade. This should be done within, and to a distance of five (5) feet beyond, the perimeter of the proposed building footprint (including exterior isolated columns). 2. Following site stripping and prior the placement of any fill, areas of surficial sand (not exposed limestone) should be compacted ("proof rolled") and tested. We recommend using a steel drum vibratory roller with sufficient static weight and vibratory impact energy to achieve the required compaction. Density tests should be performed on the proof rolled surface at a frequency of not less than one test per 2,500 square feet, or a minimum of four (4) tests, whichever is greater. Areas of exposed intact limestone shall be visually confirmed by the project geotechnical engineer prior to fill placement, in lieu of proof rolling. 111 P CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 10 of 17 3. Fill material may then be placed in the building pad as required. The fill material should be inorganic (classified as SP, SW, GP, GW, SP-SM, SW-SM, GW-GM, GP-GM) containing not more than 5 percent (by weight) organic materials. Fill materials with silt-size soil fines in excess of 12% should not be used. Fill should be placed in lifts with a maximum lift thickness not exceeding 12-inches. Each lift should be compacted and tested prior to the placement of the next lift. Density tests should be performed within the fill at a frequency of not less than one test per 2,500 square feet per lift in the building areas, or a minimum of four (4) tests per lift, whichever is greater. 4. For any footings bearing on a limestone formation, the bottom of all footing excavation shall be examined by the engineer / geologist or his representative to determine the condition of the limestone. The limestone shall be probed for voids and loose pockets of sand. Such areas shall be cleaned to depth of 3 times the greatest horizontal dimension and backfilled with lean concrete. 5. For footings placed on structural fill or compacted native granular soils, the bottom of all footings shall be tested for compaction and examined by the engineer / geologist or his representative to determine if the soil is free of organic and/or deleterious material. Density tests should be performed at a frequency of not less than one(1)density test per each isolated column footing and one (1) test per each fifty (50) lineal feet of wall footings. 6. The contractor should take into account the final contours and grades as established by the plan when executing his backfilling and compaction operations. Using vibratory compaction equipment at this site may disturb adjacent structures. We recommend that you monitor nearby structures before and during proof-compaction operations. A representative of Universal Engineering can monitor the vibration disturbance of adjacent structures. A proposal for vibration monitoring during compaction operations can be supplied upon request. 3.2.2 Design of Footings Footings may be designed using a maximum allowable soil bearing pressure of 2,500 psf. Shallow foundations should be embedded a minimum of 18 inches below final grade. This embedment shall be measured from the lowest adjacent grade. Isolated column footings should be at least 24 inches in width and continuous strip footings should have a width of at least 18 inches regardless of contact pressure. Once site preparation has been performed in accordance with the recommendations described in this report, the soil should readily support the proposed structure resting on a shallow foundation system. All footings and columns should be structurally separated from the floor slab, as they will be loaded differently and at different times, unless a monolithic mat foundation is designed. 3.2.3 Ground Floor Slabs/Equipment Slabs The ground floor slabs may be supported directly on the existing grade or on granular fill following the foundation site preparation and fill placement procedures outlined in this report. For purposes of design, a coefficient of subgrade modulus 150 pounds per cubic inch may be used. The ground floor slab should be structurally separated from all walls and columns to allow for differential vertical movement. iP ';AO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 11 of 17 Excessive moisture vapor transmission through floor slabs-on-grade can result in damage to floor coverings as well as other deleterious effects. An appropriate moisture vapor retarder should be placed beneath the floor slab to reduce moisture vapor from entering the building through the slab. The retarder should be installed in general accordance with applicable ASTM procedures including sealing around pipe penetrations and at the edges of foundations. 3.3 Ground Improvement with Vibro-Replacement Method — Headworks Structure UES recommends performing vibro-replacement ground improvement operations at this site to render the subsurface conditions favorable for the support of the proposed structures. It may be necessary for the design team to consider performing vibro-replacement operations under all foundation elements to limit the potential for excessive differential settlements. 3.3.1 General Vibro-Replacement is a technique utilizing specially developed vibrators to direct compactive energy at the required improvement depth. This impactive energy results from electrically driven eccentric weight assemblies to apply a radial energy in the horizontal plane to the surrounding soil materials. Improvement is achieved by increasing the mass in-situ density, increasing the mass shear strength, and reinforcing and/or locally replacing the subsurface materials with a prepared backfill. In granular soils that exhibit some cohesive characteristics(with typical fines content ranging from 15 to 25 percent), a stone backfill is used to enhance displacement and drainage and subsequently assist in the densification process. In more cohesive soils, the stone backfill in its densified state performs as a structural reinforcement element to increase the bearing capacity of the mass and reduces total and differential settlements. In either case, addition of stone as a backfill material is the Vibro-Replacement (stone columns) technique. Due to the presence of loose soft sands and soft silts within the foundation influence zone, UES recommends the use of vibro-replacement (vibro-improvement using stone columns) for this site. It should be noted that the project site currently has an existing electrical duct banks embedded along east to west on the north side of the property. UES recommends the specialty contractor to take necessary steps (maintaining safe distance from duct banks to the probe locations, etc.,) to avoid any damage to the existing duct banks if they are planned to be utilized in the future. 3.3.2 Backfill Materials Stone to be used in the vibro-replacement work should consist of relatively hard, durable rock with a gradation generally between 3/8" to 1-1/2", but sizes up to 4" may be required in some applications. The material to be used should be approved by the Geotechnical Engineer. 3.3.3 Equipment and Procedure The vibro-replacement process is a highly specialized ground modification technique and its successful completion depends on the experience of the specialty contractor, the size and energy of the equipment used, and the spacing of the probe locations. PP 16,41 CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 12 of 17 A vibro-replacement plan, including the methods, settlement analysis, and equipment to be used, and a probe location plan should be submitted by the vibro-replacement specialty contractor and approved by UES prior to initiation of vibro-replacement operation. The approval of the vibro- replacement plan by UES is in no way a warranty or guarantee that the intended improvements will be achieved. The responsibility for achieving the required improvement is solely the responsibility of the specialty geotechnical contractor. Specific equipment and procedural specifications are left to the Specialty contractor to achieve the specified criteria in a performance specification. However, the following general guidelines are identified: • The Specialty Contractor should use a down-hole vibrator capable of providing at least 80 HP and 15 tons of force. • After penetration to the treatment depth, the vibrator should be slowly retrieved in 12 to 18-inch increments to allow backfill placement. • The vibrator should be redriven through each increment into a recently treated depth interval to observe amperage build-up or increase. • Amperage build-up and backfill quantities are contingent on the type of vibrator, type of backfill, in-situ soil conditions, and Contractor's procedure. Discussion between the Geotechnical Engineer and Specialty Contractor shall be conducted prior to work regarding individual equipment capabilities and expectations. 3.3.4 Soil Improvement Depths Vibro-replacement should be performed to depths of at least twice the width of isolated column footings and four times the width of continuous wall footings as measured from the bottom of the footing, but not less than twenty (20) feet, or probe refusal on rock. The depth of vibro-improved soil beneath isolated rectangular shaped column footings may exceed two times the width of the rectangular footing, depending on the dimensions of the footing. We recommend that vibro-replacement be performed beneath all foundation elements. Vibro- replacement will not be required beneath the ground-level slab. 3.3.5 Monitoring and Testing An engineering representative of UES should monitor the ground improvement process on a full- time basis. On-site monitoring may include observation of the specialty contractor's procedures, recording of backfill quantities, and recording of ammeter information. If a vibro-replacement ground improvement program is selected (with a maximum design bearing capacity of 5000 psf), a post-ground-improvement verification program consisting of a minimum of four(4) Standard Penetration Test (SPT) borings and/or Piezocone Penetration Test (PCPT) soundings should be performed to the same depths as the closest ground-improvement probes to verify the effectiveness of the process. Post improvement testing should not be initiated until a period of at least 72 hours has elapsed following the completion of the soil improvement in order of allow time for excess pore water pressure to dissipate. CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 13 of 17 If a maximum design bearing capacity of greater than 5000 psf is chosen, a plate load test, in accordance with ASTM D-1196, will be required to verify the bearing soil improvement The criteria for the acceptance of this work should relate to parameters used in the sand or stone column design (to limit total settlement to 1-inch and to provide a bearing capacity of 5000+ to 7000 psf etc...) as determined by load test. If there are any existing structures adjacent to the project site, vibration monitoring should be performed during the vibro-replacement process to ensure that vibration levels reaching the adjacent structures are within the allowable limits. 3.3.6 Soil Improvement Criteria Following the successful completion of vibro-replacement as described above, the soil should readily support the proposed structure resting on a shallow foundation system.The improved soils should be sufficient to achieve an allowable bearing capacity of 5,000 pounds per square foot (psf) with a maximum total settlement of 1-inch and differential settlement of 3/4-inch (higher design bearing capacity may be available with load test verification). All footings and columns should be structurally separated from the floor slab, as they will be loaded differently and at different times. Shallow foundations should be embedded a minimum of 24 inches below final grade. This embedment shall be measured from the lowest adjacent grade. Isolated column footings should be at least 36 inches in width and continuous strip footings should have a width of at least 24 inches regardless of contact pressure. The footing elements should be constructed directly on the stone or dense sand columns. 3.3.7 Post Vibro-Replacement Site Preparation UES recommends the following compaction requirements for this project: Proof Roll 98% of a Modified Proctor Building Pad Fill 98% of a Modified Proctor Footings (on improved soil by vibro-replacement) 98% of a Modified Proctor The compaction percentages presented above are based upon the maximum dry density as determined by a "modified proctor"test (ASTM D-1557). All density tests should be performed to a depth of 12 inches below the tested surface unless noted otherwise. All density tests should be performed using the nuclear method (ASTM D-6938) or the sand cone method (ASTM D-1556). Our recommendations for preparation of the site for use of shallow foundation systems, after performing vibro-replacement ground improvements, are presented below. This approach to improving and maintaining the site soils has been found to be successful on projects with similar soil conditions. 1. If top-feed ground improvement methods are utilized, the improved areas should be scrapped clean to remove spoils created during ground improvement operations. This should be done within, and to a distance of five(5)feet beyond,the perimeter of the proposed building footprint (including exterior isolated columns). Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 14 of 17 2. If bottom-feed ground improvement methods are utilized, or at the completion of scrapping of spoils (top-feed), and prior the placement of any fill materials, areas of surficial sand (not exposed limestone) should be compacted ("proof rolled") and tested. We recommend using a steel drum vibratory roller with sufficient static weight and vibratory impact energy to achieve the required compaction. Density tests should be performed on the proof rolled surface at a frequency of not less than one test per 2,500 square feet, or a minimum of four (4) tests, whichever is greater. Areas of exposed intact limestone shall be visually confirmed by the project geotechnical engineer prior to fill placement, in lieu of proof rolling. 3. Fill material may then be placed in the building pad as required. The fill material should be inorganic (classified as SP, SW, GP, GW, SP-SM, SW-SM, GW-GM, GP-GM) containing not more than 5 percent (by weight) organic materials. Fill materials with silt-size soil fines in excess of 12% should not be used. Fill should be placed in lifts with a maximum lift thickness not exceeding 12-inches. Each lift should be compacted and tested prior to the placement of the next lift. Density tests should be performed within the fill at a frequency of not less than one test per 2,500 square feet per lift in the building areas, or a minimum of four (4) tests per lift, whichever is greater. 4. The bottom of all footings shall be tested for compaction, density tests should be performed at a frequency of not less than one (1) density test per each isolated column footing and one (1) test per each fifty (50) lineal feet of wall footings. 5. The contractor should take into account the final contours and grades as established by the plan when executing his backfilling and compaction operations. Using vibratory compaction equipment at this site may disturb adjacent structures. We recommend that you monitor nearby structures before and during proof-compaction operations. A representative of Universal Engineering can monitor the vibration disturbance of adjacent structures. A proposal for vibration monitoring during compaction operations can be supplied upon request. 4.0 EARTH RETAINING WALLS At this time, UES understands there are planned retaining walls at the site. The following recommendations are provided in the event low-level (i.e. less than 4 feet) walls are required. Earth pressures on retaining walls are influenced by the structural design of walls, conditions of wall restraint, construction methods, and the strength of the materials being restrained. The most common conditions assumed for earth retaining wall design are the active and at-rest conditions. Active conditions apply to relatively flexible earth retention structures, such as freestanding walls, where some movement and rotation may occur to mobilize shear strength. Walls which are rigidly restrained should be designed for the at-rest condition. However, if the walls will be backfilled before they are braced, they should also be designed to withstand active earth pressures as self- supporting cantilever walls. The wall designer must select the appropriate earth pressure based upon site and design constraints. CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 15 of 17 LATERAL EARTH PRESSURE DESIGN PARAMETERS (LEVEL BACKFILL)* Design Parameter Recommended Value At-rest Earth Pressure Coefficient, Ko 0.50 Active Earth Pressure Coefficient, Ka 0.33 Passive Earth Pressure Coefficient, Kp 3.0 Moist Unit Soil Weight(pcf) 115 for SP, SP-SM Submerged Unit Weight of Soil (pcf) 52 Coefficient of Friction (sliding) 0.4 Angle of Internal Friction, ❑ 30 Table Notes: * For sloping backfill the table values must be adjusted. **Hydrostatic pressure should be accounted for based on seasonal high water table estimates and other site drainage considerations Development of the full active earth pressure case requires a magnitude of horizontal wall movement that often cannot be tolerated or cannot occur due to the rigidity of the wall and other design restrictions such as the impact on adjacent structures. In such cases, walls are often designed for either the at-rest condition or a condition intermediate of the active and at-rest conditions, depending on the amount of permissible wall movement. Passive earth pressure represents the maximum possible pressure when a structure is pushed against the soil, and is used in wall foundation design to help resist active or at-rest pressures. Because significant wall movements are required to develop the passive pressure, the total calculated passive pressure is usually reduced by one-half for design purposes. Our recommendations assume that the ground surface behind the earth retaining structures is level and that native or imported soils consisting of relatively clean sandy soils containing less than 12 percent passing the No. 200. We recommend that the soils selected for use as backfill be tested as specified prior to commencement of wall construction. Recommended soil parameters for design of earth retaining structures have been presented in table below. Positive wall drainage must be provided for all earth retaining structures to prevent the build-up of excess hydrostatic pressures. These drainage systems can be constructed of open-graded washed stone isolated from the soil backfill with a geosynthetic filter fabric and drained by perforated pipe, or with one of several wall drainage products made specifically for this application. Lateral earth pressures arising from surcharge loading(i.e.traffic loading, building/structure loads, etc.) should be added to the above earth pressures to determine the total lateral pressure. Additional consideration must also be given for sloped backfill at the top of the wall. In each circumstance the earth pressures for active and at-rest conditions will increase based upon the amount of surcharge and angle above horizontal of the sloped backfill. Retaining walls should also be analyzed for both internal and global stability. IIII CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 16 of 17 5.0 SEISMIC SITE CLASSIFICATION The project site is located within a municipality that employs the Florida Building Code (FBC) which has jurisdiction in the State of Florida. Since seismic design is not part of the FBC, we consulted the 2015 International Building Code® (IBC). As part of this Code, the design of structures must consider dynamic forces resulting from seismic events. These forces are dependent upon the magnitude of the earthquake event, as well as the properties of the soils that underlie the site. As part of the procedure to evaluate seismic forces, the Code requires the evaluation of the Seismic Site Class, which categorizes the site based upon the characteristics of the subsurface profile within the upper 100 feet of the ground surface. To define the Site Class for this project, we first interpreted the results of SPT soil borings drilled within the project site and estimated appropriate soil properties below the base of the borings to a depth of 100 feet, as permitted by Section 1615.1.1 of the Code. The estimated soil properties were based upon our experience with subsurface conditions in the general site area. Based upon the SPT N-values recorded during the field exploration and our experience in the vicinity of the subject site, the subsurface conditions within the site are consistent with the characteristics of a Site Class "E"as defined in Chapter 20 of ASCE 7-16. Furthermore, along with using a Site Classification of"E", we recommend the use of the spectral response acceleration coefficients as follows: 0.2 second period: Ss = 0.045 g (Soil Factor= 2.40) 1.0 second period: Si = 0.022 g (Soil Factor=4.20) The design spectral response acceleration coefficients as follows: SDS = 0.071 g Soi = 0.063 g These values were obtained from the U.S. Seismic Design Map developed by U.S. Geologic Survey (USGS) Earthquake Hazard Program, utilizing a latitude of N 26°15'58.89" and a longitude of W 81°47'11.78" to represent the general location of the project. Other earthquake resistant design parameters should be applied consistent with the minimum requirements of governing building codes. Although the groundwater table is less than 40 feet below grade, with site acceleration coefficients at values below 0.05g, it is UES's opinion that the liquefaction potential of the site due to earthquake forces is negligible. 6.0 CONSTRUCTION RELATED SERVICES We recommend the owner retain UES to provide inspection services during the site preparation procedures for confirmation of the adequacy of the earthwork operations. Field tests and observations include verification of foundation and/or pavement subgrades by monitoring earthwork operations and performing quality assurance tests of the placement of compacted structural fill courses. FS CAO Proposed NCWRF Geotechnical Report Naples, Collier County, Florida November 7, 2022 UES Project No. 0530.2200314.0000 Page 17 of 17 The geotechnical engineering design does not end with the advertisement of the construction documents.The design is an on-going process throughout construction. Because of our familiarity with the site conditions and the intent of the engineering design, we are most qualified to address site problems or construction changes, which may arise during construction, in a timely and cost- effective manner. 7.0 REPORT LIMITATIONS This consulting report has been prepared for the exclusive use of the current project owners and other members of the design team for the proposed NCWRF Headworks located at 10500 Goodlette-Frank Road in Naples, Collier County, Florida. This report has been prepared in accordance with generally accepted local geotechnical engineering practices; no other warranty is expressed or implied. The evaluation submitted in this report, is based in part upon the data collected during a field exploration. However, the nature and extent of variations throughout the subsurface profile may not become evident until the time of construction. If variations then appear evident, it may be necessary to reevaluate information and professional opinions as provided in this report. In the event changes are made in the nature, design, or locations of the proposed structure, the evaluation and opinions contained in this report shall not be considered valid, unless the changes are reviewed and conclusions modified or verified in writing by Universal Engineering Sciences. UES is not responsible for damage caused by soil improvement and/or construction activity vibrations related to this project. UES is also not responsible for damage concerning drainage or moisture related issues for the proposed or nearby structures. UES should be provided the opportunity to review the final foundation design drawings and specifications to determine whether UES's recommendations have been properly interpreted, communicated and implemented. If UES is not afforded the opportunity to participate in construction related aspects of foundation installation as recommended in this report or any report addendum, UES will accept no responsibility for the interpretation of our recommendations made in this report or on a report addendum for foundation performance. 8.0 BASIS FOR RECOMMENDATIONS The analysis and recommendations submitted in this report are based on the data obtained from the tests performed at the locations indicated on the attached figure in Appendix B. This report does not reflect any variations, which may occur between borings. While the borings are representative of the subsurface conditions at their respective locations and for their vertical reaches, local variations characteristic of the subsurface soils of the region are anticipated and may be encountered. The delineation between soil types shown on the soil logs is approximate and the description represents our interpretation of the subsurface conditions at the designated boring locations on the particular date drilled. Any third party reliance of our geotechnical report or parts thereof is strictly prohibited without the expressed written consent of Universal Engineering Sciences. The methodology(ASTM D-1586) used in performing our borings and for determining penetration resistance is specific to the sampling tools utilized and does not reflect the ease or difficulty to advance other tools or materials. WCAO Appendix A -Vicinity Map II PI CAO N o rt IJ7f J. I i•• o y• • ° �• g , 4 °� v, R g a °v$-,Aea r as4 4 • x k� t9 + • a 3. e- •�,Y �J k r JiK— I,. � �•,, _ ............ • a - F°a't tv '. f . ss ,. .ti / , . -, ¢ / (' rjk � a a 14 Sim; wr tr ',x �j 8 1} /f = Y:3"r °°3fi+wc <'il a �at� .. V .. C N J n W # Ad Ea z m'c z to $ 'ks. "" '; k a ,V`: i E ��, 6 0 ....�,�,� St 4. '�a' ' . w, L&,,..* 0, ! 1. o f ^ (( • y to ;Y ' A gyp('*,34,, 'F` y- Y • wt d r 3+4, x . „_ IX!�A �; tt "gyp* t1, *. .14k , x R-"t a s ‘.. • ti-Xi.:!... „a t - s ti a a e r �• a .wra" • .. "•�..,,�, ,,„:4 4,10.-� _ ki ." •w *.:. •Ik • 'tom .. t, Yea a ta:•w L ." • '.,t a. k.. 3 .'0. '- . Y.''' A 7r•. rya s k .L< " • t'.: r. �� i x,',,P4-a, w aR' . a4P..a �' `.�' y • v.. • w : } 4: „yak 4 R M tt • k' y., a d °°1. y °";" ,{.►i 1. R k 3 p e ,•.,' $ 'a/. .z_ • i'y.-.-,a O atiyy4 ^.,qil. ' 'd i • 3 s. .: i f t'U ,*Nkti i• 4 a 3 <i is t,,. ':.•.0,' •;�'"' .s - a� h� "tt t --,,i".to4r..1.t„ok..,..:-1, ,r4i- . .„:t;•-•:.....3-,. ..ri:,,,,,,,,,,,:ii.; Mb a {f5t Fam•PBrk•Bt�". * Y ♦• t - < `^Sr.. + Ir sac of�.4444 � "''. ae - '" �. r w+c Y t".v �i g, tS,` yy,,y, • Y i. fd e,�y+M�pp�Mt( }} '.'' * -+a SfNY ,,, -rg $� •_ ' RiY•&^. myY', t f• ...,,, .. ' 3.} a y'e�'� �';h p. k.,3'�F°"3S 7R`., :I {l.n • • f,� Y ..Jp.:,...• J. • HI rt py M r s� ..........,� ( : •!'l F%--17'''"-t L.it '..t:i.VI -L'‘; >j' x Y i�,. 1 ',.r. ` let. k t._. a{gtl",,,a4d:ktt...;. - Y Ra 44, ` •• 'rt.•;' .2 ^ • 1 d N. . sae+ \J • Q.� ...am, [r . �� �' � 't,5 •tom,.+^. � �4:i IV „� - ." € q t) '_rh ,_'"ma y fii ',3,}y - t x, „*t t jr,� d iai 1 +: H$* +4 iee, a'' d �° '�F �S ,..A ' * .. . lo4z.,4,5...- elm t„'� • — ' c M gp ILI '.'., Z Q -a, •. 1 •�' �,,, +fly, • y }yA`.�, 1 .t µ d.,.,,....rvt 4 % Alit .' bi#+ $ •t Q� iW W•0 ' - `x,w,,.„. - • " s > s "' z to • . ✓ f1 „� +" �rC7 CAO Appendix B - Test Location Plan R P N O N d N W i R O rLP • i .0 �'' a� `o ' -� i� 1` kid a' O a 3 � 1y �`� Cr N U '° ' i O U t Ox 3 ` S'i r( ( i o ac # a „ c N�_ W o tl cJ n k'° , fax k 6 4 4, Ell s"el s r '` 1* a s s/.. ,� 3 t 4Ca O N 0 IN M III el Q c 0 ja 4-3 `t III vacO to CD YEN v J O v .c 3 e C.) ° E -o v Ow 1-1 n E o O Op' _0 OD 7 k .- d C 03 v 0 E n E o.d , \- / 44*, 1:14 „.r,,, ,, ,,4' 4' i '' ',.4' 'A 4'., C - .1111V„. ILI • r ,r ha %'fir $♦ 4 gg 4 CAG N N O w N N Y 4 .1. R tea, a o°4u $ Q x 0 9E '4W as ,9 7 a 1 ,�y ° �a ,. n,' ,war e 3' 3 — y c B o a m 4E �" 9C NI � t 3 q N ....I O � „ I N c -0 UIa o ncE x yt yp J y ;.9 'c ( 4 t: a e rim=aMJ►lze, .r r.- � � g. /1 Q ro OH i ,, - E o . ` c.)] ,gt,L), L, O v `t _ U11" � w _w . 14. ; , E 119 on 0-I-- o n a o(` {t;t apt 47.{� # '. I"" o ht0 co .0 CO CO .., „.„:4,,,,,,,,,„„,,,,rni,,,,,, i,?..'1, „NT'‘'ll''',"f:i ° Sr'''''''' °""t4r-''''''''' ",fil 'I' i 0_. R. x UJ t Cl)Z d CA0 Appendix C - Notes Related to Borings CAO NOTES RELATED TO RECORDS OF TEST BORING AND GENERALIZED SUBSURFACE PROFILE 1. Groundwater level was encountered and recorded (if shown) following the completion of the soil test boring on the date indicated. Fluctuations in groundwater levels are common; consult report text for a discussion. 2. The boring location was identified and located in the field based on measured and estimated distances from existing site features. 3. The borehole was backfilled to site grade following boring completion, patched with asphalt cold patch mix when pavement was encountered. 4. The Record of Test Boring represents our interpretation of field conditions based on engineering examination of the soil samples. 5. The Record of Test Boring is subject to the limitations, conclusions, and recommendations presented in the report text. s. The Standard Penetration Test (SPT) was performed in accordance ASTM Procedure D-1586. SPT testing procedure consists of driving a 1.4-inch I.D. split-tube sampler into the soil profile using a 140-pound hammer falling 30 inches. 7. On the Record of Test Boring listed as"Blow Counts", the N-value is the sum of the SPT hammer blows required to drive the split-tube sampler through the second and third 6-inch increment of the sampling layer, and is an indication of soil strength. 8. Shown on the Record of Test Boring an SPT N-value expressed as 50/2" is descriptive of the fact that 50 hammer blows were required to drive the split-spoon sampler a distance of approximately 2 inches. 9. The soil/rock strata interfaces shown on the Records of Test Boring are approximate and may vary from those in the field. The soil/rock conditions shown on the Records of Test Boring refer to conditions at the specific location tested; soil/rock conditions may vary between test locations. O.Relative density and consistency for sands/gravels, silts/clays, and limestone are described as follows: Cohesionless Soils Silts and Clays Limestone Safety Auto Relative Safety Auto Consistency SPT(N-Value) Relative SPT(N-Value) SPT(N-Value) Density SPT(N-Value) SPT(N-Value) Density 0—4 0—3 Very Loose 0—2 0—1 Very Soft 0—50 Soft 5-10 4-8 Loose 3-5 2-4 Soft 51 -50 for 0" Hard 11 —30 9-24 Medium Dense 6-7 5-6 Firm 31 —50 25—40 Dense 8—15 7—12 Stiff Over 50 Over 40 Very Dense 16—30 13—24 Very Stiff Over 30 Over 24 Hard 11. Definition of descriptive terms of modifiers for silts/clays/shells/gravels are described as follows: Percentage of Modifier Material First Qualifier Second Qualifier 0—5 (No mention) (No mention) 5—12 Slightly+Modifier+y With Trace 12—30 Modifier+y With Some 30—50 Very+Modifier+y And 12. Descriptive characteristics for organic content percentages are described as follows: Percentage of Organic Material Descriptor 0—2.5 (No mention) 2.5—5 With a Trace of Organics 5—20 Organic 20—75 Highly Organic 75—100 Peat 111 P CM Appendix D - Record of Test Borings R P 1.,40 CAO w5z N C3 c7O ;,',.- Lc", WR3o oNm N m m F ac0w g Z F ,,,,-,!,F.. ,;,. ai0 0 a s ' a o p w¢ ° 0O Ce O a • 1- W �° �° � a °y w 0w O 6E m `E'E ~a Ow Oa o to j w . a W a Qo ~ J ° yu C o8.2 pxx4�o °,,'1 a S o +1 c E z — E =n J e >- g r> 5 rco g � ooFOF rc ° C7 o F- F a 2.. ,D"u 0 ;It 2 os (2 w c> 8iz 'oorv'�N 1-8' ttao Z ?1.O (m oya " §3255 cz, , e 5% o _ go os.2 g ` a ;,r Ygr -rmz• 4-5r ESL- 4, vo m Er)Es, m ul> ow> n> u» 7U> 9U> (7 z -• F LL 5 Z' O O O O O O O O O °• 5o [tgsFwg > LL g; _ ¢ _ LL� >2LL� � I �Z a = Li- r e °_ up xLA z >w w w 0 uaa ZN �'8 z Uz f A. 5 T. ° p ILL' yw rx ¢ 2 azane ' 1ieggMg a 'o x o °1 z Lp z o 0 F < - F ' oo°On N O Z wp z�ryw zz g a5f,e^ �n°> Ow 8 8W d Nc 2m '' Wlu Z N2O1 OUIL0) o., >LL n � K mo - Z `N , ww ao z�or,emno w oi Z LW z3a 8 8 S W ° ° p >C� C W Oz¢ i $ •ya3N a¢ t7i w_ Z ❑ N°wd, ,IIOSWAS IIOS Qco NF�2 > 2 ¢w t 5 o O O _ u t w w S5 Cd mm c4 ii I �O aSJ? K R. N W(,zZl Z .- U N J rc rco° e _ rOn = J 9 LL ¢>Zw m m poW i w? ° �,� !J s ,R5 J , PI 2 ? $� c Sa o >5 aC Hp E, a J zo0wz?oaoS' ONw.°o _ Ilk]_ U aUry aNu0 F ,,,?. .;,:-..;.-,8 e E�N m E Y @ g a'c NE ¢ NE aw SS N a 1-1 ( 1 1 O .- coO� V CO CO N 7 1- N O 05 ♦ ♦ ti � I • X-g O O O Q A . O O O1,111 §h N` 1333 NI H1d3O 0 0 0 0 0 0 0 ©a) ro) 0 0 N N. N N. C- N. vi t0 Nj ,- ,- N N f? co ri q. M• - I-I•I •I •I-I•I-I-I• I• I•I • I -I - I- I•I •I•I•I-I-I I I• I•I-I •I• I•I I I•I•I I .1 -I • I•I•I •-I•I•I• I•I -I • I I• I W 8© n © o N N f0•') C'))Lo g . Cl)) --I LL 0 Ct CL J_ vJ N m .E U N `5 v m j N m N f E E c E 4 E a.s. N E N E N a g 0 Fa'' Li 3E. 3 3 3 > ch N • , Q )O M CD N > M Cn N \ '• • ' 8 1 0 O gR i 1333 NI H1d3O Z ap [h Ls.' M75 M q 11 .1. 1•I I .1. 1 • I . I .I.1.1.1 . 1 1 1•I •I •I ' I I•I• I• I •I•I •I . I I•I•I • I I -I-rl• I •I •I•I • I•I •I -I• I• I• I•I,I' I •i 2 O ") .O- - N N N C) 0 a v0) m 0 N O Y N = m a o 2 N m o W z4o J 0• m N > LLszi V 8 p y z 2 om o• ` • o a Z LIJ ,-it v F z o B o w 2 £no r A o _ B iB i wo N0eO 0 x z Y o� oO o o --I 'r � E a NJ C agh o a > Cl) o mo a 9wg -u2s9 6, LL ~ro z9 w W 8 ?,. om aoo">Rm w oiF Z a m O O30 o °N , S o J82m - 3 ' •° -ru, x W Y B ?` a ggr Y .r r mz 4.1tr vr •''v o moNLL13 ,> 81U> Ae> O> 65> 6o> Uw o rUZ " LL m O O' O O O O O O O poi w< w g_0" H < z :,LL., >mLLm>= m 5Y m p 2 0>W c, O y '2 E o> u0 r uB r ws m > a w (7aazoz FE m m� o>>_ 0 • 5 gr- _ °o 2 18 IT z a �> N^0�R B a o §m wW 9L w w O Qc <2_otvmn�0 oo°° 'zi o Fws O Z m�z ° N M g , O - <m $°v'�,^� o yore W U' m v2 ¢ma z ya,o a o o P, w 3F NRp B LL s> m M LLI ' VI=i7 W COW w 2 2 U ry mm - yZ h C J ua� ZW O d'W W� a a O w a z.J oy �°o W rnaiv"' o 1081,0,5-nos . a w a > 2 rc oo .D LL m m O m © Oa Fwm2 �a a 2 Zoo t 3 w z m B s g 3 w wmWW I > `�F W W Z N o Wo i gw> �° W.-0:,-, (ywq1 2 � Q.• X K r J d Z a 0 O O K O O O W> 2 0 W Y O > ¢ N N p C m ., P UO c9wgF' 21 22 o ua(� Q > 5 COo2rc " �g� a LL • i O m 3ij Z Z V) g..2- 00 V O 2 K2 U Zvi � > >�so> E r O w p 0) o W a>2z °'max °'� ° . ga uLL-i o° B o u�; i �R53 w mw www o-' \ p �F�a x��uu ggc� u Ny c� rn 4z � � F �� o �R Z Z�mO 5 3 5 �¢ O w N>§ T a8; 1 rc SC 54“ z ywi�oa' oomooF O a o a oa a . LL A i� . 'om mo m o o d 8 = in m E m L LL J E CO `oO oU o L Ti; 8 w 8 w 0 8 W o Eg_ F ~Ti; o g = E o o 0) -4 a E a E w a ncoE L L OI LL OI L L LL DI t t L L L ill glL ytT LL U_ m n n n n n m O m to v m m rl n l o l n to m CO n N I,- m to K N m < ,- N N N t7 M t"1 M \k N N J 0 8 8 q 0 =-4 0 C) 866 � 44 kig S U S 133d NI H1d30 O O V Tr 0 CO CD CO CD CD (D CO CO CO Z (9 r N M IlD (9 N- co 0) i i i i i i i I I I I I I It I I I I I I I I I I I I I I I I I I I I •I••I• I I I I I I I I I I I I I I I I I I I I I co CD 0 C) O O O O O O O O O co , (-.1 co (D (0 ti Co 0 0 N 0 w_2 ry ❑ N m Q i 9 a g v ' m et,a��cI! N 5.r 1.a p s �� I o o ❑` ¢ o a W sl @ w z of ° £ao - . y ao b s8,,.. �R a 0 i' 620-E w E Z Fn O ]_vi,u .g p o W O .¢o'E " T a o U o .t ysj w `J J g E ois "sl S E g>o N ' ��� i Si� a8°rt°oo _ a� r u « .9 '2N o C- w u^ 2y W << aye , w tt z O OP Ail 1.p1 !?_-4 mm CNy >O U2 2 o in Q O Dri v�i rv% w0 n 3 < Z ou £� sm� Y K e s "zg 3mr _fir _5r €Wr sA� �gz ��c o �`, 0 o 4¢w `y3 ASa> o.n> Ad> Sw> Og> O.> 03w z i J m N §c . cozy J W 8 2 g1 O O O O O O O O O s • ,4 >1 - .=J� H o=LL u t'6,,>w w i LL Q 2 :+LL oU O i w < w s i 99i,v9i> a LL w 0 c w m Oz r 0 .E LE-w s>'-` 2 v 'o'o(2o n U0 w c � n U a az�i O /m z wLL g w o zp z Q2sorvnn^o L oo°° N 'o FLLs 0 Z y°� F 2 )74L 2 5 1 ,U,V4Af o N3L- w 8 E W K wow r ❑ ❑ O n F s s> c CD m L Qwa Z v_i[7a� w w F nA w �-' y M W EL', =i J W K OLL W Z Z U 7w7 n n o w U M O J N Z W O K W W F Q Q ❑ ❑ 2 n ^0 U W N M N Z „e, -CCw ZF3O 5, 5, S o w 2 > o �'> v 2 JLt. Z 7> a F°>N Q Q LL 2 O 3 ' w 5 "Qu N C IOSWAS IIOS�.a F-IJ ¢ a t. W j W rc 5 Q g ° c D -m d /O m © J WmN� w� Wr z j z� o w• w H n > G w`3 u � V. II > �II W2 aZ El Z C W w0W ZO w aZUp O U,Q U'O ❑ W K O n�i❑W Z2 ZS ZK O OUa Q >w i NM, rc >0 _ " > N °m a m _ pp �� w O 3W Z Z to 0 jN� 00 00 N e �Z E f'' N rc >o Sa> r O w p F J CO ❑> �� 1- a>c�z 006 .x 0 5 Oz `n o9 n o u9'a ! 'RSA z F F zw 2 o 0J f�F�tL Ow 0Ur N 2W I^ Z wj wi wn> w �� J rc w 25 or mY�'O �n�u O U4 U n g,u�iNry 1111 ¢u O I 1 o n 0 b E E Nn c. - .1= 8 = b m E �LL I E E u E 4 r}in" ""£1 £s O I-7.-1 _ ?1 I I N N 4 O CO uO N- N .- ( .- ,- O) N ,.. . ,i. ,.., ....:.. s \ ' '... ''•''':\ . Ai N • 0 0 0 0 0 Oc NI' Cr) 133d NI H1d30 co 0 0) q co ......1 W 4 u? C , N N M 14. O QC m 0 4'7 CD to o LU N N OM (•) 0 0- On E LLE u m 0 N =F m 9 9 N N vQ v 5 E En E En o NE w' ,RE co LL2 1 .g a:, 9 I 51 I I I-1 I ] 0 =O CV 1---1 4 Z 2 `O O) 1` M N r-- O) N 0 0 O O O 8 O iU 133d NI H1d30 co 00 N N N N N N N m 0 u7 O Lo N N O C') () V CACI N 0 t2 0 w4 w_� 0 , N m Q Nj 3p N TW T9 w - <o, 'o m a m 'z F F o w 52z9 d O c n O £ w z4 rc m szi;?1''' m ._ or A W s c $ o w 0 0` o ` y 9 oN F o n �a o . o 0 o o aae v i' U'yE n E o O W Fw Y w g i O,fg %o -,w In--1 LU x. J�zs 'Ni � E Fvo � y j rc 0090 9 0 Ff 00000 _ o tas O Was o f_:9oo �Jz Wm� a3 -8 rc a 81 z oo a0 0>0 - o m 3 < ? s ugo -A w m J 7sw° c?�et.° w9 =_ $i w a d e s €a $mz sir, 2�z 3�= An 8go W59 a > O § tiw _ _ I` \\\\\\V' H F N LL 5 s )'~g LL�1 1� > U-I Q se O O O O O O O O O ja>Pc w JNw `- b _ 2 LL OJ(J a 2z'u> K w F,O 09,4 omW yW ypml pw o o <i...orv, �v.>o 8 ..`•'00 2 a j"0 u a az�z" 0 Z w LL Z Z a Q l o O r r h O _ 0 Z w�z F 1-rN 7 7 5 - 'aw°uov"imm _ �0rc W °� E W w - �aL w gi'•23 0 0 u 0 �2. p ° w �$> c 3 c41w w „gLI w ',2 X d 6 111 ULLt qa wgzOw z z w i< o az'M" 0 J 2 %2 Zaw,W I, Z r JO a a W W u w Npp�� D M N W > J 8 8 7 O. w Z w o O C >'0 C _ Z Z> 7 F O 7 2 J :(-I LL 'ET' g 2 t N Q LL N N u. m 1109WAS110S .0 wF a ¢ (9 w j w a 5 Q 9 o cv -)_ O m 0 _ Ow WwyZ ¢� J 7 z o w z w s s c 0m " /y I�II, ya :ill; w w 0 p0 9 v) 5 w3 O M N V. II I� Wj f'Z V Z O o z O w> �° a N Q. x a FaJ ozup° 01 00 0 w a� g . = gwMwo g� w 20c S. J m N Q �0r0 '4w Z ?= Zu- 0 Ua Q >Fw- S rc0 C2¢ a0 r F LT. >N N O 3,� 3Z fA o�—t, 00 0o 0 wz v )g >°io> w �oH N $ c 1R7 , 1 C : L W Jn '2';-. mKi 5 I;-4 Nw O \ 2 z o 5 g5 E i it U g: o`° ,, i ,r,g F : hw"0> OfN004 O a -]F 53 j LL o a 5&? 2.i oin n0 a i C ...5b y) 00 00 ' E l N N LL = L 3 n 0 o 0 0 E U) CO Eo E E 8 8cE m o 3Fk g 3 3 7-1 O °I I I I I I I =O =O N 1--1 4 Z 2 o n V CO IN CD (N m y CL (D .‘ ',.::,:.:-;.'...::11:,•; .•'' • ..\X\::• •-.•.. \- ' l' ,'•; '.,, , - ' ,i ';'. \ , Q 00 O O C.) O O ,_ pip 133d NI Hld31J O T. (rj c0 c<i co M R 6 + (vj CO CVCVCO m0 In 0inN N 0M M V CAO &- o 0 o U � oD .9,, t , °Qz c6 m m a m j w p0 N T 0 T O U U $ m O N w - G G F S< •« y 2 >Q ,, ri O Z P 6 W sag F N oN w o - U v ga8 g E ° gwg p O`,E E w owx b g�nv�i 'R utJ J• g E u<,o ��s 11 - E .�$ rc '4it3 8 o-o°000 = ° . e' (q Tao =F9. 'Fob . J- PE c02 _o `L9 > U°$Ez .N aoont1rv ' w' N tta Z °° � 51 MEE NNo sN PE r�z i o w L.- 'ao ; r 2�r 9�rgr Pa vgr r o y O `�o, N e m u,>" Al om>" IIgm> c�u>" [5,1i ct � z G a I- =v \ nag O ON O 0 Q O 0 OO O ° h,fniie - 11 Liu) ¢ z° 40 iw om 53- o i i,8> N z a w 0 .� 'o'oUoa F- w ❑ a>�- rN5 i "Ag g a .'o Q'00 F s Z ai=o��n:'o Few Z �,2 o `f'0?w z 9 F $ _ ��§g#ge 17,a 2oa co E co• w . w-lwifSE 9 w��a w w rc EC' m�E Rs. <w �`�_� o LL ys> cc m n 111 Vu5 w�Ow z z c> j ?a � , 'u n 0 J '� Zw0 ¢ jF a a o z'?o�.00iOo W Nz mc� v W z Z? —K w z O J O g g 2 O w Z w O r>C C Z ¢ Fr aN a a cLL� !- w = 5 a O N pi K 1109WAS IIOS�.a ¢_J a j c7 L j w rc L J2 5 a rc .c a LL-ro_ • ° O �W r,,"_ w . Z- m 25 i o w 1 w N r 3 �v ' >> >F w- GG Lt. El X F aJ W Za0 w� O O OO (1-2- w Z O W?W W. �p0 > g‘,`1 L N o 9F¢ 01G (2 om f= 3 r NS w C a 0 ¢] w Q OCOi, 'ui9K ZS Z, O °OLL Q it 5 rcoczrc rc r - LL > 3W zz W o�y1- 00 p0 Nj ce2 U z`-' - e >°so> El mow w p c v) °z w a>wz °0� o o E oo P, - � � s :'-' H z w . a . o, o �� PEE.. ii��u g�� < w> s .nw> o �g R \ 2 z'.00 55 33 J 1a U gk.-1 O`� n vFe V �rv,eFoc O J g w' '"' ¢ Fpr0 Z U WI 0) 20 ° u ' j`F QLLU Q o p� O V W (1 <° r r z� I O z O N N O O IT O o O o cog co O o co co cc, O O CY) OD CO CO + CID+ + I I I I I I 1 I 1 1 I I I I I 1 I 1 1 I I • 1 I I I I I 1 I 1 ci) to J O in 1.0 N O 14) nI 11. O CC Q. J_ 0 0 8 m 1- t r z I 10 z I O• O O O co O OD CO O (9 I I I 1 I 1 - 1 I I - 1 I I I I I I I I ill I I I - l I i ill O U7 IC) 0 1.L') IC) N N CAO Appendix E - Discussion of Soil Groups R P CAO DISCUSSION OF SOIL GROUPS COARSE GRAINED SOILS GW and SW GROUPS. These groups comprise well-graded gravelly and sandy soils having little or no plastic fines (less than 5 percent passing the No. 200 sieve). The presence of the fines must not noticeably change the strength characteristics of the coarse-grained fraction and must not interface with it's free-draining characteristics. GP and SP GROUPS. Poorly graded gravels and sands containing little of no plastic fines (less than 5 percent passing the No. 200 sieve) are classed in GP and SP groups. The materials may be called uniform gravels, uniform sands or non-uniform mixtures of very coarse material and very fine sands, with intermediate sizes lacking (sometimes called skip-graded, gap-graded or step-graded). This last group often results from borrow pit excavation in which gravel and sand layers are mixed. GM and SM GROUPS. In general, the GM and SM groups comprise gravels or sands with fines (more than 12 percent passing the No. 200 sieve) having low or no plasticity. The plasticity index and liquid limit of soils in the group should plot below the "A" line on the plasticity chart. The gradation of the material is not considered significant and both well and poorly graded materials are included. GC and SC GROUPS. In general, the GC and SC groups comprise gravelly or sandy soils with fines (more than 12 percent passing the No. 200 sieve), which have a fairly high plasticity. The liquid limit and plasticity index should plot above the "A" line on the plasticity chart. FINE GRAINED SOILS ML and MH GROUPS. In these groups, the symbol M has been used to designate predominantly silty material. The symbols L and H represent low and high liquid limits, respectively, and an arbitrary dividing line between the two is set at a liquid limit of 50. The soils in the ML and MH groups are sandy silts, clayey silts or inorganic silts with relatively low plasticity. Also included are loess type soils and rock flours. CL and CH GROUPS. In these groups the symbol C stands for clay, with L and H denoting low or high liquid limits, with the dividing line again set at a liquid limit of 50. The soils are primarily inorganic clays. Low plasticity clays are classified as CL and are usually lean clays, sandy clays or silty clays. The medium and high plasticity clays are classified as CH. These include the fat clays, gumbo clays and some volcanic clays. CAG OL and OH GROUPS. The soil in the OL and OH groups are characterized by the presence of organic odor or color, hence the symbol O. Organic silts and clays are classified in these groups. The materials have a plasticity range that corresponds with the ML and MH groups. HIGHLY ORGANIC SOILS The highly organic soils are usually very soft and compressible and have undesirable construction characteristics. Particles of leaves, grasses, branches, or other fibrous vegetable matter are common components of these soils. They are not subdivided and are classified into one group with the symbol PT. Peat humus and swamp soils with a highly organic texture are typical soils of the group. CAO Appendix F - Laboratory Test Results R P ‘,1/0 CAO 201 Waldo Avenue North•Lehigh Acres,FL 33971 (239)489-2443•(239)489-3438(Fax) UNIVERSALRS " ENGINEERING SCIENCES Fines Content Determination (200 Wash) ASTM C117 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404, Fort Myers, FL Lab/MAC ID: Material Location: Various Locations Sampled By: V. Nguyen Date Sampled: 4/28/2021 Tested By: K. Hazard Date Tested: 5/4/2021 Material Description: N/A Method: B Material Classification: N/A Sample A B ((A-B)/Aax100 Location and Original Sample Dry Sample Weight Depth of Weight Dry After Wash %Passing No.200 sample (g) (g) Sieve B-1 (13'-15') 844.7 659.5 21.9 B-2 (8'-10') 662.5 548.9 17.1 B-3(13'-15') 771.3 352.2 54.3 B-3(23'-25') 678.5 384.7 43.3 B-2 (93'-95') 448.0 366.4 18.2 B-2 (83'-85') 464.9 398.7 14.2 Respectfully Submitted UNIVERSAL ENGINEERING SCIENCES,LLC REGISTRY#0549 s/11/2021 Adam J. Dornacker, P.E Registered Engineer#85319 State of Florida Test report shall not be reproduced,except in full,without the written approval of GFA International,Inc./Universal Engineering Sciences,LLC. Environmental•Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineerinq.com CA' 201 Waldo Avenue North•Lehigh Acres, FL 33971 (239)489-2443•(239)489-3438(Fax) muUNIVERSAL ENGINEERING SCIENCES Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass - ASTM D2216 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404, Fort Myen Lab ID: Material Location: Various Locations Sample Date: 4/28/2021 Sampled By: V. Nguyen Test Date: 5/4/2021 Tested By: K. Hazard Material Description: N/A Material Classification: N/A Sample ID Tare Weight Wet Sample+Tare Weight Dry Sample+Tare Weight Moisture Content (9) (9) (9) (%) B-1 (13' 15') 421.8 1433.4 1266.5 19.8% B-2 (8'-10') 422.9 1189.2 1085.4 15.7 Y B-3(13'-15') 434.8 1400.6 1206.1 25.2% B-3 (23'-25') 415.1 1310.8 1093.6 32.0% B-2(93'-95') 421.2 980.6 869.2 24.9% B-2 (83'-85') 438.4 995.3 903.3 19.8% Respectfully Submitted UNIVERSAL ENGINEERING SCIENCES,LLC REGISTRY#0549 5/11/2021 Adam J. Dornacker, P.E Registered Engineer#85319 State of Florida Test report shall not be reproduced,except in full,without the written approval of GFA International,Inc./Universal Engineering Sciences,LLC. Environmental•Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineering.com CAO 201 Waldo Avenue North•Lehigh Acres,FL 33971 (239)489-2443•(239)489-3438(Fax) FE UNIVERSAL' ENGINEERING SCIENCES DETERMINATION OF ORGANIC CONTENT IN SOILS BY LOSS ON IGNITION AASHTO T 267 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404,Fort Myers, FL Lab/MAC ID: 21-1175 Material Location: HA-2-Oft to 2.5ft Sampled By: V.Nguyen Date Sampled: 4/28/2021 Tested By: K.Hazard Date Tested: 5/4/2021 Material Description: Brown Sand with Trace Organics and Silt Material Classification: SP Test Method: Method C-Ash Content by Ignition at 440°C±22°C Furnace Temperature(°C): 440 ORGANICS Sample 1 Sample 2 Sample 3 Container&Dry Sample,(A): 81.03 79.32 79.48 Container Weight,(B): 43.81 44.47 46.56 Dry Sample Weight,(C=A-B): 37.22 34.85 32.92 Burn Weight&Container,(D): 80.69 78.98 79.16 Burn Weight,(E=D-B): 36.88 34.51 32.60 Organic Weight,(F=C-E): 0.34 0.34 0.32 Percent Organic,(G=F/C): 0.9% 1.0% 1.0% AVERAGE: 1.0% Comments: Respectfully Submitted, UNIVERSAL ENGINEERING SCIENCES,LLC REGISTRY#0549 5/11/2021 Adam J.Dornacker,P.E Registered Engineer#85319 Test report shall not be reproduced,except in full,without the written approval of GFA International,Inc./Universal Engineenng State of Florida Sciences,LLC. Environmental•Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineering.com CAO 201 Waldo Avenue North•Lehigh Acres,FL 33971 (239)489-2443•(239)489-3438(Fax) El3 UNIVERSAL® ENGINEERING SCIENCES DETERMINATION OF ORGANIC CONTENT IN SOILS BY LOSS ON IGNITION AASHTO T 267 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404,Fort Myers,FL Lab/MAC ID: 21-1176 Material Location: B-1 -Oft-2ft Sampled By: V.Nguyen Date Sampled: 4/28/2021 Tested By: K.Hazard Date Tested: 5/4/2021 Material Description: Tan Sand with Trace Organics Material Classification: SP Test Method: Method C-Ash Content by Ignition at 440°C t 22°C Furnace Temperature(°C): 440 ORGANICS Sample 1 Sample 2 Sample 3 Container&Dry Sample,(A): 89.61 82.85 87.41 Container Weight,(B): 51.38 51.07 48.86 Dry Sample Weight,(C=A-B): 38.23 31.78 38.55 Burn Weight&Container,(D): 88.97 82.45 86.84 Burn Weight,(E=D-B): 37.59 31.38 37.98 Organic Weight,(F=C-E): 0.64 0.40 0.57 Percent Organic,(G=F/C): 1.7% 1.3% 1.5% AVERAGE: 1.5% Comments: Respectfully Submitted, UNIVERSAL ENGINEERING SCIENCES,LLC REGISTRY#0549 5/11/2021 Adam J.Dornacker,P.E Registered Engineer#85319 Test report shall not be reproduced,except in full,without the written approval of GFA International,Inc./Universal Engineering State of Florida Sciences,LLC. Environmental o Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineering.com CAO 201 Waldo Avenue North•Lehigh Acres,FL 33971 (239)489-2443•(239)489-3438(Fax) Eg UNIVERSAL" ENGINEERING SCIENCES DETERMINATION OF ORGANIC CONTENT IN SOILS BY LOSS ON IGNITION AASHTO T 267 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404,Fort Myers, FL Lab/MAC ID: 21-1176 Material Location: B-3-Oft-2ft Sampled By: V. Nguyen Date Sampled: 4/28/2021 Tested By: K.Hazard Date Tested: 5/4/2021 Material Description: Tan to Gray Sand with Trace Organics Material Classification: SP Test Method: Method C-Ash Content by Ignition at 440°C±22°C Furnace Temperature(°C): 440 ORGANICS Sample 1 Sample 2 Sample 3 Container&Dry Sample,(A): 78.56 79.20 86.10 Container Weight,(B): 47.65 49.65 52.22 Dry Sample Weight,(C=A-B): 30.91 29.55 33.88 Burn Weight&Container,(D): 78.1 78.62 85.58 Burn Weight,(E=D-B): 30.45 28.97 33.36 Organic Weight,(F=C-E): 0.46 0.58 0.52 Percent Organic,(G=F/C): 1.5% 2.0% 1.5% AVERAGE: 1.7% Comments: Respectfully Submitted, UNIVERSAL ENGINEERING SCIENCES,LLC REGISTRY#0549 5/11/2021 Adam J.Dornacker, P.E Registered Engineer#85319 Test report shall not be reproduced,except in full,without the written approval of GFA International,Inc./Universal Engineering State of Florida Sciences,LLC. Environmental•Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineering.com C.O 201 Waldo Avenue North•Lehigh Acres,FL 33971 (239)489-2443•(239)489-3438(Fax) p UNIVERSAL® 16411 ENGINEERING SCIENCES STANDARD TEST METHODS FOR LIQUID LIMIT, PLASTIC LIMIT,AND PLASTICITY INDEX OF SOILS - ASTM 4318 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404,Fort Myers,FL Lab/MAC ID: 21-1179 Material Location: B-2-13ft-15ft Sampled By: V.Nguyen Date Sampled: 4/28/2021 Tested By: K.Hazard Date Tested: 5/19/2021 Material Description: White to Light Gray Clay Material Classification: CL Test Method: Method B-One Point Liquid Limit Air-dry of Sample: Before Test LIQUID LIMIT METHOD B(ONE-POINT METHOD) Wet Soil+Tare Weight(g): 33.19 Dry Soil+Tare Weight(g): 30.92 Tare Weight(g): 21.05 Dry Soil Weight(g): 9.87 Water Weight(g): 2.27 WaterCorrection Factor for Liquid Content,w(%): 23.0% Limit Based on No.of Blows: One Point Liquid Limit(%): Number of Blows,N: 29 1.018 23 PLASTIC LIMIT Wet Soil+TareDrySoil+TareTare WeightDrySoilWater Water Content (g): (g): 9 (g): (g): (9) (%) 30.69 29.53 21.09 8.44 1.16 13.7 Liquid Limit= 23 Plastic Limit= 14 Plasticity Index= 9 Comments: Respectfully Submitted, Legend: UNIVERSAL ENGINEERING SCIENCES, LLC NP=Nori-Plastic REGISTRY#0549 5/21/2021 Adam J.Dornacker,P.E Registered Engineer#85319 Test report shall not be reproduced,except in full,without the written approval of GFA International State of Florida Environmental•Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineering.com CAO 201 Waldo Avenue North•Lehigh Acres,FL 33971 (239)489-2443•(239)489-3438(Fax) EEJUNIVERSAL ENGINEERING SCIENCES STANDARD TEST METHODS FOR LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM 4318 Project: NCWRF Headworks Project ID: 0530.2100118.0000 Client: AECOM Report ID: Client Address: 4415 Metro Parkway Suite 404,Fort Myers,FL Lab/MAC ID: 21-1180 Material Location: B-2-33ft-35ft Sampled By: V.Nguyen Date Sampled: 4/28/2021 Tested By: K.Hazard Date Tested: 5/19/2021 _ Material Description: Gray Silt Material Classification: ML Test Method: Method B-One Point Liquid Limit Air-dry of Sample: Before Test LIQUID LIMIT METHOD B(ONE-POINT METHOD) Wet Soil+Tare Weight(g): 33.30 Dry Soil+Tare Weight(g): 31.89 Tare Weight(g): 21.08 Dry Soil Weight(g): 10.81 Water Weight(g): 1.41 Correction Factor for Liquid Water Content,w(%): 13.0% Limit Based on No.of Blows: One Point Liquid Limit(%): Number of Blows,N: 28 1.014 13 PLASTIC LIMIT Wet Soil+Tare DrySoil+Tare Water Content (g): (g): Tare Weight(g): Dry Soil(g): Water(g): (%) 30.40 29.23 21.06 8.17 1.17 14.3 Liquid Limit= 13 Plastic Limit= 14 Plasticity Index= NP Comments: Respectfully Submitted, Legend: UNIVERSAL ENGINEERING SCIENCES, LLC NP=Non-Plastic REGISTRY#0549 5/21/2021 Adam J.Dornacker,P.E Registered Engineer#85319 Test report shall not be reproduced,except in full,without the written approval of GFA International State of Florida Environmental•Geotechnical•Construction Materials Testing•Special&Threshold Inspections•Plan Review&Code Compliance Florida's Leading Engineering Source www.teamgfa.com/www.universalengineering.com CAO