CITY OF NAPLES, FLORIDA AGREEMENT (SERVICES

Bid/Proposal No. 15-031

Clerk Tracking No. /J_ (J33 ?

Project Name: Gulf Shore Boulevard South (GSBS) Sewer Main Replacement and GSBS Sewer Project— Additional Paving

THIS AGREEMENT (the Agreement) is made and entered into this 6th day of May. 2015, by and between the City of Naples, a Florida municipal corporation, (the CITY") and Quality Enterprises USA, Incorporated, a Foreign Profit Corporation, located at: 3894 Mannix Drive, Suite 216; Naples, Florida 34114-5406 (the 'CONTRACTOR").

WHEREAS, the CITY desires to obtain the services of the CONTRACTOR concerning certain services specified in this Agreement (referred to as the "Project"); and

WHEREAS, the CONTRACTOR has submitted an (ITB) Invitation to Bid No. 15-031 for provision of those services; and

WHEREAS, the CONTRACTOR represents that it has expertise in the type of services that will be required for the Project.

NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows:

ARTICLE ONE CONTRACTOR'S RESPONSIBILITY

1.1. The Services to be performed by the CONTRACTOR are generally described as Gulf Shore Boulevard South (GSBS) Sewer Main Replacement and GSBS Sewer Project - Additional Paving and may be more fully described in the Scope of Services, attached as EXHIBIT A and made a part of this Agreement.

1.2. The CONTRACTOR agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida, the City of Naples, and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the services to be provided and performed by the CONTRACTOR pursuant to this Agreement.

13, The CONTRACTOR agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ or retain only qualified personnel to provide such services.

14. The CONTRACTOR agrees to employ and designate, in writing, within 5 calendar days after

Rev. 04/DS/2015 gls/rdp receiving its Notice to Proceed, or other directive from the CITY, a qualified employee to serve as the CONTRACTOR's project manager (the "Project Manager). The Project Manager shall be authorized and responsible to act on behalf of the CONTRACTOR with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement.

1.5. The CONTRACTOR has represented to the CITY that it has expertise in the type of services that will be required for the Project. The CONTRACTOR agrees that all services to be provided by CONTRACTOR pursuant to this Agreement shall be subject to the GUYs review and approval and shall be in accordance with the generally accepted standards of practice in the State of Florida, as may be applied to the type of services to be rendered, as well as in accordance with all published laws, statutes, ordinances, codes, rules, regulations and requirements of any governmental agencies which regulate or have jurisdiction over the Project or the services to be provided and performed by the CONTRACTOR. In the event of any conflicts in these requirements, the CONTRACTOR shall notify the CITY of such conflict and utilize its best professional judgment to advise CITY regarding resolution of the conflict.

1.6. The CONTRACTOR agrees not to divulge, furnish or make available to any third person, firm or organization, without CITY's prior written consent, or unless incident to the proper performance of the CONTRACTOR's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the CONTRACTOR hereunder, and the CONTRACTOR shall require all of its employees, agents, sub-consultants and subcontractors to comply with the provisions of this paragraph. However, the CONTRACTOR shall comply with the Florida Public Records laws.

1.7 The CONTRACTOR agrees not to employ or offer to employ any Elected Officer or City Managerial Employee of the CITY who in any way deals with, coordinates on, or assists with, the services provided in this Agreement, for a period of 2 years after termination of all provisions of this Agreement. For purposes of this paragraph, the term "Elected Officer' shall moan any member of the City Council. For purposes of this paragraph, the term 'City Managerial Employee" shall mean the City Manager, the Assistant City Manager, the City Clerk, and any City department head or director. If the CONTRACTOR violates the provisions of this paragraph, the CONTRACTOR shall be required to pay damages to the CITY in an amount equal to any and all compensation which is received by the former Elected Officer or City Managerial Employee of the CITY from or on behalf of the contracting person or entity, or an amount equal to the former Elected Officer's or City Managerial Employees last 2 years of gross compensation from the CITY, whichever is greater.

1.8 The CONTRACTOR agrees not to provide services for compensation to any other party other than the CITY on the same subject matter, same project, or scope of services as forth in this Agreement without approval from the City Council of the CITY.

1.9. Except as otherwise provided in this Agreement, the CONTRACTOR agrees not to disclose or use any information not available to members of the general public and gained by reason of the CONTRACTOR's contractual relationship with the CITY for the special gain or benefit of the CONTRACTOR or for the special gain or benefit of any other person or entity.

ARTICLE TWO CITY'S RESPONSIBILITIES

21. The CITY shall designate in writing a project coordinator to act as the CITY's representative with respect to the services to be rendered under this Agreement (the "Project Coordinator'). The

Rev. 04/06/2015 gls/rdp

Project Coordinator shall have authority to transmit instructions, receive information, interpret and define the CITY's policies and decisions with respect to the CONTRACTORs services for the Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to the CONTRACTOR that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever:

(a) The scope of services to be provided and performed by the CONTRACTOR;

(b) The time the CONTRACTOR is obligated to commence and complete all such services: or

(c) The amount of compensation the CITY is obligated or committed to pay the CONTRACTOR.

Any such modifications or changes ((a) (b) or (c)) shall only be made by or upon the authorization of the CITY's city manager as authorized by city council in the enabling legislation or in the CITY's procurement policies.

22. The Project Coordinator shall:

(a) Review and make appropriate recommendations on all requests submitted by the CONTRACTOR for payment for services and work provided and performed in accordance with this Agreement;

(b) Arrange for access to and make all provisions for the CONTRACTOR to enter the Project site to perform the services to be provided by the CONTRACTOR under this Agreement; and

(c) Provide notice to the CONTRACTOR of any deficiencies or defects discovered by the CITY with respect to the services to be rendered by the CONTRACTOR hereunder.

2.3. The CONTRACTOR acknowledges that access to the Project Site, to be arranged by the CITY for the CONTRACTOR, may be provided during times that are not the normal business hours of the CONTRACTOR.

ARTICLE THREE TIME

3.1. Services to be rendered by the CONTRACTOR shall be commenced subsequent to the execution of this Agreement and upon written Notice to Proceed from the CITY for all or any designated portion of the Project and shall be performed and Substantially Completed within 120 days and Final Completion within 150 days from said Notice to Proceed. Project Close Out shall be performed within 60 days of Final Completion. GSBS Sewer Project - Additional Paving Project is on its own Notice to Proceed timeline and shall be determined by the CITY's Streets and Storrnwater Department with mutual agreement with the CONTRACTOR. Time is of the essence with respect to the performance of this Agreement.

3.2. Should the CONTRACTOR be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of the CONTRACTOR, and not due to its own fault or neglect, including but not restricted to acts of God or of public enemy, acts of

Rev. 04/08/2015 gs/rdp government or of the CITY, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then the CONTRACTOR shall notify the CITY in writing within 5 working days after commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which the CONTRACTOR may have had to request a time extension.

3.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the CONTRACTOR's services from any cause whatsoever, including those for which the CITY may be responsible in whole or in part, shall relieve the CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from the CITY. The CONTRACTOR's sole remedy against the CITY will be the right to seek an extension of time to its schedule. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion.

3.4. Should the CONTRACTOR fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely and reasonable manner, in addition to any other rights or remedies available to the CITY hereunder, the CITY at its sole discretion and option may withhold any and all payments due and owing to the CONTRACTOR until such time as the CONTRACTOR resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the CITYs satisfaction that the CONTRACTORS performance is or will shortly be back on schedule.

3.5 Liquidated Damages: Services to be rendered by the CONTRACTOR shall be commenced subsequent to the execution of this Agreement upon written Notice-to-Proceed from the CITY for all or any designated portion of the Project must be completed by the contract dates specified within the Notice-to-Proceed for construction. Should CONTRACTOR fail to complete the project within this timeframe, daily liquidated damages in an amount of $250.00 per day will be assessed.

3.6 Bond. A Payment & Performance Bond with a surety insurer authorized to do business in this state as surety (check) one has been recorded in the public records of the County, XXX prior to commencement of work, will be recorded in the public records of the County, or is waived.

ARTICLE FOUR COMPENSATION

4.1. The total compensation to be paid the CONTRACTOR by the CITY for all Gulf Shore Boulevard South Sewer Main Replacement Services is not to exceed $584,535.90 which includes a $50,000.00 CITY controlled Contingency. The total contract amount also includes a not to exceed allocation of $48,728.35 for GSBS Sewer Project - Additional Paving Project. Each project shall be paid in the manner set forth in the "Basis of Compensation", which is attached as EXHIBIT B and made a part of this Agreement.

ARTICLE FIVE MAINTENANCE OF RECORDS

5.1. The CONTRACTOR will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by the CONTRACTOR for a minimum of five 5 years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The CITY, or any duly authorized agents or representatives of the CITY, shall have the right to audit, inspect and copy all such records and

Rev. 04/08/2015 gls/rdp

documentation as often as they deem necessary during the period of this Agreement and during the 5 year period noted above; provided, however, such activity shall be conducted only during normal business hours. If the CONTRACTOR desires to destroy records prior to the minimum period, it shall first obtain permission from the CITY in accordance with the Florida Public Records laws.

ARTICLE SIX INDEMNIFICATION

6.1. The CONTRACTOR agrees to indemnify and hold harmless the CITY from liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employer or utilized by the CONTRACTOR in the performance of the Contract.

ARTICLE SEVEN INSURANCE

7.1. The CONTRACTOR shall obtain and carry, at all times during its performance under this Agreement, insurance of the types and in the amounts set forth in the document titled General Insurance Requirements, which is attached as EXHIBIT C and made a part of this Agreement.

ARTICLE EIGHT SERVICES BY CONTRACTOR'S OWN STAFF

8.1. The services to be performed hereunder shall be performed by the CONTRACTOR's own staff, unless otherwise authorized in writing by the CITY. The employment of, contract with, or use of the services of any other person or firm by the CONTRACTOR, as independent contractor or otherwise, shall be subject to the prior written approval of the CITY. No provision of this Agreement shall, however, be construed as constituting an agreement between the CITY and any such other person or firm. Nor shall anything contained in this Agreement be deemed to give any such party or any third party any claim or right of action against the CITY beyond such as may otherwise exist without regard to this Agreement.

ARTICLE NINE WAIVER OF CLAIMS

9.1. The CONTRACTOR's acceptance of final payment shall constitute a lull waiver of any and all claims, except for insurance company subrogation claims, by it against the CITY arising out of this Agreement or otherwise related to the Project, except those previously made in writing and identified by the CONTRACTOR as unsettled at the time of the final payment. Neither the acceptance of the CONTRACTOR's services nor payment by the CITY shall be deemed to be a waiver of any of the CITY's rights against the CONTRACTOR.

ARTICLE TEN TERMINATION OR SUSPENSION

10.1. The CONTRACTOR shall be considered in material default of this Agreement and such default will be considered cause for the CITY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) failure to begin work under the Agreement within the times specified under the Notice(s) to Proceed, or (b) failure to properly and timely perform the services to be provided hereunder or as directed by the CITY, or (c) the bankruptcy

Rev. 04/0812015 glsfrdp or insolvency or a general assignment for the benefit of creditors by the CONTRACTOR or by any of the CONTRACTORs principals, officers or directors, or (d) failure to obey laws, ordinances, regulations or other codes of conduct, or (e) failure to perform or abide by the terms or spirit of this Agreement, or (f) for any other just cause. The CITY may so terminate this Agreement, in whole or in part, by giving the CONTRACTOR at least 3 calendar days' written notice.

102. If, after notice of termination of this Agreement as provided for in paragraph 10.1 above, it is determined for any reason that the CONTRACTOR was not in default, or that its default was excusable, or that the CITY otherwise was not entitled to the remedy against the CONTRACTOR provided for in paragraph 10.1, then the notice of termination given pursuant to paragraph 10.1 shall be deemed to be the notice of termination provided for in paragraph 10.3 below and the CONTRACTOR's remedies against the CITY shall be the same as and limited to those afforded the CONTRACTOR under paragraph 10.3 below.

10.3. The CITY shall have the right to terminate this Agreement, in whole or in part, without cause upon 7 calendar day's written notice to the CONTRACTOR. In the event of such termination for convenience, the CONTRACTOR's recovery against the CITY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by the CONTRACTOR that are directly attributable to the termination, but the CONTRACTOR shall not be entitled to any other or further recovery against the CITY, including, but not limited to, anticipated fees or profits on work not required to be performed.

ARTICLE ELEVEN CONFLICT OF INTEREST

11.1. The CONTRACTOR represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance at services required hereunder. The CONTRACTOR further represents that no persons having any such interest shall be employed to perform those services.

ARTICLE TWELVE MODIFICATION

12.1. No modification or change in this 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.

ARTICLE THIRTEEN NOTICES AND ADDRESS OF RECORD

13.1. All notices required or made pursuant to this Agreement to be given by the CONTRACTOR to the CITY shall be in writing and shall be delivered by hand or by United States Postal Service Department, first class mail service, postage prepaid, return receipt requested, addressed to the following CITY's address of record:

City of Naples 735 Eighth Street South Naples, Florida 34102-3796 Attention: A. William Moss, City Manager

13.2, All notices required or made pursuant to this Agreement to be given by the CITY to the

Rev. 04/0812015 gls/rdp CONTRACTOR shall be made in writing and shall be delivered by hand or by the United States Postal Service Department, first class mail service, postage prepaid, return receipt requested, addressed to the following CONTRACTORs address of record:

Quality Enterprises USA, Incorporated 3894 Mannix Drive, Suite 216 Naples, Florida 34114-5406 Attention: Louis J. Gaudio, Vice President FEI/EIN Number: On File (VA)

13.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article.

ARTICLE FOURTEEN MISCELLANEOUS

14.1. The CONTRACTOR, in representing the CITY, shall promote the best interest of the CITY and assume towards the CITY a duty of the highest trust, confidence, and fair dealing.

14.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party.

143. This Agreement is not assignable in whole or in part, by the CONTRACTOR without the prior written consent of the CITY.

144. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement.

145. The headings of the Articles, Exhibits, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Exhibits, Parts and Attachments.

146. This Agreement constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement.

147. The CONTRACTOR shall comply fully with all provisions of state and federal law, including without limitation all provisions of the Immigration Reform and Control Act of 1986 (IRCA") as amended, as well as all related immigration laws, rules, and regulations pertaining to proper employee work authorization in the United States. The CONTRACTOR shall execute the Certification of Compliance with Immigration Laws, attached hereto as EXHIBIT D.

14.8 To the extent that any provision in the Specifications or any other Contract Documents pertaining to this Project conflict with any provision of this Agreement, this Agreement controls.

14,9 Dispute Resolution. Disputes under this Agreement shall be resolved through mutual consultation between the parties within 14 days after notice; and failing resolution through mutual consultation, through mediation within 30 days thereafter; and failing mediation, through Arbitration

Rev. 04/08/2015 glslrdp 7 under the Florida Arbitration Code, by a single arbitrator If the parties cannot agree on a mediator or arbitrator, within 14 days of failure of the previous method, they shall request the Chief Judge of the 20' Judicial Circuit to appoint a mediator, or an arbitrator, as the case may be. Time periods are waivable by mutual agreement of the parties, but shall not exceed 90 days for completion of the processes described herein, unless by mutual agreement. Costs of the mediator or arbitrator shall be shared equally.

1410 Attorneys' fees. Except as otherwise provided herein, each party shall be responsible for its own attorneys' fees.

ARTICLE FIFTEEN APPLICABLE LAW

151. Unless otherwise specified, this Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by the laws, rules and regulations of the United States when providing services funded by the United States government. 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 Florida state court in Collier County, Florida.

END OF ARTICLE PAGE

Rev 04/0812015 gJs/rdp IN WITNESS WHEREOF, the parties hereto have executed this Agreement for the day and year first written above.

ATTEST: CITY:

CITY OF NAPLES, FLORIDA, A Municipal Coiporati n

By: By: Patrti L. Rambcsk, City Clerk William Moss, City Manager

Approved as to form and legal sufficiency:

By: Robed D. Pritt, City Attorney

CONTRACTOR:

Quality Enterprises USA, Incorporated 3894 Mannix Drive, Suite 216 Naples, Florida 34114-5406 Attention: Louis J. Gaudio, Vice President

Witness Printed Name:Louis J. Gaudio

Marcie Cohen Printed Witness Name Title: Vice President

FE VEIN Number: On File (VA) A Foreign Profit Corporation

(CORPORATE SEAL)

Rat 04/08/2015 gis/rdp EXHIBIT A

SCOPE OF SERVICES

The Scope of Services to be provided under this Agreement are included in Attachment A-I which is attached and made a part of this Agreement and those set out in the Bid, any issued Addendum(s) and Vendor's Submittal of (ITB) Invitation To Bid No.15-031, titled Gulf Shore Boulevard South Sewer Main Replacement herein referenced and made a part of this Agreement.

The Attachment A-i Scope of Services provided under this Agreement also includes Alternate Bid Items, page-22 of the Bid Specifications titled Alternate Bid A-i: GSBS Sewer Project - Additional Paving which is attached and made a part of this Agreement.

END OF EXHIBIT A

Rev- 04/08/2015 gls/rdp i a

ITS 15-031 Attachment A-i Scope of Services 1 of 23

Gravity Sewer Main & Services Replacement - Gulf Shore Blvd.; Between MH#033S02 Thru MH# 033501 And Ancillary Utility Work

SCOPE OF SERVICES

PROJECT OVERVIEW

This project is for the replacement and improvements of the existing sanitary sewer collection system on Gulf Shore Blvd. between Manholes #033502 thru 4033507. The project includes replacement of approximately 1,970 IF of 10" sanitary sewer main piping; 4 new sanitary sewer manholes; approximately 1,300 LF of 6" sanitary sewer service piping with cleanouts & connections; water main improvements, connections, and piping, reclaimed water piping and connections; storm water piping and connections; complete roadway restoration curb to curb; crosswalks, and roadway striping. Additional roadway work outside of project area will be listed as "Alternate Roadway Work.

SECTION 01026

MEASUREMENT AND PAYMENT

Applies only to City of Naples' project identified as 'Gravity Sewer Main & Services Replacement— Gulf Shore Blvd.: Between MF111033502 Thru M14M 033507. and Ancillary Utility Work

PART 1 GENERAL

1.1 SELECTION INCLUDES

A. Explanation and Definitions

B. Measurement

C. Payment

D. Schedule of Values

1,2 EXPLANATION AND DEFINITIONS

A. The following explanation of the Measurement and Payment for the Bid Schedule items is made for information and guidance. The omission of reference to any item in this description shall not, however, after the intent of the Bid Schedule or relieve the CONTRACTOR of the necessity of furnishing such as a part of the Contract. Measurement and payment for all Contract Items shall made be in accordance with this section or as modified by the Supplemental Terms and Conditions.

ITB 15-031: Attachment A-i Scope of Services 2 of 23

13 MEASUREMENT

A. The quantities set forth in the Bid Schedule are approximate and are given to establish a uniform basis for the comparison of bids. The CITY reserves the right to increase or decrease the quantity of any class or portion of the work during the progress of construction in accordance with the terms of the Contract.

1.4 PAYMENT A. Make payment for the items listed on the Bid Schedule on the basis of the work actually performed and completed, such work including but not limited tot the furnishing of all necessary labor, materials, equipment transportation clean up, restoration of disturbed areas, and all other appurtenances to complete the construction and installation of the work as shown on the drawings and described in the specifications.

B. Unit prices are used as a means of computing the final figures forbid and Contract purposes, for periodic payments for work performed, for determining value of additions or deletions and wherever else reasonable.

1.5 SCHEDULE OF VALUES

A. Approval of Schedule: Submit for approval a preliminary schedule of values, in duplicate, for all of the Work. Prepare preliminary schedule in accordance with the Supplemental Terms and Conditions. Submit preliminary schedule of values within 10 calendar days after the Effective Date of the Agreement. Submit final schedule of values in accordance with the Supplemental Terms and Conditions.

B. Format Utilize a format that will identify each line item with number and title of the major specification items. Identify site mobilization, bonds and insurance. Include within each line item, a direct proportional amount of CONTRACTOR's overhead profit.

C. Revisions With each Application for Payment, revise schedule to list approved Change Orders

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 MEASUREMENT AND PAYMENT

A. Make payment on the basis of work actually performed completing each item in the Bid, such work including, but not limited to, the furnishing of all necessary labor, materials, equipment, transportation, cleanup, and all other appurtenances to complete the construction and installation of the work to the configuration and extent as shown on the drawings and described In the specifications. Payment for each item includes compensation for cleanup and restorations. Cost of cleanup and surface restorations (including road bed and pavement replacement) will be considered as the percentage retained in accordance ITB 15-031: Attachment A-i Scope of Services 3 of 23

with the Contract Documents, and complete payment will not be made until cleanup, restorations and as-buf Its are completed and received by the City.

PART 1—MOBILIZATION, MAINTENANCE OF TRAFFIC, PRECON RECORDING, DRAWINGS, & DEWATERING PERMIT

1-1. Mobilization: Payment for mobilization will be made at the Contract lump sum price. 1-2. Maintenance of Traffic: Payment for maintenance of traffic in accordance with the CITY's Maintenance of Traffic Policy will be made at the Contract lump sum price.

1-3. Pre-construction Audio-video Recording: Payment for providing preconstruction audio-video recording in accordance with the CITY's Utilities Specifications and Standard Manual will be made at the Contract lump sum price This work includes necessary documentation of existing conditions on public and private properties. The CONTRACTOR may be required to restore private properties to conditions better than existing, at no additional cost to the CITY, if the CONTRACTOR fails to sufficiently document existing conditions.

1-4. Survey Layout & Record Drawings: Payment for providing all survey and record drawings will be made at the Contract lump sum price in accordance with the CITY's Utilities Specifications and Standards Manual.

1-5. Dewatering Permit: Payment for the Contractor to prepare, submit, and obtain a SFWMD Dewatering Permit for the entire Project.

PART 2—SANITARY SEWER COLLECTION LINES

2-la-c. Gravity Sewer Main: Payment for furnishing and installing 10" gravity sewer lines will be made at the Contract unit price per linear foot for the pipe in place. This item includes removal of existing U-lined VCP piping, maintaining temporary sewage flow to prevent loss of service to customers, plugging lines as required, all necessary fittings, pipe coatings and linings, connections to existing mains, connections to existing and new manholes, connections to user services, labor, equipment and materials for the furnishing and laying of the pipe, signs, maintenance of traffic, dewatering, compaction, density testing, pipe bedding, backfilling, sheeting, restrained joint piping, detectable tape, clamps, harnessing, plugs and caps, adapters, excavation of all material encountered including rock, backfill, replacement of grass, sod, clearing and grubbing, landscaping, pavement, driveways, sidewalks, mailboxes, culverts, storm sewers, and other surface materials not specifically designated in the Bid, coordination with other contractors, stubs and valves for future connections to existing pipes, clean-up, disinfection and sterilization, temporary facilities for testing and tests. Measure pipe to the nearest foot along the centerline including the lengths ITB 15-031 Attachment A-i Scope of Services 4 of 23

of manholes, valves and fittings. Measure linear footage horizontally. Measure cuts from proposed grade to the invert elevation of the pipe.

2-2a-d. Sanitary Sewer Manholes; Payment for furnishing and installing standard precast concrete sanitary manholes will be made at the unit price per manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections, penetrations and boots. Conform manholes to the CITY's Utilities Specifications and Standard Manual. Measure cuts from proposed grade to the invert elevation of the sewer.

2•3.a-c. 6" Lateral and Cleanout: Payment for furnishing and installing PVC lateral services and cleanouts will be made at the unit price per linear foot acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, solids sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, cleanouts, service markers, plugs, re-connection to customer lateral service line, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, surface materials not specifically designated in the Bid, cleanup, testing, and other work for a complete installation. Clean outs shall be installed at property line, unless unreasonable obstruction prevents this. Clean outs shall be installed per City Details. Sidewalk panels and curb replacements shall be covered under line items 2-3 b & c by Linear Feet replaced.

2-4. 6" lateral at New Manholes: Payment for furnishing and installing PVC lateral services from edge of pavement (GSBVD) to connection at new manhole, will be made at the unit price per linear foot acceptably Installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, service markers, plugs, re- connection to existing lateral, installation into new manhole, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and other work for a complete installation.

2-5.a-i. Potable Water Line Crossings: Payment for furnishing and installing 6' water main crossings ahead of sewer line replacement; will be made at the unit price lump Sum installed and in service. This item includes all labor, equipment and materials for furnishing and installing all necessary S.S. Tapping Sleeves, valves, PVC GOD 0R14 pipe, fittings, restraint fittings, connections, sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, ITB 15-031: Attachment A-i Scope of Services 50123

compaction, tracer wire, flushing, pressure tests, disinfection, re- connection to existing water lines, plug and abandon old valve at main, remove and dispose of AC pipe, removal and replacement of grass) sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and other work for a complete installation. Curb replacements and asphalt replacement in alleyways shall be covered under line items 2-5 h & i by Linear Feet and Square Yard respectively replaced.

2-6.3-c, Replace Storm Water Pipe Crossings: Payment for furnishing and installing 12.' RCP Storm Water Pipe crossings; will be made at the unit price lump Sum installed and in service. This item includes all labor, equipment and materials for removing existing piping from box to box, furnishing and installing all necessary pipe and connections to boxes; protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, removal and replacement of grass, sod, shrubs, pavement, driveways, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and other work for a complete installation. Curb replacements and concrete flume replacements shall be covered under line items 2-6 b & cby Linear Feet replaced.

2-7a-f. Reclaimed Water Main Installation: a. Reclaimed Water Main: Payment for furnishing and installing 12" reclaimed water main; will be made at the unit price lump Sum installed and in service. This Item includes all labor, equipment and materials for furnishing and installing all necessary valves, PVC C900 DRI4 pipe, fittings, restraint fittings, connection to existing 12" main, sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, tracer wire, flushing, pressure tests, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and other work for a complete installation. b. Reclaimed Water Services: Payment for furnishing and installing Two (2) Long 2" reclaimed water services; will be made at the unit price each installed and in service. This item includes all labor, equipment and materials for furnishing and installing all necessary tapping saddles, corporation valves, poly tube, curb stop valves, & meter boxes; protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, tracer wire, flushing, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated In the Bid, cleanup, testing, and other work for a complete installation. c. Curb Replacement: Payment for furnishing and installing replacement curbing on the median at Central Avenue & Gulf Shore Blvd. for the connection of the new reclaimed main to the existing reclaimed main; shall be at the contract price per Linear Foot ITB 15-031: Attachment A-i Scope of Services 6 of 23

d. Concrete/Paver Cross Walk Replacement OPT 1: Payment for furn'shing and installing Concrete/paver Cross Walk replacement per City PAVBLOCKWALI< Detail herein; price includes removal and disposal of existing crosswalk materials and all labor, equipment, and materials to install new cross walk per City Detail, e, Thermo Plastic Cross Walk OPT 2: Payment for furnishing and installing Ennis-Flint - DecoMark Thermo Plastic Cross Walk (Herringbone Pattern. Brick Red, with 12" White Border - TP1005I1ORW-1. TP100511RW-C, TP1005110RW-R, 8431064); price includes removal and disposal of existing crosswalk materials and all labor, equipment, and materials to install new cross walk. I. Type S-Ill Asphalt. 11001l 1-1/2" Thick: Payment for furnishing and performing road restoration activities, including; Type S-Ill Asphalt, (100#/SY), 1-1/2" thick, shall include the following: Materials and installation shall be per latest FOOT specifications. Contract unit price per square yard for pavement surface installed. All pavement surface shall be replaced in accordance with the detail shown on the Construction Plans.

PART 3—ROAD RESTORATION

3-la-c. Road Restoration: Payment for furnishing and performing entire road restoration activities, including; a. Type B Stabilization (12'); b. 8" compacted lime rock; and c. Type S-Ill Asphalt, (100$4/SY), 1-1/2' thick, shall include the following: Materials and installation shall be per latest EDOT specifications. Contract unit price per square yard for pavement surface, base and sub-grade installed in the work. All pavement surface and base shall be replaced in accordance with the detail shown on the Construction Plans. This item includes, but is not limited, to restoration of all pavement and crosswalk striping, signs, bituminous material tack coats, fire hydrant reflective markers and any other items required to restore the road to its operational level.

3-2.a-g. Road Markings: Payment for replacement of road markings both temporary paint, and thermo-plastic permanent, due to total roadway reconstruction will be made at the unit price per linear foot required In the work. Per the City of Naples Streets Department, the 6" white bike lane striping from start of project to 4th Ave. S. will not be replaced.

Temporary Paint Road Markings: The temporary roadway paint shall meet all minimum F.D O.T. requirements. Temporary roadway paint shal be applied as soon as the new asphalt is cool enough to apply safely.

3-2.a. 6" Yellow Stripe Roadway Paint: This 6" Yellow Stripe includes the Dashed Centerline of the roadway from the start of project to just south of 4" Ave. S.; and include the Double 6" Yellow Solid Striping for the lane separation south of 4" Ave. S. to end of project. ITS 15-031: Attachment A-i Scope of Services 7 of 23

3-2.b, 5" yellow Stripe Roadway Thermo Plastic: This 6' Yellow Stripe includes the Dashed Centerline of the roadway from the start of project to just south of 4°' Ave. S.; and include the Double 6" Yellow Solid Striping for the lane separation south of 40' Ave. S. to end of project. Thermo Plastic installation shall be applied after 30 day cure time. 3-2.c. 18' Yellow Stripe Roadway Paint: This 18" Yellow Stripe is the gore markings between the double yellow lines for the lane separation south of 4" Ave. S. to end of project. 3-2.d. 18' Yellow Stripe Roadway Thermo-Plastic: This 18" Yellow Stripe is the gore markings between the double yellow lines for the lane separation south of 4th Ave. S. to end of project, to be applied after 30 day cure time. 3-2.e. 12" White Stripe Roadway Paint: This 12" white Stripe is the 6' long, 2' separation, Crosswalk striped Bars located on Gulf Shore Blvd. S. at 3" Ave. S. 3-2.f, 12" White Stripe Roadway Thermo-Plastic: This 12" White Stripe Is the 5' long. 2' separation, Crosswalk striped Bars located on Gulf Shore Blvd. S. at 3 Ave. S., to be applied after 30 day cure time. 3-2g. Thermo-Plastic Sharrows shall be applied after 30 day cure time.

3-3.a-b. Cross Walk Replacement p Central & Gulf Shore Blvd.: Payment for furnishing and installing Cross Walks on Gulf Shore Blvd. at Central Avenue: a. Concrete/Paver Cross Walk Replacement OPT 1: Payment for furnishing and installing Concrete/Paver Cross Walk replacement per City PAVBLOCKWALK Detail herein; price includes removal and disposal of existing crosswalk materials and all labor, equipment, and materials to install new cross walk per City Detail. b. Thermo Plastic Cross Walk OPT 2: Payment for furnishing and installing Ennis-Flint - DecoMark Thermo Plastic Cross walk (Herringbone Pattern, Brick Red, with 12' White Border - TP100S110RW-1, TP100511RW-C, TPI005I1ORW-R, 8431064); price Includes removal and disposal of existing crosswalk materials and all labor, equipment, and materials to install new cross walk.

ALTERNATE BID ITEMS

ALTERNATE BID A-i: 6585 SEWER PROJECT - ADDITIONAL PAVING

Payment for furnishing and performing additional paving work will be made at the Contract unit price as defined in A-i Schedule. These items include; saw cutting, milling, leveling, sealing, application of asphalt, dressing, rolling, cleanup, markings, labor, equipment and materials for the furnishing and laying of the roadway, signs, maintenance of traffic replacement of grass, sod, restoration not included under a separate bid item. All locations and quantities shall be verified by City Streets & Storm water Inspector.

Prior to submitting first monthly Application for Payment, Contractor shall submit to City, for review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work ITB 15-031 . Attachment A-i Scope of Services 8 of 23

and the dollar value for each element. After its approval by the City, this schedule of values shall be used as the basis for the Contractors monthly Applications for Payment.

Prior to submitting first monthly Application for Payment, Contractor shall submit to The City a complete list of all its proposed subcontractors and material-men, showing the work and materials involved and the dollar amount of each proposed subcontract and purchase order The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date.

Contractor shall submit two (2) copies of its monthly Application for Payment to the City on or before the 25th day of each month for work performed during the previous month. Invoices may be coordinated to be submitted electronically once format is approved by City. Invoices received after the 25th day of each month shall be considered for payment as part of the next month's application. Within ten (10) calendar days after receipt of each Application for Payment, the City shall either:

indicate for his approval of the requested payment;

indicate his approval of only a portion of the requested payment, stating in writing his reasons therefore; or

return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment.

In the event of a total denial and return of the Application for Payment by the City, the Contractor may make the necessary corrections and resubmit the Application for Payment. The City shall, within thirty (30) calendar days after the approval of an Application for Payment, pay the Contractor the amounts so approved. Provided, however, in no event shall the City be obligated to pay any amount greater than that portion of the approved Application for Payment.

The City shall retain ten 10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the City for payment, whichever is less. Such sum shall be accumulated and not released to the Contractor until final payment is due.

Monthly payments to Contractor shall in no way imply approval or acceptance of Contractors work.

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 the City's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by the City 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. ITB 15-031: Attachment A-i Scope of Services 9 of 23

CITY OF NAPLES Gravity Sewer Main & Services Replacement Gulf Shore Blvd.: Between Mf-I#033502 Thru MH# 033507 BID SCHEDULE - - -- - -rr - - -r - - -- - Item Unit Total No. Item Description I Quantity Unit Cost Cost PART 1-Mobilization, Maintenance of Traffic, Recording, Drawings, Permlttj 1-1 Mobilization 1 15 1-2 Maintenance of Traffic 1 15 1 $ $ 1-3 Preconstruction Audio/Video Recording 1 IS $ $ 1-4 Record Drawings 1 15 $ $ 1-S Dewatering Permit $ $ PART SUBTOTAL 1$ j Unit Total ItNo. Item Description - Quantity Unit j Cost Cost PARIZ- Sanitary Sewer Mains, laterals & Cleanouts, Manholes, Connections, Water une Improvements 2-1 Gravity Sewer Main a 10" PVC Gravity Main (0'-8'Cut) 740 _Il $ $ 10,'PVC Gravity Main(8'-lo'Cut) 670 _LF 1 $ 1 $ 10" PVC Gravity Main (10-12'Cut) 560 _L $ $ 2-2 Sanitary SewerManholes a Manhole(0'-6' Cut) #033506N"19+55' 1 EA$ Manhole(8'-10' Cut) $033504N 10t25' & J b&c #033503N -06+05' 1 2 EA d Manhole(10'-12' Cut) #033502N"01+90' 1 EA $ _$ 2-3 6"ServiceLaterals &Cleanouts I - -- - -I a 6" Service Laterals, Cleanouts,& Connection LOGO LF$ I$ b CurbReplacement _250 IF _$ I$ Sidewalk Panel Rep'acement _100 IF

2-4 6"Laterals at Four New Manholes $ Potable Water Line Crossings2'GAL

b 5TA04+08': 6"HTfr4O' 6"PVCto4"AC 1 =LS I I L aIM uowua .1 flh(V U U rvLU UflI. - CTA"l t1 1,. C"UT/?"Afl' c"nur A"Ar I 1 IC C I

f I STA'18+35': 6"HT/V"40' 6"PVC to 6"AC 1 1$ S i S

Tvoe S-III(100#/5Y),1-1/2 Inches Thick (Alley) 150 1 Si 5 1 $ ITB 15-031 : Attachment A-i Scope of Services 10 of 23

Item - ______- Unit Total No.J item Description Quantity IUnit I Cost Cost PART 2- Sanitary Sewer Mains, Laterals & Cleanouts, Manholes, Connections, Water tine Improvements(Cont) 2-6 1 ReplaceStorinWaterPipecrossings a Remove/Replace 12' RCP Box-Box [ 300 LF $ $ b Curb Replacement 300 LF $ $ Concrete Flume Replacement 20JiLL 2-7 Reclaim Water Line Installation Installation of 12" piping, fittings, testing, & I a connections. 1 4LF $ $ b 2' Long Reclaim Water Services 2 jEA $ $ Curb Replacement 20 IF $ $ I d Concrete/Paver Cross Walk Replace OPTI i 1 LS$ $ Thermo Plastic Cross Walk Replace OPT2 1 IS $ $ Type S-Ill (100#S/SY), 11/2 Inches Thick 250 5? $ $ PART 2 SUBTOTAL $ PART 3-Restoration 3-1 Road Restoration a Type B stabilization (12") 5.320 SY $ $ b I Optional Base Group 6(8' lime rock) 5,320 SY $ $ Type 5-in (100#/SY), 11/2 Inches Thick I 5500 SY $ $ 3-2 Pavement Marking -' 6' Yellow Traffic Paint 1,350 LF$ $ - b 6 Yellow Thermo-Plastic (after 30 day cure) 1,350 IF $ $ € 18" Yellow Traffic Paint 60 LF $ $ d 18" Yellow Thermo-Plastic(after 30 day cure) p 60 IF $ e12" White Traffic Paint 260 LF $ $ 12' White Thermo-Plastic(after 30 day cure) 260 LF $ $ g Sharrows Thermo-Plastic (after 30 day cure) 4 ii_ $ $ I Cross Walk Replacement @1 Central & Gulf Shoreslvd. a Concrete/Paver Cross Walk Replace OPT1 2 EA $ $ b I Thermo Plastic Cross Walk Replace OPT2 2 EA [ $ - $ PART 3 SUBTOTAL BID PROPOSAL SUMMARY PART 1-Mobilization, Maintenance of Traffic, Recording, Drawings, Permitting $ PART 2- Sanitary Sewer Mains, Laterals & Cleanouts, Manholes, Connections, Water Line Replacements, Storm water piping replacements, reclaimed water line installation I $ PART 3 - Restoration - - . BID TOTAL -

Bid Total in

ALTERNATE WORK BID A-I

030$ SEWER PROJECT - ADDITIONAL PAVING

I GSBS - 6th Ave. 5th Ave. East 3rd Ave. West 2nd Ave. E & W slAve. E & WentraI Ave. E &] Total Estimated Item Description Units jntt price Extended Cost to 4IWSth Alley Return Return Returns Returns W Returns . Quantity i

1 Asph Mitng FuH St 2100 225 100 - 225 225 140 3015 IS Is

Ty S11I Mph Overlay - - St 2100 225 100 225 225 140 3015 IS IS I0S#SV(Avg.) CD Water Valve Adjust EA 1 C) I 0 0 I 0 j 0 •0 Manhole Adjust FA 2 0 0 0 iji 4$ CD -. 12 irafñc Stripe - Paint F 160 80 70 140 140 0 590 IS 5 2. and Thermo CD CD Jr Tcamc Slnpe W - Paint ar ii LF 200 0 0 0 o o 200 Thenno 2 C) r Traffic Shape VI - Paint and CD LF 1520 0 0 4D 40 0 1800 Thenno -t IS - - 18' Trffio Sinpo VI- Paint 0 0 80 -- and Thenno . -

ZC Traffic Ships - Paint LF 130 45 90 90 0 415 and Themio

Directional Across - Paint and 4 S Therrno o J o ES I __ r \L_iL

0 NAP~S CENTjS5[ 11 *

CITY OF NAPLES tLflS DEP fl&ZNT $ GRAVITY SEWER MAIN & 0 SERVICES REPLACEMENT 4 F APPROX. 1,970 LF MISC. WATER MAIN, STORMWATER. & RECLAIMED WATER WORK H _ GULFSHORE BLVD. FROM ? MANHOLE #033502 TO MANHOLE #033507

S___TO Th* fl. S*IN A! 10 _ I city or n*pils tlTunms DEPAEnggtn PGT4OJC L oTht.L uThflS TO iN! £l.iTIa. TC TTwCT t4a — 0N$ 0 I REP *1 0O- PytNT. SlGTOf, aflhIc, rc. GRAVITY SEWER MAIN & SERVICES LACEMENT1 GULF SHORE I Between MH#033502 THRU MH#033507 OF CEMENT GENERAL NOTES ciix El ThE fl]1A15fl L'IfNSISILIW 70 Dt1i*( ThE SAn Ed 4TlOtOEflll AND CHAMflfl OF li_k ttTItAI1E 'tot lIlrNThlftIE]9 flESk0lYRAS1OE ONIEAL:TIW SUALL MoNrtog MSD toMlSa %LflflCE USIA &N)L•WAfl FVTW A) ALL l)k4S 0 PPLftAEOAEKU INTO PRO ESE)L% RLSPLEmVT JfliIfl E AS E ST E) IlL W AND IIL LT 1.111nAIOS5 AND El E.ATt6 OF tl L ES / Lfl 1015 IA Mw,c OS ot l!Ix S E FEA IATI SUE CAt)i 5%• 115 O 55 IONS lI•lAflAcl Fm 51151k MOSEIIn 550 cilNThOt IFTn.A•4 *ASIESAt1 S S Al ALL JIM 10 r'tfl.VT OACAUIN 1510 FROVFITIF% ANI(,,R •VEJRJ A 1510 flIt FNViIONiiEJfl !t)MPcR FL•EV AIlS (flfl.N4NIAARY • UNNF]_IIF)NASIIALL liE Ft)5il101Ot.I•fTPOL wASrrWAnD VVEA c0WTSAA1vElASt OS SAFi 5 5 * IS. A A ST I WATEL AS U ALL AS1 1)11,_WI Ft I_A..' PSUTLET 00*5 STRF_MAI GIlLS ATO E(JtL7IId_lT P50*4 ALL OFflIS - El.UA)lT. PIWLA A Lll)T •_SiTAI_S5FA E,S!,.rFTJNIIFA_G., IS All FE!NIAl.tl (EWSE.WliANSLCt l.ATEAAI.N PAST ilAll)AJ.EI!•lFAAAlEII{I!Al]ES Sift EtlAl A)iltEi 11511 -NIh! t]EET'•&VATI(FA E(L5l•N(_TLA LE_•flfl%TJNX_ I_JStjAt_TA 511*1 I.ASSORLillA1 ,F,LLE,M.Acr,DN I! SE LIIMPLLSIII.0 v.,OfioKF,lAc,N0 III SIFtS SliM_I. 1.RtPI_AEEITfAI0S TO lOAF] EISFIm.i101A 51 III I]I SYATF tsr (ALL I4mLISII_SP.1 - I *15111 lOft IrS IF) Sfl rFAI WOES. O)51RflTi1 ShALE 4111 In LCCA1 IfflUt SEA qt IDELLETEDE15011)150 ItFAIn AID .1I]tFAli'AI •rN P IIST P5)11 Cr [Ft SF01 h• DIE nOSTINO 0 ESOIFF I•I F) S('STIIEAIW S I OS EWELEDMI.,)111 5 ]NT*AC !SFS At!E,(100. FlAil AEL Art lift Li) 500 STAUCTELEI TO S I E0fl115 I EN liQ (AftAL6 II SIT U I CLJISIiLALI APAT AS! 055150615) IIErSI S CS III) Alt ViThsE LAInINO 05101 IS AS 'OWN 5*1 A OWM) L LVATIOIP -DELIE SO I AELSI ILL. IT RIFlED [TIE Li IllIlsa (IT S_flitS 51105W AM) OSlO SESIPE OEM_I 501 IA t0rSUWM_flIJSt ALL ]Ntt]LSTVE SW liTaniEs ES ill! ARYA ANN LNflASITTh}IcOP !AsIC! (ILALLIE WROINAI!DWFTTI TIlE OWSEROc filE Uflin) E NEW WATER LIMEITJNTNITIIImS NEW*AIfl MAIN LOIST .5(0 ItS Ill PtAFE StIlL. ln0tSVfflEiAPl AEPLNEt'AFNT tolNF .- M. IPALI TAEPINIJ5AI]ILSO !LN 5515)150 WAtER Ill. III DD. .­TORE 11.5!h111I111th WITNI_15lliIi%El)VclAEs El SFI}i1fl L•CS Si Aft AS SFLCIFIEII I S tilt V Ft FF4 SAM_LA SIt rlPIcAt]0AS ASS) SI 550*51)5 ALASUAL O!VlS5 I' AU ISTIEISIT ((55$ 515155511 ALL. liE L0Pfl15AETElI StILL LR004SIF WTOICCTY Tm TO PSYO55I ml tPP 15107115 EIAFN 'ILnIWYL tTlLlWiIT IPPCIPIif. •.T.N$S 'DR5 Al]. FEnINUS 0150 (LtASSTot.2ELOCLW dM551 01511W CO51OESCNC 10 ITCUICAIION !ME DEDEE IDLE, CWflACOS IIALL EIJILTIFSI', NEW SAtES (1145 PESnAIO to ArnosIMAit(ON!rnnml (XLVI ASISINSEALL iARRFL (OR FLLSi1!t 115 (mEAN NILE liE 5(AILEFEA ft CTFF].W StIES ShALL IU• FflAOVtIi 55 TIlE AWWA FAIR WAS EWAThA LI 5th. OL•RIPD WA1 ET MAIN) SI FAll. St 01. 0• VL till ISlES ,AcS •01* laM_FIJI SI 1*1 L ALL JUL4PEI Al ill ANIT rasp WI. L IT_k El IS 553SL 55 rFsr Cl) 1 WETNIOLI.tljMtAF P5$1SiAL NPf El_ASS DE.11 SiNLESS LNSDF$ PASFIIENT *11101 IILALI OE Pvc 5k-ASS 0k.hi ALL FrrrtAa *5155(10W OtiOl PIP(1SSi EltAn DFXTILE LADlI. P-Afl0W ShALL 5157155Cr UN) OnlISIlAtLFIlJ1I4. SIlO P5-ElAn A Slips rOFMr (Sfl WILL FIISCDSAE&Sfl NAflIJl. ED ,-10-1 I'D AIDE.M. OFLOWETE.A11F. PITTTMd SIIALL ES E.ECTIAMcAL Sf1141 EUTRADIT WATU IMI MLALL flESOLiD OW! IRtiJtflAND5111k • OflL.iTtJ_ALTh(T -EWVFS MO A b.ILOfllST0€ltJ(SMt OtTThLbO.COSTMCTORAAAIL tASKS 10*tl4Lfl0N TO LIESFISO WATtS 54515 ANOFUIC, ILL AEtOVE0 St III 55*5+0* ElDI AS! WA fiR (FEE LX0 Pm'. *110 litAOvOOtSSOSE 0' AiMIs 05ltD SI TIPS 1 F $5 SI 5I_•CITJK.AL 050*) WALLS RLQI ) TO SE 5)51550 AIlO REFSACtO SI CLA•TIM RPt_ AllIS OlISI 5110*5 SLVO WILL lit SIll AS AN OF) 105*5 coAl TNt In SF ASSI S rS_P+RlNlEWl MAN *151110 NEIFIF ATE AS ASTERSAIQ TV LIlt C5l10115l IlAIlFFlIlA FRICIS!l A EAIMLEMT

TO ALL (055)5 5•LT10T An ItT lIES *01555 TIlL IJOSIT OS WAN SHALL flL IS ACCOMIMCL WITh 1 IlL NI I F (01(515511 IllS LWLAATIONS NI IllS STAlL IIIC.IIWAS slASrEMilFPIC (TSllS3 I0l+EIIJN{. .560)005 FliT OISWAI.15 IlilillIM! LIEMNAOL PIL•I5 lClC I AWl Till .5l5 IlOr SrAALI*.LIs WttIFt5 IILFIS FOKSOAU AlSO EJIIGECON11OIOTIOS ICOTSIJIlO MAflJOAL rEEL' tss 11501]! u*tL}FLL. STASIUI!DSIIEOSADL LItt5K51A5L aTPuALFMVflIt$t. IF ErG OfltAil! lIST LLXtT• I1%WFI ILOIJIRE 110)015005 SELOCAIIOS IIIEEOAIIACTCSTAI*LL IlL lA5nI0JuLS 505 ALL CUtiI MJciit) Sf11 STIllS p.VFAIF-S•T LLSEXJNIIT. 7(• 1101. 0(50 555105 SLLA F ISIS 1 COMPI.LT F EITAO (ES tIAIION Ills LL lIE. SEOUl SIP. (tAll 0 ((tAll I RE) till. FAST 0154511 EtA I ((54 LIII (((5 PL ANN LICASAT lEss Al SI ISIS OIl' 51411+1 IT 1.1E41(sflOT IS VJU.LV 131'INNIOLL tO' TIlL INSTALLNTIONOF Tilt PIPING Wm5$II OMEALFINO liFE LSIlTiMtICtfl.STAIE OS (01*11 ROAAJW*tPA11i&'(t 1sF I•lITLN_Sl!l 5550 TO 055 450! A CI Il St*CIELA •AT IONS. I T PEA OS 5451 IEIALS 15tFI•5% LIE IS * IT1*(5MOUN SAL! Al l_ h6_fll 1 TCT I ISO DEAL LE'lItIII ICON) ESLCLDN 5Oct55 (El TI LASt ACCOA400Li Ni S TIllS EEOIJLI I 515)1St 51155(1 ACTII AS I LAPIIISSIEI IrE

IT 0tAnAT'0 SLAV AL SLOULASOLS 541545 55555 IOACIAIEVS PiLL Hlt%Mb5I ECAtADO•i ANONtSLOUtJ4T(WSlRUflTO. CIJIWSOANO COSIPACONG 0511. Sf05 ALl T hit •tSls l'4IIiLk ! A 1)11 Al SIMS *llIP5%5lt5 . S ANN NECESSAR (SEWS rEJJ NO P ElIll PS ALL OLWA I LALAG SILELL it IF AflhiIOAjICL AL LI SECT SiN ElSIE S TIE lflIlCAIlONS Ai LASS EALNALAOOL!1Ak5l 51151] Ilk IIltsflSr IWO. ESPTKI/SLIN lit AIrES IU1LISOPLIATIOM II flLl* ItT 1510 PP$'ARAt!(IN 'ft fltirFOF MLIII 555055)1 ADIO55LAAP WITh TIlL CVLR.NLL lETS (0*011105 ASP P555051) AEOFIFOI!AL INSIST1EIA 5)015 AS OLITS •AFNEIT 'EtSMl' I (F (ITFIER%IAIID IlL LF•lI r AND 0LP 115 OF LWEQ EnS 0505 FAIr "'I" A' AS' AS S (SLOT I SCY 0€ Is*iilINO MATSEIAI SAN LET USA All 5150 SLOE! EMS I S. CLESOOLL 5115. l*ti1551h(I OF, SIt. ANti MAT EEl A FT 0 liE OhitFEItli 05011501. FE) 0€ A lIlt)! silt AISECI iS rijUtlO 111 tILL_Al IMCOWTIGI&5OR Loan Ir+(JOW to fllEcosTtAnvA 00tI0lNAJwJAiP EFftNT7GATlON Dr rGSrIsO LOFSWTIONS TJIMA DEINODEICTEL 101115 COXIRALT 515150 ETTWA LI MflIOATiQFA AtS lit 5550*50 TIlE MA1!RLALS AJ•PLlPATtO10 liE fllCOWIflEOflFJItiNO CONMIUCTTON 05% 55OVLRSO!IilSiPEt0( SO USE AN [ACE Il_S SOD lilt CO;TAALTG! MS VII 10 SlING FT MA FflIALI Al NO ESTI A COT! 5505+0! Em 10 IEThT 1111 55051550 TWIT 05 ttwnCIIo* SAL) .RS.EA ILL IF 51ATT+ TSATl II! IIIEEIAIWIIM NrAI)PE_NES !l5LSiJlATSSI.5tAAi0A FliTi€?A.C.ASATESEIESASFNSINLOES Iwn{TlwDI(EISC,oAvoIlsFoWTorh%r,vAn.g I) Ott IILFUES 511511. IAIIIIWIF IT ISA AlSO fir Ni. MOISTiAN TI IEOLNIII t KIDAV WON OU1SITE Of Ill Elk *51555 ISIS liE ASPEEFISO A] tilE XI L1st5S tIU 01 tilE 5111(5 usd5 t1y4_ACTIES.( ItExlsrFl.. WAILS MALNOTOM MALlS wall NPIIMOAA SISRUyTT0SOF 5551(1 *51)10 ENS1!ONEILWTAL IMPACt II F0lTtSI•)0N RJEALL SLIP )EEFStt OEOUSAININIIPAN MENIN (I tIll SI 01 PESAIn REalism tjY l0Ao0_CSTJSfSMID 051151*5 WILL 550111! TIlt EoSTIS(I0IID SLSTIIV OUCCA Fm! &l4D VET InDENTS APctET1iI IN TIlE P501511 WORK AM-A ALL SNiTITIlL [IIAtLSIPtSCEOA.LO Ei_OTTALNEfl Al Mt 515451 FF5 SrR0•P!I} 'tPi_AN A] tENT (Ii ,llaTNS. }MSOE$LtS SlIMS AS PtOV(l]IflAT AU tIMES LNJNJ1ICPSSTIIKIlDN 01 AU.RDADWASI Al I 1)051 I! S Fr S •TI.fl Ill Al L 11+11 tAUPE! IFET ECASLI lIft NTLEILAi IOTA 0511 nOT 'APE. SCAlDS WI. C AND LLLTTAQF IC WAS! Eli 11151 ALl-ELI (N 5l(0A 0s..CL*lFl,cI rOIFIAETEOI Of Ills iFtPll)AII0lA

LIEOIAflALI{]EAliALilhliTMN FILL IPSI_ICES UP S FtOIJA REL_ISISSAD PEOPUSJONAL SUI!V0S 5101 L&'flPA Au nAn TIE P50505(0 ?IPEiJM (Cit ENtIN IS] FIT! INDEX OF SHEETS ANn AT (1(5541551S FEFESCITON 550 ISIALL P50+10! t.LFil, .AO.!UlL1 FilFOflt&ThiN OLIPLAN1W rn La *11)15 t.M)ELEVAF)ONSOP Dl! PIPING 5140 5] MtXFt•5L5 SASU)c): PEST ST.[LNSL St NTSNI]A 11551)10 çjfl TIIMJ.lit PSOPOES ThE Moat! EtO.uNa(ssstscS Attht]Dt PSOItCI E1515504J1C OLAWETSIS LA)I_FtEfltSlflS LII ISFI. 50 II0t5 Of Al I OTF Ill ItFILFTh S Ml Sf5lSO ANY lAST OF 11115 11015Cr. ISO_LOS SC. lilli sO! tIIIrTPO im TIff SITS) OEVFI II. TIC Sl Nli !!Ej5Ifl •EIIL•IITI l5*W)l0SSl!ALL Ill PlOV!IIEIiIUOIEVII% 1555115 CAIFEOAMEF II 1. I Il l_Tt4CI11 SIlAS]. MALI lAIN I F!N Of ALE AStICAIi)F 1155411' 5105 nISsTrnhCnl IN 551455115111! A_mIS IALL liE IISIOMSIDLI TO AESIEIX TO ALL P55)1ST 1.11 - COPES 554 LncA]IIti ON0lTlOtS UIJSLSIL(TiASl 1(5 Cl! IN IMDEX -taik, NtlCl S_i Mi1, - I'411E€l Slit) 515)1(510-47111 545T.t LFII( A 1-2 -M.fl.M'WSL.1151554 53 MIp - MAldi LITC 0 ItT EM .1 rral SIll tIll I 2G I 0-I -CnyUsi.,It WW.OL. WW.412. ...A - IIURIMI (11551 SIJCTISR. I III A LI. lit . ILL f•J5) _çj55 FAlESISI Alt IrS Ill 55550*541115 5SF!! lAAST54I}AACT Will! iS) LA 515111 [MEN Ft. flit CO!fltACIOAI SF{LNAit SLAIFI TI IT FlI Ills ETIAtI 551 IrIS) E_0E)IEWL TIITIIL 055111 LS€Thd•I11LALB1EA FIIICSTFOA FisfliN0RsIA11( IL) RC)I REJFEEAIEFAFS - Oily 041511, WW.0. WW.0T. & Ww.0N I).) OIly t)sltI]. 001. UOThL. & 04] ti-I OIly . U44. U.05. & 00)' t),IrnrC StWES(tE.%tIL)N l.tEAMilII' 51*51.14 INEFASL!DAT TILE I 0 W#*OflSTY LIRE PSI STY Utist. WWc Ii ti_LANUIJINLAIt'OT St INISALUPAI 5115 11 - Oily Otlath 0.05. 11.01. WOO to 5115055SF? NI litF ill o,hcrilin ION. COlET 55(11* 51uSD. Cd10(Ol tATE 51711 cr11 SIll TO EVALE1ATT A SAFE LIrATTON 11450505 LOIS dl CL 5*54101 0-IS txi.iF, U-Il. 0.1!, WIlT '6)5!] (IllS (TOSSES SLOE TO - I NIT SUSIE ItS )fl• DETAIL WWSIA l 5 (1555001 Ci-' - OIly 1(1.111 AVnIMCgWAI.K CfftlI&ChiIthtIr5F arT GRAVITY SEWER nsit Eta. ID I JtLO(I "He'll PV I OUFJ UI CI VIlab 11 UI CO Intl START oFOJE,ft Fl cRtX * + — t \ F - - L - .040 rk

p fldj1ISk1LIrD- - 1T \

15 100 - nP

— SCALE IN FE! 0,47 0 - 32(30 r — LI

L- -- Ct 1 i274\ \ /

L r--

L r 0? ,nso.-2l MATCH LINEA FATCH UNEçA - -

j

C> \cikh I N

2ND

0 J\ \

1 ..- r - t - I ------

MATCH\L!NE k

SUMMARY OFWORK;

- I - - REPLACE APPROXIMATELY '97041 OF GRAVITY SEWER MAIN WITH 10 SOR-26 GREEN PIPE, INCLUDING ALL ITEMS LISTED IN SPECIFICATIONS & BID SCHEDULE L I I• - INSrALL FOUR (4) NEW COMPLETE PRE-CAST CONCRETE MANHOLES, INCLUDING All ITEMS LISTED IN SPECIFICATIONS & BID SCHEDULE.: I - t STATION ''01+90' (10-12 CUT) MH#033502N - -- -' 2 STATION -06+50 810 0!?) MH#033503N 4 3, STATION '10+25 (8-10 CUT) MH#032504N Uflt 4 STATION -19i.5S' (0-6 CUT) MH#033506N - 2 - REPLACE APPROXIMATELY TWENTY FIVE (25) SERVICE LATERALS TO PROPERTY LINE WITH 2-WAYCLEAN-OLIT TEE'S AS SHOWN IN WW-02A, I -- INCLUDING ALL RESTORATION ITEMS LISTED IN SPECIFICATIONS & BID eli SCHEDUlE. A. — ,. 0 b- - REPLACE SEVEN (7) POTABLE WATER LINE CROSSINGS, INCLUDING ALL - ITEMS LISTED IN SPECIFICATIONS &OID SCHEDULE.: t,5TA,00+07':G't1T40'r PVC T02GAL 2,STA,_04+08':6 HT- 40'6'PVCTO4AC 3,STA.'08+08:6 HT- 40'6'PVCTO2'GAL 4.STA.,.I2+11:6HT,40S*PVCTO4AC a- S,STA.16+10' 6' HT- 40'S PVC TO4AC 6.STA,-18+35';r HT, 40r PVC TOrAC .STA, ,20+I3:V HT- AS- 6 PVC TO4"AC

REPLACE EIGHT (8) 0 RCP STORMWAflR PIPE CROSSINGS. 5 - 9 INCLUDING ALL flMS LISTED IN SPECIFICATIONS & BID SCHEDULE. - I . '•' C I, STA. O1t55'/0i*00 •.30' 12" RCP BX-BX (20! CURB) I 'GULV S ___.__--- 4 2 - 2.5Th, 02+30/02+45 35' 12" RCP BXSX (10 CURS) I - ---S'-- - '. - 3. STA -05+30/06+47 42 ir RCP Bx-Bx (10 CURB + FLUME) - - 4. STA. O9+8D709+97' 35' 12' R BX4X (20 CURB) - - ' YH S. STA. 13+80/13+85' "27' 12' RCP Oxx (20 CURB) 6. STA. '44+60114+54 -27' 12" RCP BX-BX (20 CURB) + " STA, 4 7+95'/17+95' ''56' 12" RCP BXBX (20' CURS 2 FLUME) (4 S. Sm. _19+80/I9+96 -32' 12' RCP SX-BX (20' CURB)

INSTALL. APPROXIMATELY 300 LI' OF 12' PVC PURPLE C900 0R14 ITEMS LISTED IN SPECIFICATIONS & BID SCHEDULE. - z 1k RESTORATION: RESTORATION ITEMS WITHIN THE PROJECT UNITS SHALL INCLUDE COMPLETE ROADWAY REPLACEMENT, CURSING, SIDEWALK, ROAD MARKINGS, CROSSWAAJ

4S SDW CXTITIICt SCWylto •-S a a Ml - SEWTh ORkNCH wrt LAIERAL * t -1flDiOT BUILDING A To 1. It ART

-a 1tlM3Itn Cm,LI 1U gactT E,,$Thc flvIEt tATELA to TiOlt: flrTAJt. SlO%S FINISHED to A1UIL wI1p4 COSFUJRAIIOfJ AFTER LOT VAT niAlcir - DEVtLMD1T !TaIaA UTflJL II"OD, & — _==__l i I ea I enr- POt I (fl1LSTI IOfl(O NVON I fl ot iapt POt I UTUn1 mwININc DIVISION I CTTT OF NAPLES Tot I UTh17l ENc's DIVISION I CITY OF NAPLES DAn: FT IO _& 20's I SEVER L4TERSLS PROPERTY LINE CLSANOIJT Itn ° I 2 WAY SEWER CLEANOUT DR&fl& lit J I BW !aTflL7TR DRAWN I DIRT TiSrEWim bkSW, 1A1/tsa I DI •nkm A1L I1T.S. i -o ,r L IMPIa IL MI IDWG. fl41.DWG S& N.T.S. F IOI I& Wfl Pt. II IDWO. WW-DLD!O AA N.T.B. I A0 t XAna PL Mt Iowa. paz)0

—'tu Tic.0-I OATt FOR 20th NOltS US F, ThDE 420 OF RN çOa Fwl IN PACIOit Ms24 ASN-A4$ CUSS 30 MEY CAST NN //- i4 kO COfl RAfl .4 PAStIT Ja 'e D TO P COVER TO BE FtUSM 11 420 N PA\&D AREAS, 2 1/2 FiNIS FRAMf ABOVE UNFINISHED GRADE AND COVtR %1H 11Sf 120 Nt *Atl1QlT ONE COAT NO 2 FU4C n COwt 04 flA LOOM- ASP1ALT PAINt T ( RN MID tOW 2 /2 jS0wC NE MAS i4 mN (3 t0t* n a,Jol1 so n- ______t flo I!CAST Oflic r'•' so N0fl 0 JRS NM) Th(o wIsal NC ci 2 NONP!NEThA7lN HOLES 0-c,. 0 0 12. OtLt 04 EOIJAL Ftp RST.M. -47fl (rip' P £St 0-li! tTJ —1III ntas eoOt N sTM La 22 3/C 21

• — II. SC ti_I MACKED RC SCAL A / SURfACES DOVE-TAIL GROOVE

AUL _•• • It 4[ ______•r " MC DI p4 K 0a1 at.n1I 2M silt ffl 1t4lt t&I Ion. uaal lu,. MC It S ir4____ 1i Ktfl at K fnfl l Ill. iKCt - _•C0*C I 2 5#V I MC Ia,iuAIta .$pas is. 1Sf — .4 %Il UA t • tbl Wit I 24 T/3• S 4V •t OMlCS Ot ala KS - 0 MA N1nL I I - 7 vnraa tas I I • a • 7 w1w a

I S I••&______ I I . p mtln gNco •I' F ?1API5 'O I UTIUTT IN0G DMSON CITY OF KaPL pot UTtJ bWINWPW DIVISION I an op NAPIfl DAT!: t 2010j !T_OI IO —. 201G STANDARD PRE-CMAN-4ST HOLE BITt WT SHALLOW MAJIHOLE " STANIURD MINHOLR COVER ]sflrErn- DIIA•N, Mt !Tfl*TU ORAWTh 1*7 It USTflflfl öflflt JaY I OIL_ •ASTWAIU S. Nfl, lit NIfla it iI IDWC. fl-5.Dl 10112: N.T.L I fl V $. Nina ,L$1 IDTG, fl-OtOfl M!: N.tS. I liO tI L Nafla k 3l flO. fl-00.DPG

flL NO. SiIT 0-2 QATL FIB. 201

II III Jjt& - r r NOES .rnIta tT W CS S fl • — - t 11 Ia Il - 7 1151 fl a? IItIP •l SO 4 I? I I I I I I I I I I I I • a $4 I P rII& I S -' Isa • I I I • — t4a -, a — a t - • It II P I 1 ?$ • — SI L KMIC lal I 4 II I I PUP 'aL -. I• S II II -& _,I •_ SI 4711 IS — •%7 II •I 74 4 I S I ISP I — — fl —.•4 C SI S Il It SI tI• II •t I II I' II II II 5 II S I Ih II NPJCAL NRUST BLOO

OF SAPI - UIZUTIES DEPARTMKIIT nEZ NO GRAVITY SEWER MAIN & SERVICES REPLACEMENT GULF SHORE BLVD.: c - flatiragn, uuanqqn, 'molt uugnqqcn, I ntSmMIED .- ,-• .,_ - _.'I, SIZE HOIzMThL OOIDS 1 DEAD ENDS 45 12-1/2 WRCnE II4ENC UPPER LQttR JI — s 1 2

11_ -S fl r jj: !tL J —n 30 43 IN 14 1e' TC t T flC s \ ExflC pP€ - ThRust MOCKS-4- , WI :ijt— 'x— 80 iS 41 Afta

RmAJNto PP LENGTH SOT onEr(l) INCHES TIE (3) aEDuCER 4)! 0 Ia flf••s 34 ______FXISTI?C PIPE - HEOftNI. I. Mi Ff4 CS T)• lIE ttMa C9lI 0*4 "C 1sa IEA3JD TC P011! tO• 0 75 ______r Lti 0 2' S OLMtw YIO 4& I.EA,n AS X •ITh RlX4T 0 III F I a or Nt via_st n Is, 44 TO' 3I*ahT 10* &ê4O4 'a F • W1I SIZE NOT L T.aL tat NW u, .Iftt .!L!L 0 151 1IT3' 2W! • ID' 4. ISSIWMIT G IS U 0t*MO Sot ftWIJCOt IF *IJU* U 0 Pt! ON TA&1. NEW PIPE - RESTRAINED JOINT IS' • 4 ______17 HOIT sauna AcCR (SI4ILJ. In •RES1MNtn jth)Ir •wv oIsrnczs 0P •4CW =1 24I2 37 31 5. IllS ajir 5 10 v IOR flt WE od _- 4s• law i• *IC II li_in I 109 PSC lFt 74 31 15 24 24 —r--- 7 75 213 I0 87 35 17 9 si! 2 100 41 20 ID IC 123 51 24 12 .4 ES Z II IS' 43 59 29 14 I. . ,. a s4 76 37 IS 35 207 41 20 •FOR flflIMcs NOT SH0N HelL Ut TO rpt R1PAINt DTML 0Rs.u0

CONFLICT PIPE P.ESTR4INT SCHEDULE

GRAVITY SEWE Eta 2015 — Between

C.) nJ t

Rw WMfl HVLftjMEO WAlER (*Thl(TI) (PURPLE - TOP W PaVOC4T - flNISJCD 4X • . TWttII. ItMLAI(l OCTAL r fln •lI4 *10 LM 1$NI 2 €Cl l9MY WMTN

-

:• ; ••.- x,rn, cAIs •. Sk#S • W 30 WM £Wotr4.,.r...a& • * • • * t -nrb nc. 0 ] TC fl t I TELESCWE rrFt LAJS MJL £ - .,a .MSS — ,O j,a,. fin

VAt Vt Pit POtASLI *flR SflqTMY FORCE 'taN lIaAT1ON WAIU m , SO n t c .,..T. so? v nnrD r (GLUE) OREE 1) (PURPLE) : 2t -r25W

• :-, ___

FiIRWT acCK - S •

SEE ML Vt MD - / I 0 / I — _ 0) a 8 Cd, OF ~RNO TO OPEN PEI .111

PX VOL _L IJ11lIfl mIcwnmTlc DTV1IflN CITY OF MPI2S VOL OTIU1 iCIi0 OMSION cm 0? IAPL a UTliiT fl(U rflSION I CITY OP NAPI OAT! - Sn 2OIö TYPJC.4L I$-LJNR VALYR SIn1 -I1 USTL Sn ?OO - >m O-t A7t ? 1010 TFMFOR&RY VATEA SERTICS 0 1I (r4TflJsRvRR.1Rwss, cit ImI2T IA, E VTZflTS rnfl: us FIRE BYbRLWT CQ?IMECTION Fi!i !SIIT E saZNra. _I ____rMflaVI. 141M _DWC.V-i4.cWo !CM_tt _N.T,S. _0oas.*1SPIflIL _4I _1110.UI010 SCISS: _tn. _ tWU,fl.I4i 1010.•-7J1G U

r 0 I!ft o•fln -S cQ•lfl0N 0* SWS UENafl tAnls ••oIS 10 fl* (lit. fll nnl 0 LW IS a I CItY 07 NAPIS - IJ'FUJTIES DEPARTMENT 'A stamu .tt or.ips o,on tgiun rA1,w ,, wnuc tcIT iv ______ GRAVITY SEWER MAIN & SERVICES REPLACEMENT O0. SM&w& PSTO LiIIPC MWM Sl ETC TO I . UtjnhJccsana. n ______GULF SHORE BLVD.: I FLO. 20'S ____ Between MH#038502 THRU MH#035507 I

ITB 15-031 Attachment A-I Scope of Services 230? 23 i' a .4- I L girtOf el -t . r

enjip -I V W m I i

'9 A n1 –I r U - S z 94,

ROADWAY - ROW UNE A)HALT PAWIG

aO :!I 40 PvC 'I tin Fft.RIC con, p.

sctnS. tap. mb i., aI Pt bs dose ti'a 2 nnt U O..M% Pip. .auho Ih...... t. •Ih Caing dIn,etw to R. 9 wth ,• .nds CI Cohn g .Ip. R. b. r. •uSsd to p'rsnt dub{im ...trl..g ceain to S44i Gals Vth. Fl- ttS.ctor. UAWL tOflC AiB4is - WFtNU SAootfl S SboblIths SI- •ith SS Sirop. od no". - \ Cbh __ FCd Ih I 3 flP 1t.aS p.tItn. 'Cut Imp 2 COPAiON S1OP5 'dP b. OMASS - ( CC THLAO P4S JSt a F 'c.. Pip. W. .Jci%t OJ Slt Sindi bi RAS& • C Pr X Podh t WA.ino Migi F NPT X P.a bt wnasipg wb.n 4. TUd S.nh b• PCLtEThfltfldL, A* C-9Oi. fl3401 WR 92 Pv71• I bit, c&r. Twb. 'In. shill b. 2 P. Phg a.. I W. fi t UJSL — 2 f S,c.1 •P ii -112. it i ma.: -iii. ilds 2) 5. LOCA1II4 Al Mcs intfls UIOhI hc* C M..I Sth'9 flnt it On. wcu .ndd. a,d l,, w •fl tOM hi itt nd Ia thi nhl.r 6. inn BORIS AU. IkE1U BOX & COtflS 9tALL Bt PURØLI 4 CON I, t1 - NO NE1Th nISIM *ML BC INSIALIfl IWMT1C BCMIM LOCAIWPSI o 2 ' - Z14& i-l/t E5 RtJlRt A O(S cAM fl24 PIASI1C icitR OX •PUPtE 1'l I M - 2 MLIt EO*E A BOO(S cM50*I rio PLAS11C UztP OX •ptffiptr no - NOlt: MIY VALVES. FTTTIN. PRESSURE/CONTROL DV]CES, SU6IeThRS LOCAThD bOWNSThWI OF CITY WAItR METEk DEPICTED ON THIS DWG. SHALL BE OWWED AND ?WNTAINED if? PRapn OWWER

0= I m m

t LTI o t cr C.> 010 0 m z EXHIBITS

BASIS OF COMPENSATION

As consideration for providing the Services as set forth in the Agreement, the CITY agrees to pay, and the CONTRACTOR agrees to accept payment on a time and reimbursement cost basis as indicated in Attachment B-I that includes both Projects which is attached and made part of this Agreement. The CITY is adding a separate $50,000.00 CITY controlled Contingency to the issuance of this Agreement making the total amount of the Agreement for Gulf Shore Boulevard South Sewer Main Replacement Project of $535,807.55. The total amount of the Agreement for both Projects (sewer project and additional paving) and the indicated City controlled Contingency is $584,535.90.

Retainage of (10%) ten percent will be a part of said agreement and future payments.

END OF EXHIBIT B

Rev. 04/08/2015 gs/rdp 11 TB No 15-031 Attachment B-i Basis of Compensation 1 of 6

CITY OF NAPLES Gravity Sewer Main & Services Replacement Gulf Shore Blvd.; Between MH#033502 Thru MFI# 033507 BID SCHEDULE

1-1 MobIlization I 1 15 $3}qko.Q.) $3qu) 1-2 Maintenanceoflrafflc 1 .s $ q &uo 1-3 Preconstruction Audio/Video Recording 1 LS 5 $ I 7) 5t

2-1 Gravity Sewer Main I a 10" PVC Gravity Main (0-8' Cut) 740 IF 3y. 4o 10" PVC Gravity Main (8-10 Cut) 670 LF $ S'? 2t, to" pvc Gravity Main (10'-12' Cut) 560 I.E b3 51) $3 2-2 SanItary Sewer Manholes a Manhole(0'-S' Cut) #033506N 19+55' 1 EA 3gg; Manhole(8'-lO' Cut) 4033504W -10+25'& b&c #033503N 06405' 2 EA 1 $ goj4.o d Manhole(10'-12' Cut) #033502N '01+90' 1 EA 1 $ 1 (,q3.5) 2-3 6" Service laterals & Cieanouts I I a 6" Service Laterals, Cleanouts, & Connection 1,000 - LF $ a4 çt' ?4 5oOA b Curb Replacement 250 1 - LF $ / sOD $ 50_3 c Sidewa$k Panel Replacement 100 LF 15, QJ $

24 6%aterals at Four New Manholes 80 LF $ 2.5 Potable Water Line Crossings • II ______a Sf4 '00+07': 6"F1TN40 6"PVCto 2"GAI. 1 LS $51$S 36a .0) $S, b ST404f08': 6"HT/t40' 6"PVCto CAC 2 L5 3fl.c)J $ 7-32910U c STA'08+08': 6'HT/V40' 6"PVCto2"GAI I - .5 $5aa tD d STA12+11': 6"F1T/'r40'6'PVCto4AC 1 U $5,3917,10 $5 3q9,OU e 5T416+10': rHT/V40' 6"PVCto 4"AC 1 .5 5 _g') & $5,317 di) I STPC'18+35': 6"HTN40' 6"PVC to 6"AC 1 j_ g $T4'2O+13': 6"HT/r40' 6"PVC to 4"AC 1 .5 g'joD $5 27O h Curb Replacement 160 IF IS-,$ /f.a' $ I i Type 5-1II(IOOWSY),1-1/2 inches Thick (Alley) 150 SY $ Pt? r $ Z '1'

City o Napes 15 031 Gu f Shore Sewer Math Repacemeri! rIB TB No 15 031 Attachment B Basis of Compensation 2 of 6

77 Unit Total.

2-6 Replace Storm Water Pipe Crossing a j Remove/Replace 12" RCP Box-Box 300 IF Curb Replacement 300 IF $ 15 ix7 $ ' S&o.oO I Concrete Flume Replacement 20 IF $ 75tD $ 2-7 Reclaim Water Line installation installation of 12" piping, fittings, testing, & a connectIons. 1. IF $fl;35..s U7, 35.oJ b 2' Long Reclaim Water Services 2 Curb Replacement 20 d Concrete/Paver Cross Walk Re place OPTI. 1 IS Sat 45id $ al e Thermo Plastic Cross Walk Replace OPT2 I IS $ I ggo $ &2I Soo- TyeS4ii(10/5Y),1 1/2inchesThick 250 SY $ 3. -73117.5-o

Road Restoration a Type B Stabilization (12) I 5,320 SY $ 3. WD $OI.OJ b Optional Base Group 6(8' Lime rock) I 5.320 SY $ fl q0 $4j3 3 ja Type S-ill (100#/5Y), 11/2 inches Thick J 5,500 5? $ a 1 3-2 PavementMarking a I 6" Yellow Traffic Paint 1,350 IF $ b fl $2f3 .0 b 6" Yellow Thermo-Plastic (after 30 day cure) 1,350 IF $ 53 5'3,H 15 18" Yellow Traffic Paint 60 LF S /. 3' $ '?. _Wü d 18" Yellow Thermo -Plastic(after3o day cure) 60 LF 5an $ 12" White Traffic Paint 260 - 12' White Thermo-Piastic(after 30 day cure) 260 IF •$ a-?2 $ '749.20 Sharrows Thermo-Plastic after 30 day cure) 4 690 .> Cross Walk Replacement @ Central & Gulf 3-4 Shore Bivd. a Concrete/Paver Cross Walk Replace OPT1 2 I EAjfI1 0)1 $ 18.'?3T1.00 b I Thermo Plastic Cross Walk Re ;aceOPT2 2LA $ $p )fl1q

Mobilization, Maintenance of Traffic,_Recording,_ Drawings, _Permitting ______PART 2 - Sanitary Sewer Mains, Laterals & Cieanouts, Manholes, Connections, Water Line Replacements, Storm water piping replacements, reclaimed water line

PART 3 - Restoration ?I.7a-M ___ $5,g 8qss

Bid Total in Writing: Five Hundred Sixty Nine Thousand Eight Hundred Ninety Eight Dollars and Fifty Five Cents Bidder Duality Enterprises USA. Inc. Date:4/1/15

Cly o( Naples F 15-031 Cuff Stiore Sewer Man Repiacerneri lb TB No. 15-031: Attachment B-i Basis of Compensation 3 of 6

GSBS SEWER PROJECT - ADDITIONAL PAVING

GSSS- 5th Ave. 3rd Ave. 2nd Ave. E 1st Ave. E Central Total Total 6th Ave. to Item Description Units East West & W & W Ave. E & Estimated Unit Price Estimated 4th/5th Return Return Returns Returns W Returns Quantity Cost

1' Mph Mming - FWI SY 2100 225 100 225 225 140 3015 1350 $1055250

IyS.III Mph Oc#ay- SY 2100 225 100 225 225 140 3015 $8.50 $25627.50 105#/SY(Avg,)

WaIc, Va've Adjust EA 5 0 0 I 0 1 / $2S0.OQ $1 /O.00

Manhole Adjust EA 2 0 0 0 I 1 4 S500 00 $2.00000

It Tnfflc Stripe (W) -Paint and LF 160 80 70 140 140 0 590 $403 $2377.70 Thermo 6' Traffic Sinpe (W) - Paint and LE 200 0 0 0 0 0 200 $1.13 $$46.00 The mm 6' Traffic Stripe Paint and ffl. IF 1520 0 0 40 40 0 1600 1113 $2.768.OD Ind. IS Traffic Sipe (Y) - Paint an I.E 80 0 0 0 0 0 80 £288 $23040 Thermo 24 Tmttic Stilpe (W) - Paint and LF 130 60 45 90 90 0 415 $5.75 52,3W25 Thermo Directional Ntow - Paint and EA 4 0 0 0 0 0 4 $11250 $69000 Thermo TOTAL ESTIMATED COSTS $4872335 TB No 15-031 Atlathment B-I Basis of Compensation 4 of 6

City of Naples Opening Date 04101/15 - FOR INFORMATION PURPOSE ONLY bid Tlzl 15.0 il Gulf Shore 8u&vard South Sewer Main Repla:eme nt

Douglas N. Higgins Mitchell & Stark Quality Enterpilses Coastal Concrete Foster Manne Southwest Utility Bonness Inc. Inc. Const Co Inc. USA Inc. Products LLC Contractors Inc. Systems Inc. Item I VoN Total Unit Total Lou Total Unit Total Unit Total unit total 1411 total He. Item D.suIpIloa QuantIty I Unit Cost cost CosI Cosi Cost Cost Cost Coal Cost Cost Cost Cost Cost Cost PART I -MoEIfratJon. MaIntenance of Tralfic. R.cordlng, OrawIng.. P.rmlttlng

'-Jar' MobIlIzatIon 1 IS 121.204,51 $2128451 $29.00000 $29000.00 $45500.00 145500.00 $34,960.00 $34,960.00 $1750000 $1700.00 $35,000.00 $3500000F590,000.00 $9000000

2Jan MOInIOnSOC. ol Traffic 1 15 $1060960 11060960 $15,000.00 51500000 $8000.00 $8000.00 $460000 $4,600.00 $13,200.00 $13,200.00 $700000 $7,000.00 $7,500 00 $7,500.00 Preconstruc6on AudioNidec 3-Jan I LT $472.58 3472.58 $400000 $4000.00 11.10000 51.10000 5977.50 $977.50 $680000 $6850 $1,000 00 $100000 $500000 55,00000

4-Jan Record Drawings 1 I_S $5,471 41 $5,471 41 $1100000 $11000.00 $8000.00 $800000 52.86350 12.863-50 13.500,00 53.5(10 00 $500000 $500000 $150000 11500.00 5-Jan Dawatoring Permit I I .5 $523.63 $52363 $2,500.00 $2.500N 58.00000 $800000 $57500 $51500 $350000 $350000 $180000 $1,000.00 $15,000.00 $15000.00 rURTOTA' ¶38361.73 1 500.00 I Item I Unit Total Unit Total (loll Total Unil Total Unit Tolal Unit Total Unit Tol*I 140. It.mO.nrfllon 1)014 Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost PT 2- SanIta,y S,wot Malta. t.al&aIs & CI.aouts. Menhioles, Co.ir'ecllons. Water U. Impmvem.nts

2.1 Gravity Sawer Mel,,

l0PVCGravityMarn4O'-B' Cut) 740 IF $39.09 $28$2660 $9900 $73260000.00 ,400.00 534.40 125.458,00 54800 $35,520.00 $71.00 $52,540 00 $0000 $6660000

10 PVC Gravity Man (8'-W Cut) 670 LF $54.67 $36628.90 $116.00 $7772000 $70.00 $46,900.00 $5750 $38525.00 55000 533,500,00 57600 $50,92000 $12500 583.750 00

10PVCGravityMaTh 10.12CeO 500 IF $074 $3821440 $139.00 577.84000 $7600 $4256000 10350 535.560,00 $60.00 $33M00,00 $7800 $4360000 $15000 0 2.2 Sa,iltary Sewer Manholes

Manhole(0O Cut) 33506N-1955 I EA $292664 $2,926.64 $4,700.00 14700,00 54.210,00 $4210.00 $3,991 65 $3,991.65 $3100.00 53.10000 13,600,00 13.60000 50,00

Nb0gs 004N 2 54,26389 58,521,38 $7,400.00 14800 55,440,00 10880 $9,016 00 18031 53.600,00 7,20000 54,200,00 $8,400.00 $8,500.00 $17,000.00 Manflolo(l0' 12 GuI)S033502N-'Ol'YO 1 EA 54,30685 14305,85 511.000 00 $1100000 $6170.00 $6,170.00 $11937.00 $11937.00 53.900,00 $3,900 16.50000 16.50000 110.50000 $10,500 00 6 SeMee Laterals & Cleanouts morals. Qeanoels. & So? .000 IF $2830 $28380 CO $4400 $4400000 $21.00 $27,000.00 $24.50 $24500.00 $40.00 $40,000.00 $22.00 $22000.00 $50.00 $50000.00

Cura Replacement 250 Lff $19.08 $477000 $25.00 $6,250 00 $21 00 15250.00 115,00 53,150.00 L'S 75 $4,681.50 128,00 $7000.00 $2000 $S, 00 V Sidewall Panel Replacement 100 LF 14401 $4.40100 $40.00 $4,000 00 $21.00 $2,100 00 115.00 $1.50000 IS1.75 IS1,1315C0 17900 52.90000 $2000 IS2,000 00 24 6Laieials at Pour New Manholes ( 1J 400 J 1 j35.00 J$2.BQ0.00 J$40.00 1525000 J$20.000 00 153,20000 J 2-5 Potable Wale. Line Crosal,*s ______5Th -00407' 6HTN-40' 6PVC a 1 IS $633759 $633759 14,580 00 19,050.00 19,05000 $5262.00 15,302.00 $3,600 00 $3600.00 $770000 $770000 $25 000.00 $25,000.00 STA-04408 &HTN-40' 6'PVC to 4AC 1 L5 $6,006 04 56,00604 E-:-__54,50000 $4,500.00 $0950.00 $8950.00 $538700 $5,387.00 13,600,00 $3,600.00 57.300,00 57,300.00 $25,000.00 125.000,00 6'HTN-40' 1 $627373 56273.73 $4400.00 14.400,00 18.950,00 58.95000 $5222.00 $5222.00 13,600.00 $3600.00 $7,500 00 $750000 $2500000 $2500000 TGAL ITS No. 15-031 Attachment B-I Basis of Compensation 5 o16

Douglas N. Higgins Mitchell & Stark Quality Enterprises Coastal Concrete Foster Marine Southwest Utility Bonness Inc. Inc. Coost Co Inc. USA Inc. Products LIC Contractors Inc. Systems Inc. test - Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total No. Item 0.scrn,, ckinalry Unit Coat Cost Cost Cost Cost Cost Cost Cost Cost Co. Cost Cost Cost Cost 51*12411 6HTN40 6PVC D4"AC I LI $6.30972 55.20972 $4,500.00 54,50000 19,05000 591 55.387 ,00 55.30700 53,600.00 $3.00.00 51.40000 57.40000 525.000 ,00 525 .000,00 o STA-16+10 6HTN-40' 6PV0 to 4AC 1 LS 56.59469 $6,59469 54.50000 14.500 ,00 18.95000 18.950,00 6N7 00 55,387,00 53.600,00 53.600,00 $7300.00 $7300.00 $25.000-00 525,000-00

I STA-18+35 6HTN-40 6PVC 1c6'AC 1 LS V.003 33 $7,003 33 54,40000 14.400,00 58.950 ,00 58.950,00 15.376,00 $376.00 $3.600,00 13.600,00 $7.400,00 57400.00 $25,000.00 52500000 o STA20+1 6'HTN.-40' 6'PVC 0 4AC I LS $698045 16,98045 54,500.00 14,500.00 58,95000 $8950.00 $5387.00 $5,387.00 $3600.00 $3600.00 $7.200,00 5730000 125.00000 $2500000 Ii Cut Replacement IN 5 $1976 $3,164 SO $2700 54,32000 521,00 $3360.00 $1500 $2,400.00 $18.75 $300000 $28.00 54.48000 52000 53.20000 Inches Thick IN BY $6435 $965250 $2500 $375000 $2000 $300000 $14.95 $2,242.50 $5720 $850000 $2000 $3000.00 $1200 $180000

item furrt ( Total UnIt Total Unit total Ui,ft I Total Unit Total Unit Total Un.t I Total No- item Description Quantity Unit jCoSl Coil Cost J_Cost Cost Cost Coil I Cost Cost Cost Cost Cost Co.' Cost PART 2- SanItary Sswer Ma Lateral. & Cleanouts. Manholes, Connostlons, Wale. LIr hupro.tsmonts(Cont) 24 Replace Storm Wale, PIpe Crossings

a Recnovewloplace 12 RCP Box Box 300 IF $4962 $1488600 $64.00 $19200.00 $62.00 $18,600.00 $64.09 $19227.00 $90.00 $27,000.00 $4000 $1200000 $'OO OC' MOWN U Curt Repioc.mepl 300 IF $1573 54.71900 $2700 $810000 $2100 $6,300 00 $1500 $4,500.00 $16.75 £5,625 00 $2800 50,40000 52000 16.00000 Concree flume Replaceo,ent 20 LF $5259 $1051.80 $70.00 $1400.00 $17.00 $340.00 $75.00 $1,500.00 $93.75 51,875 00 $5000 $1,000 00 $'00,00 12.00000 2-7 ReclaIm Water Line instaijallon

instalation or I? ppIng. rntngs, testing ccnnecbotls, ; $25,242.01 525.24201 132,00000 $32,000.00 524,40000 $74,400.00 521.235,00 $27235.00 $26500 128500 $31500.00 $31 500,00 545,00000 $4b.000 00 2 LOJ Rectaw.i Water Serv.ces $1,466 94 52.933,89 52.50000 $5,000.00 52.33000 $4,660.00 $2,134.50 54.28900 51.95000 $3.9c0.00 13.000,00 56.00000 53.50000 57.00000 Cu,b Replacement 20 LF 534.29 5685.80 $2700 $540.00 $20.00 540000 $15.00 $30050 $9400 $1,680 00 550.00 $1,000 00 12000 $40000 -- LI. tj$$17s flS4tTh JStn tiNts) ?IMOOa Z, Saudi a,4soa 211VH ?sgoco 2eatc13 OflOO 3itOO aJIUi .t8.00JJu $ I 'S flJS2SI itea' iOO SOOLt b4.W) SJtJ3ULK' IAflO U6ftCO .1427500 IASIST 134C0(o 34aoto 112 fO Li,act) ,1*'

I I9pe S-Ill l00SVp, 1112 inches thick 250 SY 55785 514,46250 $22.00 $550000 $51.00 $12,750.00 $1195 $3,727.50 $5720 $14,300.00 $20.00 55.00000 $1700 $3,00000 '5atmiom. fl0B,812.35 $431,200.00 ______$357430.00 $317,196.65 PART 3- Rn '0 rat Ion

3-I Road Restoration a Type S S?aOIiL2a0PI (12-) 5,320 BY $1511 560,38520 $6.00 531.92000 $4.00 $21280.00 $3.80 $20,216.00 5750 539,000.00 $7.00 $37,240.00 5500 526.600,00

Opoonar Base Group 6 (8 lime rock) 5,320 SY $1082 557.56240 $6.00 142.56000 $11.00 555.52000 $1190 583,30600 $10.00 55320000 $1250 560,50000 $20.00 310540000 Type 5-ii I00mSY. I 112 Inches Thick 5,500 1 SY $1074 $59,070 00 $11.00 $60500.00 $10.40 1$5720000 114.95 582,225.00 $1180 $64900.00 $10.00 555,00000 $1200 566.000 ,00 3-2 Pavement Marking a 6 Veitow IrahIc Paint 1.350 LF $865 $89100 $100 $1,350.00 $100 51350,00 $0.58 $18300 $150 $202500 $060 $51000 $1 oO $2,025 00 Therrno-Plasoc after 30 da1 o 1350 IS $1.56 $2,106.00 $100 $1,350.00 $1.70 $2295.00 $2.53 $3,415.50 53.00 54.05000 $1.50 $2,025 00 $300 $4,u50 00

18 Yellow Traffic Paint 60 tF $198 $11580 $500 530000 IS300 518000 IS136 IS02.00 $250 IS15000 IS19M I$114000 $225 $13500 TB No 15-03' Attachment B-i Basis of Compensation 6 at 6

Douglas N. Higgins Mitchell & Stark Qisatity Enterprises Coastal Concrete Foster Marine Southwest Utility Bonness Inc. Inc. Const Cc Inc. USA Inc. Products LLC Contractors Inc. Systems Inc. Unit Total Unit Total unit Total Unit Total Und total Unit Total Unit Total 0uunt Unit Coal Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost cost 8 Voltow Thenno.PasU(afler 30 da °° IF $134 $44040 $500 $30000 $5.00 $30000 $288 517280 $520 $312.00 $500 530000 5500 530000 curE 12 Wfl'le Trafftc P201 260 IF $132 $34320 $400 $1040.00 $300 570000 $1 5 $29900 $220 $57200 5150 539000 $200 557000 1tiermo.Pastic{000r 30 do Ed If $372 $98720 $400 $1040.00 $500 $taOo00 $2.68 5746.80 5440 $114400 5400 51,04000 $400 $1,o4Lj 00 Shariows rl,ermo-pjastc nor 30 da EA $110.51 $442.04 $40000 $1600.00 560000 $2,10000 $17250 $69000 $56300 $2.25200 $12500 $50000 $500 0(1 $100000 Ceo., Walk Replacement® Central & Suit Shore Blvd. - - a Capou WS RM LA I4AAOSI figgiall• X fl2000i III, IMP pSgovill, 1$S203 vilsom 1222RW s7folog, amem Filittaloo •I&it0 ltiw RC 'Cerao Walk RW b 2 JIM 47716 S4,2 SNfl Ifl;!0 £4SIOO Mliessis 213mm T7,spern n5.00 gracigho vm,,1 oo 1t3.cs000 -,-Th?54J9TQTAJ 212081 18 $15995000 W23 00500 $21272290 - 1205,705.0D 511734500 $2311,070,00 BID PROPOSAL SUMMARY ______PART I- MobIlizatIon, Maintenanc, of Traffic, RecordIng, Drawings. PermItting $30,361 73 $6150000 $7060000 543.976,00 $44500.00 54Y 80000 $1 I L0 00 PART 2 - Sanitary Sewer Main.. Laterals & Cleirlout,. Manholes, Connections, Water Line Replacements. Storm water piping replacements, reclaimed water Hire InstallatIon $208,812 35 5431,200.00 $361,430.00 1313.19965 $32691750 $331,420 00 $649 25000 PART 3- Restoration %212.081 IS $159,960 00 3223,085.00 5212.722.0t' $205,105 00 S177 345.00 5238.010.00 WOTOTM. 1549.255.26 I&a..,oI a'.its,o $569.898.55 $51712150 U5SAGSOO Il.006,32000

__ 2-fl. ___ sn_coos. _____ 1'xJa,Oo $e&otts* $7007500 $lA,800.00 16408.OD

Total d Thl minus IIr* IWo 2-Ta. 2-Y 3.4..3$ ___ 1031 .66&0O ______5044 .915• sasao'. $S0I7. $530765.00 I II ______AlternateWorkOldAl(AddittonalPaving}AltemateBidTtalCost ____ $51,010.00 ______565.925,65 148720.35 $68122.00 $85300.00 $70,210.00 Notet Vendor edonded total cost for line item numberH 2-Ia calculated QuantitM$95,001=128.500.00195.00 $20,500.00) ______EXHIBIT C

GENERAL INSURANCE REQUIREMENTS

The Contractor shall not commence work until he has obtained all the insurance required under this heading, and until such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work until all similar Insurance required of the subcontractor has also been obtained and approved by the Owner.

Certificates of insurance must be issued by an authorized representative of the insurance company at the request and direction of the policyholder and must include sufficient information so as to identify the coverage and the contract for Owners improvements for which they are issued. Certificates of insurance must be issued by a nationally recognized insurance company with a Best's Rating of no less than 84-Vu, satisfactory to the Owner, and duly licensed to do business in the state of said Contract,

The Contractor shall procure and maintain, during the life of this Contract, Workmen's Compensation insurance for all of his employees to be engaged in work under this Contract, and he shall require any subcontractor similarly to provide Workmen's Compensation Insurance for all of the Jatter's employees to be engaged In such work, unless such employees are covered by the protection afforded by the Contractors insurance. In case any employees are to be engaged in hazardous work under this Contract, and are not protected under this Workmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate coverage for the protection of such employees. It is acceptable to use a State-approved Workmen's Compensation Self-Insurance fund.

The Contractor shall take out and maintain during the life of this Contract, Public Liability and Property Damage and shall include Contractual Liability, Personal Injury, Libel, Slander, False Arrest, Malicious Prosecution, Wrongful Entry or Eviction, Broad Form Property Damage, Products, Completed Operations and XCU Coverage to be included on an occurrence basis, and to the full extent of the Contract to protect him, the Owner, and any subcontractor performing work covered by this Contract from damages for personal injury, including accidental death, as well as from claims for property damage, which may arise from operations under this contract, whether such operations be by himself or by a subcontractor, or by anyone directly or indirectly employed by either of them. The Contractor shall also maintain automobile liability insurance including "non-owned and hired' coverage. The entire cost of this insurance shall be borne by the Contractor.

The amount of such insurance shall be no less than $1,000,000 annual aggregate for bodily injury and property damage combined per occurrence.

The City of Naples must be named as Additional Insured on the insurance certificate and the following rnui also be stated on the certificate. 'These coverages are primary to all other coverage's the City possesses for this contract only" The City of Naples shall be named as the Certificate Holder. The Certificate Holder shall read as follows: The City of Naples 735 Eighth Street South Naples, Florida 34102

No City Division, Department, or individual name should appear on the Certificate No other format will be acceptable.

The Certificate must state the bid number and title

When using the ACORO 25— Certificate of Insurance only the most current version will be accepted

The City of Naples requires a copy of a cancellation notice in the event the policy is cancelled. The City of Naples shall be expressly endorsed onto the policy as a cancellation notice recipient (If other Insurance or insurance requirements or any waivers, attach as Exhibit C-lthrough C - -

Rev 04/0812015 s/rdp EXHIBIT D

CERTIFICATION OF COMPLIANCE WITH IMMIGRATION LAWS

The undersigned is the Vice President of the Quality Enterprises USA, Incorporated company ('the CONTRACTOR"), and hereby certifies to the following.

1 The CONTRACTOR is in full compliance with all provisions of the Immigration Reform and Control Act of 1986 ("IRCA'), as well as all related immigration laws, rules, regulations pertaining to proper employee work authorization in the United States.

2. The undersigned has verified that the CONTRACTOR has obtained and maintains on file, and will continue to obtain and maintain on file, all documentation required by law, including but not limited to. Form 1-9, Employment Eligibility Verification, for all persons employed by or working for the CONTRACTOR in any capacity on any project for the City of Naples (CITY). All such persons have provided evidence of identity and eligibility to work to the CONTRACTOR in accordance with the IRCA and related law. The undersigned hereby affirms that no person has been or will be employed by the CONTRACTOR to work on projects for the CITY who is not authorized to work under law. The undersigned further affirms that the CONTRACTOR's files will be updated by written notice any time that additional employees work on projects for the CITY.

3. The CONTRACTOR will have its contractors, subcontractors, suppliers and vendors who are involved in projects for the CITY to sign a written acknowledgment that they too are in compliance with immigration law. It is understood that failure to do so could result in the CONTRACTOR being liable for any violation of the law by such third parties.

4. The CONTRACTOR will fully cooperate with and have its contractors, subcontractors, suppliers and vendors to fully cooperate with, all inquiries and investigations conducted by any governmental agency in connection with proper compliance with the laws pertaining to appropriate work authorization in the United States.

5. The undersigned, on behalf of the CONTRACTOR, acknowledges that this Certification may be relied upon by the CITY, its officers, directors, employees, and affiliates or related persons and entities.

6 If it is found that the CONTRACTOR has not complied with the laws pertaining to proper employment authorization, and any legal and administrative action ensues against the CITY, the CONTRACTOR will indemnify, defend and hold the CITY harmless along with their officers, directors, employees, and affiliated or related persons and entities.

7 The CONTRACTOR acknowledges that the CITY by their authorized representatives shall have the right, at any time! upon 24 hours notice, to examine the CONTRACTOR's books and records to confirm that the CONTRACTOR is In compliance with the terms of this certification.

Executed this 22nd dayof April 2015.

By:______Louis J. Gaudio, Vice President

Rev 04/08/2015 gls/rdp