Backup Documents 01/10/2023 Item #11AORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 Q
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney
Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney
Office no later than Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines #1 through #2 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with
.L,. ,. ,.r.11 011 ;�..,.,..I natnre draw a hne thrnnah rnntina lines 41 thrnooh #2. complete the checklist. and forward to the County Attorney Office.
u.c Cxcc ..0...,. u.., �....,......... ...............1 ..........--.., -._..- ---------
Route to Addressee(s) (List in routing order)
------ - - ---- - _ ,
Office
Initials
Date
1. Risk
Risk Management
2. County Attorney Office
County Attorney Office
4. BCC Office
Board of County
Commissioners
I Z
4. Minutes and Records
Clerk of Court's Office
5. Procurement Services
Procurement Services
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event
e of the addressees nhnva mnv need to contact staff fnr additional or missin¢ information.
Name of Primary Staff
Ana Reynoso/ Procurement
Contact Information
239- 252-8950
Contact / Department
Agenda Date Item was
January 10, 2023
Agenda Item Number
ILA
Approved by the BCC
Type of Document
CONTRACT
Number of Original
1
Attached
Documents Attached
PO number or account
N/A
22-7992R
HASKINS INC.
number if document is
Haskins Inc.
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is
Yes
N/A (Not
appropriate.
(Initial)
Applicable)
1.
Does the document require the chairman's original signature STAMP OK
N/A
2.
Does the document need to be sent to another agency for additional signatures? If yes,
N/A
provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet.
3.
Original document has been signed/initialed for legal sufficiency. (All documents to be
AR
signed by the Chairman, with the exception of most letters, must be reviewed and signed
by the Office of the County Attorney.
4.
All handwritten strike -through and revisions have been initialed by the County Attorney's
N/A
Office and all other parties except the BCC Chairman and the Clerk to the Board
5.
The Chairman's signature line date has been entered as the date of BCC approval of the
AR
document or the final negotiated contract date whichever is applicable.
6.
"Sign here" tabs are placed on the appropriate pages indicating where the Chairman's
AR
signature and initials are required.
7.
In most cases (some contracts are an exception), the original document and this routing slip
N/A
should be provided to the County Attorney Office at the time the item is input into SIRE.
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8.
The document was approved by the BCC on 01/10/2023 and all changes made during
N/A is not
the meeting have been incorporated in the attached document. The County
ECEI
option for
Attorne 's Office has reviewed the changes, if applicable.
is line.
9.
Initials of attorney verifying that the attached document is the version approved by the
JAN 1
( 20, is not
BCC, all changes directed by the BCC have been made, and the document is ready for the
an option for
Chairman's signature.
this line.
on
,a2#44w
I I A
MEMORANDUM
Date: January 13, 2023
To: Ana Reynoso,
Procurement Services
From: Martha Vergara, Sr. Deputy Clerk
Minutes & Records Department
Re: Contract #22-7992R "Palm River Public Utilities Renewal
Project Areas 1 and 2"
Contractor: Haskins, Inc.
Attached for your records is an original of the referenced document above,
(Item #11A) adopted by the Board of County Commissioners on Tuesday,
January 10, 2023.
The Board's Minutes & Records Department has kept an original as part of
the Board's Official Records.
If you have any questions, please feel free to contact me at 252-8411.
Thank you.
Attachment
CONSTRUCTION AGREEMENT
THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner")
hereby contracts with HASKINS, INC. ("Contractor") of 10956 Enterprise Avenue, Bonita Springs,
FL 34135, a Florida Profit Corporation, authorized to do business in the State of Florida, to perform
all work ("Work") in connection with "Palm River Public Utilities Renewal Project Areas 1 and
2," Invitation to Bid No. 22-7992R ("Project"), as said Work is set forth in the Plans and
Specifications prepared by Q. GRADY MINOR AND ASSOCIATES, P.A., 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: Fifteen Million Five Hundred Seventy -Nine Thousand Three Hundred Thirty -
Nine Dollars and Eighty -Five Cents ($15,579,339.85).
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.gov/c570/c570.htmi#certified. Should the Contract Amount be less
1
Construction Services Agreement: [2022_ver.3]
I I A
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 four hundred and twenty (420) 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 thirty (30) 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, Five
Thousand Two Hundred and Forty -Six Dollars ($5,246) 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
0101)
2
Construction Services Agreement: [2022_ver.3]
IIA
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 #22-7992R "Palm River Public Utilities Renewal
Project Areas 1 and 2."
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 ❑ Not Applicable
Exhibit B-2:
Performance Bond Forms ❑ Not Applicable
Exhibit B-3:
Insurance Requirements
Exhibit C:
Release and Affidavit Form
Exhibit D:
Contractor Application for Payment Form
3
Construction Services Agreement: [2022_ver.3]
I I A
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 ❑ Applicable ® Not Applicable
The following documents are expressly agreed to be incorporated by reference and made a part
of this Agreement for Solicitation ITB #22-7992R "Palm River Public Utilities Renewal Project
Areas 1 and 2." 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: Q. GRADY MINOR AND
ASSOCIATES, P.A.
®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 Engineering & Project Management Division
3339 Tamiami Trail East, Suite 303
Naples, FL 34112
Attn: Diana Dueri, Senior Project Manager
Phone: (239) 252-4218
Email: Diana. Dueri@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:
HASKINS, INC.
Ryan MacPhee, Vice President
10956 Enterprise Avenue, Bonita Springs, FL 34135
Attn: Mabel Lago, Secretary
Phone: (239) 947-1846
Email: rmacphee@haskinsinc.net
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.
cao
4
Construction Services Agreement: [2022_ver.3]
IIA
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.
Cp0
5
Construction Services Agreement: [2022_ver.3]
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
Lp.O
6
Construction Services Agreement: [2022_ver.3]
Ila
IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s)
indicated below.
TWO IT SSES;
JniR STWTVESS
Lianet Arrieta
Print Name
SECOND WITNESS
Mabel Lago
Print Name
Data: 11 /21 /2022
ATTEST:
Crystal, K:j`41, ,4lerk of Courts
& Cajrptrgller ij
Avast �s to-Cha+tlan'�s4nat4re' MO'.
Approved as to Form and Legality:
�f a,tv County Attorney
Scott R. Teach
Print Name
CONTRACTOR:
HASKINS, INC.
M
Vice President
Print Neilhe and Title
OWNER:
11 /21 /2022
Date
BOARD OF COUNTY COMMISSIONERS
OF COLLIER COUNTY FLORIDA
BY:
Rick LoCastro, Chairman
7
Coistruct(on Services Agreement: [2022_ver.31
13A
EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE
(FOLLOWING THIS PAGE)
8
Construction Services Agreement: [2022_ver.3] CAv
EXHIBIT A-1
BID SCHEDULE
II
Bid Schedule
22-7992R Palm River Public Utilities Renewal Project Areas 1 and 2
REM NO.
DESCRIPTION
UNIT
UNIT PRICE
EST. I.
AMOUNT($)
SECTION 1: GENEML
1.1
Mobilize[Ion/D.mobllkatlen M.. 10% of Total Md, whho,t
Allowanna
�
$4M,000.00
1
$444,000.00
1.2
Malnt.nann of Trafht
lS
$]W,000.00
1
$]00000.00
1.3
Pro .tt Sl n
EA
$1550A0
2
3100.00
1.4
Surv. la ut L Record Drawl. a
LS
$115,000.00
1
'AS CO
1.5
Pre;onatructlon Video L photo ra ha
LS
$4,600.00
1
$4 600.00
1.6
Post-Conttruttlon Md..
LS
$2300.00
1
$2,300.D0
1.7
CI-1,z & Grubbing
LS
$69865.00
1
$69865.W
1.{
Vibrator Monhorin
LS
$34500.00
1
34500.00
1.3
Remove DIs ... and Re lace Mall,....
EA
$430 001
163
$10090.00
1.30
Remove and DI. ou Concrete As halt and Gravel Oriv...
SV
$34.00
] 249
$246466.5
1.11
Remove and Store Brick Paver OrNawa
SY
$18.50
3 435
63 547.50
1.12
I -Al Wlvewa
I.
Concrete
SY
$82,75
5836
$482929..
li.
As hak
SY
$36.75
1413
$51927.75
Ili.
Brick Pavers
SY
$60.DO
3435
061.00
1.19
Orivawa [oatln and Flnlshea
SY
$138.00
790
$309-2022
1.11
Pamov. Dis ose and Re lace Exhtin Sidewalk
SY
$101.00
N
$60 600.00
1.15
Tam ore Sidewalk
SY
$82.75
600
49 650.00
1.16
New Sidewalk
SY
$82.75
1410
$11667].50
1.17
Datettable Warnln s
SY
$270.00
30
S81D0.00
1.18
P.Ivate Pro ert t Removal
EA
$1845.D0
60
5110 ]00.00
LIS
Prlvet. Pro ert Tre. Re lac.m.nt
EA
53075.00
40
$123000.00
1.20
Vehicle G...d Post
EA
$1170.D0
8
$13360.00
1.21
Owner Allowa.ceatthe direction and approval by Collier County
Utllltln Pro «Mena e,.•
TLM
$280,OW.00
1
$280,000.00
SECTIUNI(GENEML)SUBTOTAL:
$3365532.75
RIM NO.
DESCRIPTION
UNR
UNR PRICE
EST. OTY.
AMOUNT($)
SECTION 2: WATER SYSTEM
2.1
Water Mal, PI li.ea
I.
6-Inch C900 DR18 PVC
if
$88.00
2 944
$259
il.
.-Inch C900 DR18 PVC
LF
$116.00
5 31]
772.00
$616 72.00
Ili.
161nch C90D DR18 PVC
LF
147.00
2412
$354564.00
Iv.
I0lnch CL350 DIP
LF
$190.001
105
$19950.00
2.2
.- Mal. Weet of A,.. 1
LS
49.030,001
1
$49 000.00
2.3
Gat. MAY..
I.
6-Inch Gate V.N.
EA
$2630.00
11
$289W.W
i.
8-Inch Gate Wtv,
EA
35]5.00
20
71500.00
III.
30-Inch Gate Valve
EA
$5 355.00
11
$58905.00
2.1
FIreN rant Nsemblles
EA
$8,05.001
20
$177.700.00
2.S
Water Services
I.
Short Sin le Service
EA
$1450.00
34
$49300.00
II.
Short Double Servlu
EA
$3930.00
28
$54040.00
Ili.
Lon Smile Service
EA
52200.00
4D
$88OOO.W
Iv.
ion Double Service
EA
$2955.00
23
$67965.00
2.6
Water Mehra Meta, eo... and Back6ew D.vk..
I.
Naw Meter Box and BackFlow (Eairtin{Meter Location to Remain)
EA
5975.00
116
$113,100.00
I.
New Meter Box and Backflow Relocate Existin Meter
EA
$1100.00
48
$52,800.D0
2.7
C..... de, to Exktin Water Mal.
I.
Saddle brook Lane S-inch PVC WM- induded with hem No. 2.2
II.
Palm RN*, Boulevard 6-inch AC WM
EA
$8440.00
1
$644U.00
III.
C Tess We,Eart B-inch AC WM
EA
$9,200.00
1
$9,200.00
Iv.
C Tess Wa Eart B-Inch PVC WM
EA
$6,625.D0
3
$6,625.00
v.
Im edal G.Ufrtrtes 6-inch PVC WM
EA
$6,145.00
1
$6,445.00
Cypers Wa East B-Inch AC WM
EA
$9,311.01
1
$9,315.00
,11
Ibis Wa .-Inch PVC WM
EA
7,30).
1
$7 300.00
2.6
2.9
2.10
permanent Bart.rlob kal Sam k Poink
Air R.I.... VaNe.
C-11i Avoidance DeRettkln
EA
EA
EA
$3,075.00
$2 360.00
$5475.00
3
13
11
$9,225.00
$30680.D0
$60,225.00
2.11
Temporary C..... tion to Well. Water Mal.
EA
$1,525.00
6
$9,150.D0
2.12
Removal and Dls osal of Asbestos Concrete Water Mal'
EA
$44.00
9 725
$427900.DO
2.13
G... t Abandonm.ntof Existln Water Maln
CF
S33.00
125
14125.D0
2.14
Owner Allowance at the dlrettlon and aPPr4val by Collor [ountY
Utiihi.a Pro ett Mana er.'
TLM
$200,000.00
SICTION2(WATER SYSTEM
1
SUBTOTAL
$200,000.W
$2650226.00
Page 1 of 2
IIA
EXHIBIT A-1
BID SCHEDULE
REM NO.
DESCRIPTON
UNIT
UN IT PRICE
EST. CITY.
AMOUNT($)
SECTION 3: WASTEWATER
SYSTEM
3.2
Gravk Sewer PI a Remove Dis e • Re a
i.
8-inch SDR-26 PVC
LF $I50.00 3,988
$598,2mm
h.10-inch
SDR-26 PVC
LF $161.00 5628
$906,108.00
3.2
Sanitary Sewer "mice Lateral (Remove, Dlapose, Replace, Reconnect)
Sin le Sanitar Sewer5ervic< Lateral
EA
$3,500.00
164
5514,000.00
3.3
Private Rupert Sewer Servlu lateral Re lacement
LF
$77.00
900
$69,300.D0
3.4
Rebcete Drivewa Sanka Servlte lateral
EA
53,070.00
15
$36,050.00
3.S
Precast Polymer Conrute Manhole (Remove, Dkpoce & Replace)
EA
$20,66S,W
32
$661,280.00
3.6
G-11 and Abandon Evistin Gravk Sewer M.I.
LF
$36.75
150
$5,512 50
3.7
Canned E.bUr{ Gravity Sewer to New Polymer Concrete Manhole
EA
$3,020.00
1
$3,020.00
3.2
Seeker Sever Feru Maln Re lace Remeve & OkPese
i.
7 IV C9000R 18 PVC
LF $44,501 2,159 $96,075.50
ii.6-inch
C900 OR38 PVC
LF $58 251 1,652 $96,229.00
3.9
Plu Valves
I.1-inch
FA
$1,960D0
3
$5,880.00
16-inch
EA
$2,930.29
3
58,730.00
3.10
Air Release WWI,
EA
532,000.00
11
$132 Doom
3.11
Conn Ieb Pum Statlen Rehabilitatlon
L5
$455,000.00
2
S91D,000.00
9.13
Fiber0 tic Conduit
LF
$SODO
3,310 1
5165,500.00
3.13
Road Reatoratlon-Steblllxed Sub reds
SY
$18.00
28,712 1
5516,816.00
3.14
Road Restoration-Unnerock Base
I.
6-inch
SY
539.50
14,212
$277134.DO
1i.8-inch
SY
$22.D0
14,591
$321002.00
3.15
Road 11.1-Minn - 2-1/2" Aa hak Two Uks
SY
$19.00
22,683
565),807.00
3.16
Final Pavement Striping,M,,kin end SI na
LS
$36,000.00
1
$36,000.DO
3.17
Remove DI.oae and Re lace Conccete Curb
i.
Valle Gutter
IF
$29.50 10,800
5318600.00
ii.
T e-F Curb
LF
$35ml
125
$4,375.00
9.1t
Mlllln and MaurfaUn
Sy
$18.50
1,680
$3I'mo00
3.19
Owner Allowance et the 11-1on and epProvel hY Collier County
Wilting Project -Inn.'
T&M
$400,000 OD
1
$400,000.00
S ECTION 3(WASTEWATER SYSTEMI
SUSTOTA
$6810699.w
REM NO.
DESCRIPTION
UNIT
UN -PRICE
EST. CITY.
AMOUNT($)
SECTION 4: STORMWATER
SYSTEM
4.1
15" PCP
LF
$78.00
90
$7,020.00
4.2
1S" ADS %
LF
$75.00
520
$39 022.50
4.3
18" ADS PI a
LF
$134.00
6.691
$895,307.60
44
y{^pCp
LF
$93.00
120
$11160.00
4.S
24" ADS PI a
Li
$173.00
1,725
$298,425.00
4.6
24"RCP
LF
$188.00
1.105
$207740.00
4.7
Catch Beth, a-[
EA
$4,895.00
28
$13],060.00
4.3
cetch Basin •-0
EA
$6,215.00
17
$105,655.00
4.9
Valb Gutter Inlet
EA
$6,770.00
18
$121860.00
4.10
I'll" Duln
EA
$2,250.00
58
$130,500.00
4.11
functlon Boa
EA
$5,750.00
2
$115DO.00
4.12
Yard Drain
EA
$4,815.00
20
$96,30[I.DO
4.13
Cannectlon to EaI ttl Storm Strw:t-
EA
53,520.00
3
$10 560.00
4.14
Swab Gradin n ssociated with the above pav Kenna
LF
1 $25.50
900
$7,650.00
4.15
Root Barrier
LF
$40.00
600
$24000.00
1.16
Clun hbvite and ins ect ERUtin Stprmwabr OuMalb
I.
Outfall D `390 LF 24" RCP and HW
LS
54,335.00
1
$4 315.00
ii.
Outfall E`220 LF24" HDEanHMES
$504000
1
$5,00.00
i
20L4 n
s
$5,55.00
1i.OubII2
$5545.(p
Iv.
Outfall Fl '190 LF 18" RCP and MES
li
$4,030.00
1
14030.00
v.
Outfall F2 `390 LF 18" RCP and MES
LS
$4,030.00
1
$4,030.00
vi.
Outfall G '250 LF 30" RCP and MES
LS
$6,050.00
1
$6050.00
v11
OMfall H -180 LF IS- PCP and MES
LS
$4,030.00
1
54,03D.00
4.17
Re lace Evittin Dutblk
i.
Outfall D '190 LF 24" HOPE and HW
EA
$3],625.00
1
$37,625A0
11.
Otrtbll El '220 LF 24" HDPE and MES
EA
SE 775.D0
1
541,775.00
iii.
Ou f.11 E2 250 LF 24" HOPE and HW
EA
$47,855.00
1
547855.00
Iv.
OuHall Fl 71901E 18" RCP and MES
EA
527,635.00
1
$27,635.no
v.
Outtall F2 '190 LF 38" RCP and MES
EA
$27,635.00
1
$27 635.22
vl.
O nf,ll G '250 LF 30" RCP and MES
EA
$56,830.00
1
$56,830.00
vY
. Out/a IIH `180 LF It- and MES)
EA
$26 ,725.00
1
$26725.00
4.L
Owner Allowann at the direction and approval by Collier county
Utllitlet Pre ect Mana er.•
T&M
$150,OI]0.00
1
$150,000.00
SFCTN0N4(STORMWATER SYSTEM)
SUBTOTAL.
52552880.10
SUMMARY
Total Bid Without Allowances
$14,549,339.85
Section 1: General with Allowance
$3,365,532.75
Section 2: Water System with Allowance
$2,250,229.W
Section 3: Wastewater System with Allowance
$6,810,699.00
Section 4: Stormwater System with Allowance
$2,552,=.10
Total Bid with Allowances:
$15,579,339.45
Bid Alternatives
ITEM NO. DESCRIPTION UNR UNR PRICE EST. CITY.
AMOUNT $
SECTION 6: RID ALTERNATIVES FOR STOMGE LOT PESTRICTN)N5
5.1 Sta in e e Lot a w/ Addltienal Reatrlatbns LS $0.00 1
$D.00
Total Bidwith Allowances plus Bid Alternative 1:
$1s,s]9,3Wes
S.2 No St, in bra lots LS 5 25.000.D0 1
$325,OW.00
Total Bid with Allowances plus Bid Alternative 2:
$15,904,339.BS
-Ow-Allowann will be used only at the Ownela direcion to acsampli,h worts due to unftcen arecondition and/or as directed by the Owner. Inclusion of the Allpwance a part of the C-tract Price is
o
nota{uarantee the, the c.rn, ttor will be pald any portion or1he full ann of1he Alltwance. Eapendkuret of the Owner's Allowance will be made throw{hChan{e Order with Proper documentation f
Time and Materials supportln{ [he than{e.
Page 2 of 2
I I A
EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM
(FOLLOWING THIS PAGE)
9
Construction Services Agreement: [2022_ver.3] 0
o per County
Prmirement SeMces [Division
Date: September 12, 2022
Email: matthew.catoe@colliercountyfl.gov
Telephone: (239) 252-6098
Addendum #1
From: Matthew Catoe, Procurement Strategist
To: Interested Bidders
Subject: Addendum #1 Solicitation # 22-7992R Palm River Public Utilities Renewal Project
Areas 1 and 2
The following clarifications are issued as an addendum:
Change 1: Uploaded Engineer of Record project estimate.
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
referenced solicit;
H S Inc
(Name of Firm)
a copy of this Addendum with your submittal for the above
Ryan MacPhee, Vice President
09/26/2022
Date
Lp,O
I I�
�' ICW Ct:3fifnly
Proc t,r ment Services Division
Date: September 21, 2022
Email: Matthew.Catoc@colliercotitityf7.gov
Telephone: (239) 252-6098
Addendum # 2
from: Matthew Catoc, Procurement Strategist
To: Interested Bidders
Subject: Addendum #2 Solicitation #22-7992R Palm River Public Utilities Renewal Project Areas
1 and 2
The following clarifications are issued as an addendum:
Change 1: 22-7992R Pre -Bid Sign -In Shects are attached.
If you require additional information, please post a question on our Bid Sync O��,,vw,bi�i�;vgc.c,€1Ix1) bidding
platform under the solicitation for this project.
Please sign be � w td rehu•n a coP3 of this Addendum with ,your• submittal fol• the above
referenae'd sAliiiton.
Ryan MacPhee, Vice President
Haskins Inc.
(Name of Firm)
9/26/2022
Date
0
I IA
Co tier Count
Procurement Services Division
INVITATION TO BID - COUNTY BID NO. 22-7992R
Palm River Public Utilities Renewal Project Areas 1 and 2
Sealed bids for the construction of Palm River Public Utilities Renewal Project Areas 1 and 2 will be received electronically until
3:00 P.M. LOCAL TIME, on the 26" day of September on the County's on-line bidding system:
httl)s://www.bidsync.com/bidsvnc-cas/. All bids will be publicly opened and read aloud. Any bids received after the time and
date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $14,690,000.00.
A non -mandatory pre -bid conference shall be held at the Procurement Services Division, Conference Room A, at 10:00 a.m.
LOCAL TIME on the 6" day of September 2022, at which time all prospective Bidders may have questions answered regarding
the Bidding Documents for this Project.
Bids shall be received on line by the Bid Date of September 26, 2022. No bid shall be considered unless it is made on unaltered
Bid forms which are included in the Bidding Documents. One contract will be awarded for all Work. Bidding Documents may be
examined on the Collier County Procurement Services Division Online Bidding System website:
https://www.bidsync.com/bidsync-cas/. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding
Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or
current.
Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5%) of the
total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required
bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges
and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein.
The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General
Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of
Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its
place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do
business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each
bond a certified and effective dated copy of their Power of Attorney.
In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses,
certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work
contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and
ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the
Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications.
The Successful Bidder shall be required to finally complete all Work within Four Hundred and Fifty (450) calendar days from
and after the Commencement Date specified in the Notice to Proceed. The final completion days includes substantial completion
days of Four Hundred and Twenty (420) calendar days, with an additional Thirty (30) calendar days to final completion. 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, Five Thousand Two Hundred and Forty -Six Dollars ($5,246) for each
calendar day thereafter until Substantial Completion is achieved. Unless otherwise specified work will be limited to the hours of
7.00 a.m. to 7:00 p.m., Monday through_Frida� The Owner reserves the right to reject all Bids or any Bid not conforming to the
intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall
not extend beyond one hundred eighty (180) days from the bid opening date without the consent of the Successful Bidder.
BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA
BY: /s/ Sandra Herrera
Director, Procurement Services Division
CAt�
Construction Solicitation Doc rev 04152022
Ita
FORM 1- BID RESPONSE FORM
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Palm River Public Utilities Renewal Project Areas I and 2
BID NO. 22-7992R
Full Name of Bidder Haskins Inc.
Main Business Address 10956 Enterprise Avenue, Bonita Springs, FL 34135
Place of Business 10956 Enterprise Avenue, Bonita Springs, FL 34135
Telephone No. 239-947-1846 Fax No. 239-947-3857
State Contractor's License # CBC1260383
State of Florida Certificate of Authority Document Number 574159
Federal Tax Identification Number 59-1844470
DUNS # 106950637 CCR#
C35369
Cage Code
4450
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
event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The
OCISO
Construction Solicitation Doc rev 04152022
11A
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 Four Hundred And Twenty
(420) 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 Thirty (30) 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:
-
Title: Ryan MacPhee Vice President
09/26/2022
Date:
&
Construction Solicitation Doc rev 04152022
i1A
FORM 2 - CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT
Palm River Public Utilities Renewal Project Areas I and 2
Name
Bid No. 22-7992R
Personnel Category
Construction Superintendent Gregory K. Collier
Project Manager Ben Elwell
Construction Solicitation Doc rev 04152022
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 shal I 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 firm, I confirm that we will use all manufacturers and materials as specifically outlined in
the Bid specifications.
Compar
Si
Ryan MacPhce, Vice President
Section B (Exception requested to Bid specifications manufacturers and materials)
EXCEPTION MATERIAL
I.
2.
3.
4.
5.
Please insert additional pages as necessary.
Company:
S
Date: 09/26/2022
EXCEPTION MANUFACTURER
Date
Construction Solicitation Doc rev 04152022
C Av
FORM 4 - LIST OF MAJOR SUBCONTRACTORS
THIS FORM MUST BE COMPLETED OR BID MAX 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 arc "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
MG Electrical Developers, Inc - 6130 Neal Rd, Ft Myers, FL 33905
2.
Mechanical
N/A
3.
Plumbing
Precision Lift Stations 9076 Alfred Blvd, Punta Gorda, FL 33982
4.
Site Work
5.
Identify other subcontractors
that represent more than 10%
of price or that affect the
critical path of the schedule
Preferred Materials aka Conrad Yelvington - 2328 Bellevue Ave Ext,
Daytona Beach, FL 32114
Company: Hpskins
f
Ryan MacPhee, Vice President
Date: 09/26/2022
Construction Solicitation Doc rev 04152022 9
SEE ATTACHED
FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON-
RESPONSIBLE. SEE SUPPLEMENTAL QUALIFICATION REQUIREMENTS — (The
.Supplemental Qualifications takes precedence, should there be conflicting language with this form.)
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) (project owner)
(project location) (Owner's address)
(project description) (Owner's contact person) (title)
(project start/completion dates) (contract value) (phone) (email)
2.
(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.
(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 &
w. :s 10956 Enterprise Avenue - Bonita Springs, FL34135
Statement of Experience of Bidder
PK (239)*347.1846 FAX(239)947-3857
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROJECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
Peace River Landing
X
$1,939,859.92
7/2/2021
7/14/2022
TBD
D.R. Horton
Mr. Steve Sonberg, P.E.
Drainage Installation
Port Charlotte, FL
10541 Ben C. Pratt Six Mile Cypress Pkwy
Banks Engineering, Inc.
Utility Installation
Suite 100
4161 Tamiami Trail Big 5, Ste 501
Road Construction
Fort Myers, FL 33966
Port Charlotte, FL 33952
T 239.225.2610
T 941.625.1165
Courthouse Shadows
X
$2,500,048.83
6/29/2021
In Progress
TBD
JDA Courthouse Shadows, LLC
I.R. Evans Engieering
Naples, FL
100 Dunbar St Ste 400
9351 Corkscrew Rd Ste 102
Spartanburg, SC 29306
Estero, FL 33928
T 239.405.9148
F 239.288.2537
Schultz Residential Subdivision
X
$568,922.35
6/2/2021
5/31/2022
TBD
Schultz Residential Subdivision
Mr. Munir A-Suleh, P.E.
Utility Installation
1240 Coconut Dr
Banks Engineering
Road Construction
Fort Myers, FL 33904
10511 Six Mile Cypress Pkwy
Fort Myers, FL 33966
Spanish Wells Sewer Repair
X
$741,035.00
8/18/2020
In Progress
2/24/2022
Bonita Springs Utilities, Inc.
McKim & Creed, Inc.
Bonita Springs, FL
11900 E Terry St
5701 Division Dr A
Bonita Springs, FL 34135
Fort Myers, FL 33905
T 239.992.0711
Magnolia Parcel B
X
$1,856,149.32
1/4/2020
3/29/2022
TBD
Forestar USA Real Estate Group Inc.
Mr. Munir AI-Suleh, P.E.
Drianage Installation
Fort Myers, FL
10700 Pecan Park Blvd., Suite 150
Banks Engineering
Utility Installation
Austin, TX 78750
10511 Six Mile Cypress Pkwy Ste 101
T 512.433.5200
Fort Myers, FL 33966
F 512.433.5201
239-939-5490
Enbrook
X
$8,748,571.15
1/9/2020
2/8/2022
Terry Brannon
3/31/2022
Forestar USA Real Estate Group Inc.
Mr. Steven A. Martin, P.E.
Naples, FL
Forestar USA Real Estate Group Inc.
10700 Pecan Park Blvd., Suite 150
Q. Grady Minor & Associates, P.A.
10700 Pecan Park Blvd., Suite 150
Austin, TX 78750
3800 Via Del Rey
Austin, TX 78750
T 512.433.5200
Bonita Springs, FL 34134
T 512.433.5200
F 512.433.5201
239-690-4380
tbrannon@reiuvencapital.com
Page 1 of 7
rHASKINS INC.
10956 Enterprise Avon ue - Barot�lSRrtngv,FL34335� PH, (239)547-1846 FAX{2391947v857
Statement of Experience of Bidder
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROJECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
Center Place
x
$3,515,201-40
11/22/2019
11/1/2021
Scott Beedle
11/21/2021
Center Place Apartments LLC
Banks Engineering
Fort Myers, FL
NRP Contractors LLC.
1228 Euclid Avenue, 4`h Floor
10511 Six Mile Cypress Pkwy.
200 Central Ave Suite 450
Cleveland, OH 44115
Fort Myers, FL 33966
St Petersburg, FL 33701
239-939-5490
Phone: 844-677-0002
940-368-8318
sBeedle@nrpgroup.com
Natura Bonita Fairways,
X
$3,203,672.46
12/3/2019
7/31/2020
Alejandro DelFino
Alejandro DelFino
Banks Engineering
Drainage Installation
Bonita Springs, FL
Home Dynamics Corporation
Home Dynamics Corporation
10511 Six Mile Cypress Pkwy.
Utility Installation
4755 Technology Way, Suite 210
4755 Technology Way, Suite 210
Fort Myers, FL 33966
Road Construction
Boca Raton, FL 33431
Boca Raton, FL 33431
239-939-5490
Ph: (561) 869-1800, ext. 1803
Ph: (561) 869-1800, ext. 1803
Fax: (561) 869-1820
Fax: (561) 869-1820
adelfino(@homedvnamics.com
adelfinoPhomedvnamics.com
Entrada
X
$3,035,301.82
7/14/2018
6/30/2022
Mr. lames M. Ratz
Mr. James M. Ratz
Avalon Engineering
Complete Site
Cape Coral, FL
D.R. Horton, Inc. - SWFL
D.R. Horton, Inc. - SWFL
2503 Del Prado Blvd
Development
10541 Ben C. Pratt Six Mile Cypress Pkwy
10541 Ben C. Pratt Six Mile Cypress Pkwy
Suite 200
Suite 100
Suite 100
Cape Coral, FL 33904
Fort Myers, Florida 33966
Fort Myers, Florida 33966
239-573-2077
239-225-2610
239-225-2610
JMRatz(DDdrhorton.com
JMRatz(@drhorton.com
Portofino
X
$3,861,836.08
10/24/2018
1/24/2019
Prime Homebuilders
TBD
The Grove at Portofino Vineyards LLC
Banks Engineering
Complete Site
Fort Myers, FL
4651 Sheridan Street, Suite N 480
4651 Sheridan Street, Suite 480
10511 Six Mile Cypress Pkwy.
Development
Hollywood, FL 33021
Hollywood, FL 33021
Fort Myers, FL 33966
PH: 954-624-4748
239-939-5490
Top Golf
X
$2,897,177.80
12/31/2019
8/31/2021
John Lyon
1/15/2021
GLF Fort Myers FL Landlord, LLC
Q. Grady Minor & Associates, P.A.
Site Improvements
Fort Myers, FL
Benderson Development Company, LLC.
3333 Peachtree Road, NE, 10th Floor
3800 Via Del Rey
7978 Cooper Creek Blvd.
Atlanta, GA 30326
Bonita Springs, FL 34134
University Park, FL 34201
239-690-4380
941-359-8303
Dani Drive Ext
X
$3,498,878.50
12/31/2019
8/31/2021
John Lyon
1/15/2021
Cypress Lakes Associates, LLC
WRA Engineering
Extend Road
Fort Myers, FL
Benderson Development Company, LLC.
7978 Cooper Creek Blvd.
4260 Linebaugh Ave.
7978 Cooper Creek Blvd.
University Park, FL 34201
Tampa, FL
University Park, FL 34201
813-265-3130
941-359-8303
Page 2 of 7
0-0
2:11"
HASKINS r
109`6EntirpriseAvenue • Bonita Springs, FL 34135
Statement of Experience of Bidder
PH, (2391947-194& FAX {239} 9A7.3897
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROJECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
Construction of Logan Blvd.
X
$4,219,580.95
11/18/2019
2/10/2020
Mr. John Asher, PE,
2/10/2020
GL Homes
Banks Engineering
Construction of Logan Blvd.
and Roundabout Intersection
Director of Land Development
4007 Aspen Chase Drive,
10511 Six Mile Cypress Pkwy.
and Roundabout Intersection
with Bonita Beach Road
GL Homes
Naples, FL 34119
Fort Myers, FL 33966
with Bonita Beach Road
Bonita Springs, FL
4007 Aspen Chase Drive,
239-293-4220
239-939-5490
Naples, FL 34119
239-293-4220
Hamilton Place
X
$2,143,731.60
9/9/2019
2/10/2020
James Hepler
3/27/2020
lames Hepler
Michael J. Delate, P.E.
Complete Site
Naples, FL
Director of Land Development, Florida W.
Director of Land Development, Florida W.
Q. Grady Minor & Associates, P.A.
Development
Toll Brothers
Toll Brothers
3800 Via Del Rey
24201 Walden Center Dr. Ste 204,
24201 Walden Center Dr. Ste 204,
Bonita Springs, FL 34134
Bonita Springs, FL 34134
Bonita Springs, FL 34134
239-690-4380
239-949-2304
239-949-23D4
Abaco Pointe
X
$4,759,435.16
4/8/2019
4/28/2020
James Hepler
3/13/2020
James Hepler
Waldrop Engineering
Complete Site
Naples, FL
Director of Land Development, Florida W.
Director of Land Development, Florida W.
28100 Bonita Grande Drive
Development
Toll Brothers
Toll Brothers
Suite 305
24201 Walden Center Dr. Ste 204,
24201 Walden Center Dr. Ste 204,
Bonita Springs, FL 34135
Bonita Springs, FL 34134
Bonita Springs, FL 34134
239-405-7777
239-949-2304
239-949-2304
The Village of Entrada
X
$3,035,301.82
7/1/2018
5/31/2019
Mr. lames M. RaU
7/1/2019
D.R. Horton, Inc. - SWFL
Avalon Engineering
Complete Site
Phase 2A & 2B
D.R. Horton, Inc. - SWFL
10541 Ben C. Pratt Six Mile Cypress Pkwy
2503 Del Prado Blvd
Development
Cape Coral, FL
10541 Ben C. Pratt Six Mile Cypress Pkwy
Suite 100
Suite 200
Suite 100
Fort Myers, Florida 33966
Cape Coral, FL 33904
Fort Myers, Florida 33966
239-225-2610
239-573-2077
239-225-2610
Tree Farm Rd.
X
$2,200,346.60
12/15/2017
12/13/2018
Mr. Steve Ritter
1/11/2019
Mr. Steve Ritter
Jacobs Formerly CHZM Hill
Road Construction
Phase II
Manager- Road Construction
Manager - Road Construction
William]. Gramer, P.E.
Collier County
Collier County
5801 Pelican Bay Blvd.,
Naples, FL
2885 S. Horseshoe Drive,
2885 S. Horseshoe Drive,
Suite 505
Naples, FL 34104
Naples, FL 34104
Naples, FL 34108
239-348-1328
239-348-1328
239-596-1715
0
Page 3 of 7
bI
r
30
,tJh�Esl+
..........
1
10955EMI rpriseAveriue • Bonita Springs, FL_34135
`N �4
Statement of Experience of Bidder
PH, (234)947-1946 FAX.11239j947-3857
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROJECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
Magnolia Landing
X
$6,726,247.22
10/16/2017
3/31/2019
Mr. James M. Ratz
11/1/2018
D.R. Horton, Inc. - SWFL
Johnson Engineering
Complete Site
North Fort Myers, FL
D.R. Horton, Inc. - SWFL
10541 Ben C. Pratt Six Mile Cypress Pkwy
2122 Johnson Street
Development
10541 Ben C. Pratt Six Mile Cypress Pkwy
Suite 100
Fort Myers, FL 33901
Suite 100
Fort Myers, Florida 33966
239-334-0046
Fort Myers, Florida 33966
239-225-2610
239-225-2610
Green Meadows WTP
X
$3,048,904.22
12/7/2015
8/10/2018
Josh Petro
12/7/2017
Amy Hofschneider
Johnson Engineering
Drainage Installation
and Well Field Expansion
Ganey Companies, Inc.
Lee County BOCC
2122 Johnson Street
Utility Installation
Fort Myers, FL
370 East Crown Point Road
PO Box 398
PO Box 1550
Road Construction
Winter Garden, FL 34787
Fort Myers, FL 33902-0398
Fort Myers, FL 33902-1550
Lake Excavation
321-221-2835
239-533-2111
239-334-0046
2017-18 Storm Water Mgmt.
X
$650,984.40
1/4/18
7/31/2018
Mr. Tom Dobbs
7/31/2018
Peace River Manasota Regional Water
Mr. Erik Howard, P.E., P.S.M.
Pond Exzcavation
Systems Improvements
Peace River Manasota Regional Water
Supply Authority
Johnson Engineering
Embankment
Phase 1
Supply Authority
9415 Town Center Parkway
2122 Johnson Street
& Drainage
Arcadia, FL
9415 Town Center Parkway
Lakewood Ranch, FL 34202
Fort Myers, FL 33901
Lakewood Ranch, FL 34202
941-316-1776
239-334-0046
941-316-1776
BSU-RO WTP
X
$2,518,681.82
11/10/2017
7/31/2018
Mr. David Ashman
8/1/2018
Mr. Don Woodruff
RWA Engineering
Install 30" RW line
WELLFIELD EXP 9/16
CH2M Hill
Bonita Springs Utilities, Inc.
6610 Willow Park Drive Suite 200
& conduits.
Bonita Springs, FL
4350 West Cypress St, Suite. 600
11900 E. Terry St,
Naples, FL 34109
Large diameter
Tampa, FL 33160
Bonita Springs, FL 34135
239-597-0575
Directional drills,
813-281-7747
239-992-0711
jack & bores
Venetian Pointe
X
$6,813,353.16
1/19/2017
4/28/2018
Mr. Andrew Zuckerman
1/31/2018
SAME AS PROJECT
Clay W. Rebol, P.E.
Drainage Installation
Fort Myers, FL
Lynx Zuckerman at Naples, LLC
MANAGERS INFO
Banks Engineering
Utility Installation
6131 Lyons Road, Suite 200
4161 Tamiami Trail
Road Construction
Coconut Creek, FL 33073
Building 5, Unit 501
Pond Excavation
954-481-3700
Port Charlotte, FL 33952
941-625-1165
Bonita Exchange
X
$1,277,443.40
7/25/2017
7/6/2018
Mr. Keith Jennings
7/31/2018
Mr. Keith Jennings
D. Brent Addison, P.E.
Drainage Installation
Bonita Springs, FL
Bonita Exchange, LLC
Bonita Exchange, LLC
Grady Minor
Utility Installation
9916 E. Harry, Suite 104
9916 E. Harry, Suite 104
3800 Via Del Rey
Road Construction
Wichita, Kansas 67207
Wichita, Kansas 67207
Bonita Springs, FL 34134
239-287-9189
239-287-9189
239-947-1144
l
too
�� Page 4 of 7 Up
HASKIN i
----------------- _�- 10956EnferprJweFAventie Bonita Springs, FL-34135 PH. (239)347-1846 FAX(239)947-3857
Statement of Experience of Bidder
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROJECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
FGCU
X
$395,292.60
11/14/2016
11/14/2017
ROBBIE POWELL, PROJECT MANAGER
1 Yr
FGCU Financing Corporation
STUDIO PLUS, LLC
Drainage Installation
Lake Front Development
WRIGHT CONSTRUCTION GROUP, INC.
10501 FGCU Blvd. South
Utility Installation
Fort Myers, FL
5811 YOUNQUIST ROAD
Fort Myers, FL 33965-6565
Road Construction
FT. MYERS, FL 33912
239-590-1130
Pond Excavation
239-481-5000
Memorial Pathway on
X
$2,436,030.17
7/15/2016
7/3/2017
SHANNON BASSETT, PROJECT MANAGER
7/3/2017
SAME AS PROJECT
DANIEL C. HALL
UTILITY INSTALLATION
Vanderbilt Drive
COLLIER COUNTY, GROWTH MNGMNT DIV.
MANAGERS INFO
CC TRANSPORTATION
Road Construction
Naples, FL
PROCUREMENT SERVICES DIVISION
ENGINEERING DIVISION
3339 TAMIAMI TRAIL EAST
NAPLES FL, 34112
239-252-8407
Collier Blvd.
x
$6,505,469.00
3/23/2015
5/9/2017
Dennis Breuer, PROJECT MANAGER
5/9/2017
Kevin Dugan, PM
Drainage Installation
Green to Golden Gate
Community Asphalt Corporation
COLLIER COUNTY
Utility Installation
Capacity Improvements
14005 NW 186th Street
3339 TAMIAMI TRAIL EAST, STE 3
Road Construction
Naples, FL
Hialeah, FL 33018
NAPLES FL, 34112
Pond Excavation
305-829-0700
239-252-6279
Six Mile Crossing
x
$5,023,000.00
3/15/201.5
4/4/2017
Ryland Thompson, Project Manger
4/4/2017
Continental Properties
Clay Rebol
Pond Excavation
Phase I & 11
Albertelli Construcion
W134 N8675 Executive Pkway
Banks Engineering
Utility Installation
Fort Myers, FL
10751 Deerwood Park Blvd. Ste 105
Menomonee Falls, WI 53051
12653 SW County Rd. 769
Construct Roads
Jacksonville, FL 32256
Lake Suzy, FL 34269
SR 90 (US 41( SR/CR 951
X
$4,680,510.84
1/19/2014
12/31/2015
Dennis Breuer, PROJECT MANAGER
11/30/2016
Kevin Dugan, PM
Jon Ahlschwede
Drainage Installation
and SR 951 3R Improvements
Community Asphalt Corporation
COLLIER COUNTY
Stanley Consultants
and Utility Relocation
Contract No.: 13-6134
14005 NW 186th Street
PUBLIC UTILITIES
1641 Worthington Rd., Suite 400
FAP# N/A
Hialeah, FL 33018
3339 TAMIAMI TRAIL EAST, STE 3
West Palm Beach, FL 33409
Naples, FL
305-829-0700
NAPLES FL, 34112
561-584-8760
305-829-8772
239-252-6279
Marco Island Marriot
x
$850,975.00
5/5/2015
7/24/2015
William Utsler, Project Manager
8/30/2015
Marco Island Marriot Resort & Spa
HKS
Sanitary Sewer Install
Utilites Installation
Heritage Builders
400 S. Collier Blvd. Naples, FL
Aqua Thermal Line Install
Marco Island, FL
Drainage Install
Pelican's Nest
x
$987,800.00
6/8/2015
8/21/2015
Jason Zimmerman, Director of Grounds
8/30/2015
Pelican Nest Goff Club
Frank Feeney
Reclaim Water Main
Reclaim Water Main
Pelican's Nest Golf Club
4450 Pelicans Nest Drive
Q. Grady Minor
Installation
Bonita Springs, FL
Bonita Springs FL 34135
3800 Bia Del Rey
239-949-5664
Bonita Springs, FL
y� Page 5 of 7 too
2:0
. y}r.YE3J,F
RxX "ASKINS_INC.
1095irEnterprise Avenue - Cion11aSprings, FL34135 PH, (239)94 T846r�.�FAx(239)947-385T
Statement of Experience of Bidder
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROJECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
Fountain Lakes Force Main PH II
x
$989,176.98
2/15/2015
7/30/2015
Gary Pflieger, Project Manager
9/1/2015
Bonita Springs Utilities
Steven Martin
Pump Station Rehab
Bonita Springs, FL
Springs Utilities
Bonita 5 P � B
11860 East Terry
Ter St.
Agnoli, Barber & Brundage
Force Main Instalation
Bonita Springs, FL 34135
7400 Tamiami Trail N, Ste 200
Reshape Pond
239-992-0711
Naples, FL 34108
SR739 (US 41 BUSINESS)
x
$845,773.30
9/9/2013
4/24/2014
ROBBIE POWELL, PROJECT MANAGER
1/30/2015
FLORIDA DEPARTMENT
BRIAN ROSE
WATER MAIN
NFM SWAN LAKE DR.
WRIGHT CONSTRUCTION GROUP, INC.
OF TRANSPORTATION
TETRA TECH, INC.
INSTALLATION
TO N. CLEVELAND
5811 YOUNQUIS7 ROAD
$01 N. BROADWAY AVE.
10600 CHEVROLET WAY, #300
N. FORT MYERS, FL
FT. MYERS, FL 33912
BARTOW, FL 33830
ESTERO, FL 33928
239-481-5000
239-390-1467
UPGRADES TO IQ
x
$407,305.95
2/4/2013
3/3/2015
AARON CROMER, PROJECT MANAGER
SAME AS PROJECT
FRANK FEENEY, P.E.
UPGRADES TO IQ
WATER SITES
COLLIER COUNTY, PUBLIC UTILITIES
MANAGER'S INFO
HOLE MONTES, INC.
WATER SITES
PRIORITY GROUP # 3
3339 TAMIAMI TRAIL EAST, STE 3
950 ENCORE WAY
Naples, FL
NAPLES FL, 34112
NAPLES, FL 34110
239-252-4285
239-254-2061
P5312.21 REHABILITATION
x
$2S2,212.16
7/9/2013
7/23/2014
ZAMIRA DEL TORO, PROJECT MANAGER
365 DAYS
SAME AS PROJECT
TYLER WAINRIGHT, E.I.
PUMP STATION
Naples, FL
COLLIER COUNTY
MANAGER'S INFO
TETRA TECH, INC.
REHABILITATION
PUBLIC UTILITIES
106DO CHEVROLET WAY, #300
3339 TAMIAMI TRAIL EAST, STE 3
ESTERO, FL 33928
NAPLES FL, 34112
239-390-1467
IQ/REUSE VALVE REPLACEMENT
x
$345,870.92
7/22/2013
4/21/2014
WAYNE M. KARLOVICH, PROJECT MANAGER
365 Days
SAME AS PROJECT
HOLE MONIES, INC.
VALVE
Naples, FL
COLLIER COUNTY PUBLIC UTILITIES
MANAGER'S INFO
950 ENCORE WAY
REPLACEMENT
3339 TAMIAMI TRAIL EAST, STE 3
NAPLES, FL 34110
NAPLES FL, 34112
239-254-2000
239-252-5372
DONAx WATER
X
$219,091.91
4/16/2013
3/20/2014
KEITH WILLIAMS, PUBLIC WORKS DIRECTOR
60 DAYS
SAME AS PROJECT
TYLER WAINRIGHT, E.I.
INSTALL PERMANENT
RECLAMATION FACILITY
CITY OF SANIBEL ISLAND
MANAGER'S INFO
TETRA TECH, INC.
BYPASS AND NEW FLOW
HEADWORKS BYPASS
800 DUNLOP ROAD
106DO CHEVROLET WAY, #300
METERS IN AN
SANIBEL, FL
SANIBEL, FL 33957
ESTERO, FL 33928
UNDERGROUND VAULT.
239-472-4555
239-390-1467
US 41 BUSINESS
x
$798,550.00
7/24/2013
4/24/2014
JESSICA MUNOZ, PROJECT MANAGER
4/24/2014
SAME AS PROJECT
CHRISTOPHER ROSENBOOM
WATER MAIN
(SR739) WATER
LEE COUNTY UTILITIES
MANAGER'S INFO
STANTEC, INC.
INSTALLATION
MAIN RELOCATION
1500 MONROE STREET
1220 WESTLINKS DRIVE, # 106
Fort Myers, FL
FORT MYERS, FL 33901
FORT MYERS, FL 33913
239-533-8155
239-939-1020
REGENT PARK
x
$7S8,426.00
8/1/2013
1/30/2014
ZAMIRA DEL TORO, PROJECT MANAGER
12/19/2013
SAME AS PROJECT
JARED R. BROWN, P.E.
SANITARY SEWER
SANITARY SEWER
COLLIER COUNTY PUBLIC UTILITIES
MANAGER'S INFO
JOHNSON ENGINEERING, INC.
REPLACEMENT
REPLACEMENT
3339 TAMIAMI TRAIL EAST, STE 3
2350 STANFORD COURT
Naples, FL
NAPLES FL, 34112
NAPLES, FL 34112
239-252-6279
239-280-4321
Page 6 of 7
30
HASKINS INC.
10956EnterpriseAvenue Bonita Springs,F1,34135
Statement of Experience of Bidder
PH.(239)947-1846 FAX(2391947.3857
CONTRACT TITLE & LOCATION
HASKINS, INC.
CONTRACT
CONTRACT
COMPLETION
PROTECT MANAGER/SUPERINTENDENT
REQUIRED
OWNER'S CONTACT
DESIGNING ARCHITECT/
DESCRIPTION OF
COMPLETION
OMPLETIONDATE
PRIME
SUB
PRICE
DATE
DATE
CONTACT INFO
INFO
ENGINEER AND ADDRESS
THE WORK
DATE
ARV REPLACEMENT PROGRAM
X
$1,048,470.00
10/18/2012
7/1/2013
CORINE TRTAN, PROJECT MANAGER
7/10/2013
SAME AS PROJECT
Natalie Urick
ABANDON AND
Naples, FL
COLLIER COUNTY
MANAGER'S INFO
AECOM
INSTALL NEW
PUBLIC UTILITIES
150 N Orange Ave
ABOVE GROUND ARVs
3339 TAMIAMI TRAIL EAST, STE 3
Orlando, FL 23801
NAPLES FL, 34112
407-843-6552
239-252-4233
ISLE OF CAPRI
X
$1,088,448.57
30/1/2011
10/19/2011
DIANA DUERI, PMP
10/22/2011
SAME AS PROJECT
David Schmitt
WATER MAIN
PHASE II
COLLIER COUNTY
MANAGER'S INFO
Q. Grady Minor
REPLACEMENT
11/15/10-
4370 MERCANTILE AVENUE
3800 Via del Rey
9/30/2011
NAPLES, FL 341D4
Bonita Springs, FL 34135
Naples, FL
239-252-6803
239-947-1144
LELY CANAL
X
$895,553.25
12/1/2010
11/24/2010
R. SHANE COX, P.E.
SAME AS PROJECT
EXCAVATION, BOX
4/12/10 -
COLLIER COUNTY TRANSPORTATION
MANAGER'S INFO
CULVERT & WATER
11/24/10
ENGINEERING DEPT
CONTROL STRUCTURES
Naples, FL
3301 TAMIAMI TRAIL EAST
NAPLES FL, 34112
239-252-5792
BONITA BEACH RD
X
$49S,101.30
1/1/2010
3/30/2010
MICHAEL LIGGINS, DIRECTOR OF
SAME AS PROJECT
16" FORCEMAIN
FORCEMAIN
ENGINEERING DEPT
MANAGER'S INFO
INSTALLATION
UPGRADE
BONITA SPRINGS UTILITIES, INC.
Bonita Springs, FL
PO BOX 2368
BONITA SPRINGS, FL 34133
239-992-0711
BONITA BEACH RD.
X
$784,279.36
4/23/2010
DALE CARNES
DRAINAGE INSTALLATION
SECTION 4 & 5
BONNESS INC.
Bonita Springs, FL
PO BOX 9140
NAPLES , FL 34101239-597-6221
COLLIER BLVD
X
$1,738,734.60
12/18/2009
J.R. RESTING
FORCEMAIN RELOCATION &
Naples, FL
BETTER ROADS, INC.
DRAINAGE INSTALLATION
PO BOX 9979
NAPLES, FL 33941
239-597-2181
0
Page 7 of 7
tomb
3w
FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER
4.
5.
(project name)
(project location)
(project description)
(project completion date)
(project name)
(project location)
(project owner)
(Owner's address)
(Owner's contact person)
(contract value) (phone) (email)
(project owner)
(Owner's address)
(project description) (Owner's contact person)
$
(project completion date) (contract value) (phone) (email)
Haskins N
Company.
Signature: 14��,
Tan MacPhee, Vice President
(title)
(title)
Date: 09/26/2022
Construction Solicitation Doc rev 04152022
CNv
t t A
SUPPLEMENTAL QUALIFICATIONS
The reference projects submitted by the Contractor shall clearly demonstrate experience to meet
the qualifications listed below. It is acceptable for the Contractor to submit additional reference
projects to supplement the five (5) reference projects required.
1. Provide two (2) reference projects that include the installation of a minimum of 5,000 LF of
potable water main (6-inches or larger) and associated water services, located in a developed
neighborhood (not new development construction) in Collier, Lee, Charlotte, Sarasota, or
Manatee County. The Contractor must provide up-to-date contact information.
2. Provide at least two (2) reference projects that include the installation of a minimum of 2,500
LF of stormwater piping (15-inches or larger) and associated structures and swales, located in
a developed neighborhood (not new development construction) in Collier, Lee, Charlotte,
Sarasota, or Manatee County. The Contractor must provide up-to-date contact information.
3. Provide at least one (1) reference project that includes the installation of a minimum of 2,500
LF of sanitary sewer main and associated sewer laterals located in a developed neighborhood
(not new development construction) in Collier, Lee, Charlotte, Sarasota, or Manatee County.
The Contractor must provide up-to-date contact information.
Two (2) projects can meet the three (3) qualifications above. However, five (5) reference projects of
similar magnitude completed in the last five (5) years must be provided per Form 5 — Statement of
Experience of Bidders.
Palm River Public Utilities Renewal CCNC)l
Section XIV
Minimum Qualifications of Bidders
22-7992R - Palm River Public Utilities Renewal Project Areas 1 and 2
Owner and Owner Contact (name,
Within a builtout
5,000 LF OF POTABLE
2,500 LF of Storntwater
2,500 LF of Unitary
Project Name
hone, email
Year Completed
Contract Amount
Neighborhood?_
WMI 6" or larger)
Piping 15" crrfar r
Sewer Main
Collier County
Hickory Road WM Replacement
Benjamin Bullert
2021
$ 2,020,746.00
YES
YES
NO
NO
(Material purchased by CC)
239-252-5283
Benjamin.Builert@colliercountyfl.gov
Collier County and City of Naples
Hamilton Avenue WM
Oliver Sureau
2022
$ 3,496,193.15
YES
2200 Lf of 12" WM
YES
NO
Improvements
Olivier.Sureau@colliercountyfl.gov
239-252-8361
Mallard Contracting, LLC
Euclid estates
Kelvin Anderson
2022
$ 222,505.00
YES
800 LF of 8" WM
900 Lf of 18" Storm
600 LF of Sanitary Sewer
kelvinlanderson@yahoo.com
239-227-9799
Forestar (USA) Real Estate Group
Enbrook
James Ratz
2022
$ 8,748,571.15
NO
YES
YES
YES
JamesRatz@forestar.com
239-22S-2610
D.R. Horton Inc
Entrada
Chris Quarles
2020
$ 3,035,301.82
YES
YES
YES
YES
239-240-6057
CRQuaries@drhorton.com
Home Dynamics Bonita Springs
Natura at Bonita Fairways Phases
Alejandro Del Fino
2020
$ 3,203,672.46
YES
YES
YES
YES
1 & 2
adelfino@homedynamics.com
561-869-1800
Bonita Springs Utilities Inc.
BSU-RO WTP Wellfield Expansion
Dawn Peterson
2018
$ 2,518,681.82
YES
YES (reclaim WM)
NO
NO
DPeterson@bsu.us
239-390-4985
Collier County
Tree Farm Road, PH 2
Steve Ritter
2018
$ 2,200,346.60
YES
NO
YES
NO
Steve.ritter@colliercountyfl.gov
239-348-1328
Bonita Exchange, LLC
Bonita Exchange
Keith Jennings
2018
$ 1,277,443.40
YES
YES
YES
YES
kjennings@apogeeadvisors.biz
239-287-9189
Owner: Collier County
GC: Community Asphalt
951 Capacity Improvements
Dennis Brewer
2017
$ 6,505,469.00
YES
YES
YES
NO
Green to Golden Gate Blvd
dennis.breuer@ohla-usa.com
239-850-2272
W*
Section XIV
Minimum Qualifications of Bidders
22-7992R - Palm River Public Utilities Renewal Project Areas 1 and 2
Owner and Owner Contact (name,
Within a builtout
5,000 LF OF POTABLE
2,500 LF of Stormwater
2,500 LF of Sanitary
Project Name
hone email)
Year Completed
Contract Amount
Neighborhood?
WN1 (6" or larger)
Piping 15" or larger)
Sewer Main
Pelican's Nest Golf Club, Inc
Jason Zimmerman
Pelican Nest Reclaimed Water
jzimmerman@pelicansnest.org
2015
$ 987,800.00
YES
YES
YES
NO
Main Extension
239-398-1084
Owner: Collier County
GC: Community Asphalt
US41 & 951 Intersection
Dennis Brewer
2014
$ 4,680,510.84
YES
YES
YES
NO
dennis.breuer@ohla-usa.com
239-850-2272
Collier County
Regent Park Sanitary Sewer
Zamira Del Toro
2014
$ 758,426.00
YES
NO
NO
YES
(Material purchased by CC)
Zamira.Deltoro@colliercountyfl.gov
239-252-6279
Bonita Springs Utilities Inc.
Fountain Lakes Force Main
Dawn Peterson
2015
$ 989,176.98
YES
NO
YES
500 LF OF SANITARY
Improvements Phases 2+3
DPeterson@bsu.us
SEWER, 2500 OF FM
239-390-4985
IIA
FORM 6 - TRENCH SAFETY ACT
TINS 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 are costs for complying with the Florida
Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990, The Bidder ftirther identifies the cost to be summarized below:
Trench Safety Units of Unit Unit Extended Cost
Measure Measure uantit Cost
(Description) LF SY
1,
2.
3.
4.
5.
Company: Haskins�In�c.
Signature:
TOTAL $
MacPhee, Vice President
Date: 09/26/2022
Construction Solicitation Doc rev 04152022
I Ia
FORM 7 - BID BOND
TINS FORAM MUSTBE, COMPLETED OR BID MAY BF.,DEEMED NON-RESPONSIVFJNON-
RESPONISBLE
KNOW ALL MEN BY THESE PRESENTS, that we Haskins, Inc.
(herein after called the Principal) and
Western Surety Company , (herein called the Surety), a corporation chartered and
existing under the laws of the State of with its principal offices in the city of Chicago
and authorized to do business in the State of I are held and firmly bound unto the
Collier County Board of Commissioners (hereinafter called the Owner), in the full and just sum
of FIVE percent of amount bid dollars ($% ) 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 frilly complete the Work on the Project known as Bid No.
22-7992 Palm River Public Utilities Renewal Project Areas 1 & 2
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 of the 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 sutra of $5% noted above
as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and
void, otherwise to reinain in full force and effect.
IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed,tivs,,f
26th day of September , 20 22 .
Im
Agent
Countersigned N/A
Appointed Producing Agent for
Principal
Suf'Cty;�
.Y
F t
11A
FORM 7 - BID BOND
THIS FORM MUST BE COMPLETED OR BID MAY BE DE.F. NfFD NON-RESPONSIVFINON-
RESPONISBLE
KNOW ALL NI1;N BY THESE PRESENTS, that we Haskins, Inc.
(herein after called the Principal) and
Western Surety_Company , (herein called the Surety), a cor},�,oration chartered and
existing under the laws of the State of ILvith its principal offices in the city of 4 h icag o
and authorized to do business in the State of L are held and firmly bound unto the
Collier Count Board of Commissi-Foners (hereinafter called the Owner), in the full and just sure
of FIVE percent of amount bid dollars ($ 5% ) 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.
22-7992 Palm River Public Utilities Renewal Project Areas 1 & 2
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 term s 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 of the 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 surm of $5% noted above
as liquidated damages, and not as a penalty, as provided in the Bidding Docum tints, 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.,,
26th day of September 20 22 .
Haski
Paul A. Locascio, Attorney -in -Fact & FL Resident Agent
Countersigned N/A
Appointed Producing Agent for
Principal
StrYety`.
(Seal);F
CtyO
Western Surety Company A I A
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,
constitute and appoint
L Dale Waldorff, Benjamin H Fi•ench, Pamela L Jarman, Paul A Locascio, K Wayne Walkelt•,
Ronald J Hays, Rebekah F Sharp, Trava Ridlon, Individually
of Fort Walton Beach, FL, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In UnIfinited Ainotuits -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly audiorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
'This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereor, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto
affixed on this 15th day of July, 2022.
aEry WESTERN SURETY COMPANY
c
Z'pvoggr Toy
TA, 6& aul T. Bmflat, Vice President
State of South Dakota
ss
County of Minnehaha
On this 15Ui day of July, 2022, before me personally came Paul T. Bmflat, to me known, who, being by me duly swom, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
die above instrument; that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant
to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be
the act and deed of said corporation.
My commission expires Irr,,,,, M. 13
M.BENT �
I(MNOTARYPUBLIC(R
March 2, 2026 1 9OaTH OAKOTA
M. Bent, Notary Public
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,
and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the ssid corporation this26thday of September 2022
�rrc
' •.-r..-.; er WESTERN SURETY COMPANY
�t .!; '.I�SFAv/l*0 CY
L. Nelson, Assistant Secretary
Form F4280.7.2r712 1''
Go to www.cnastirety>corn > (.►vner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
t 4£�j
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of (tie following By -Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may
appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The
corporate seal is notnecessary for the validity of any bonds, policies, undertakings, Powers ofAttomey or other obligations of the corporation.
The signature of any such officer and the corporate seal may be printed by facsimile.
CAn
its
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 be
Vendor's sole responsibility.
Coverages 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 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 coverageUs required herein, the County may terminate the
Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such
coverages 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 coverages 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 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.
Cp,O
III
Col�i--e,_r COIA14ty
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.
Has 'n ;lnc. _
1* 1 Company Name
Signature
Rya acPhee, Vice President
Print Name and Title
State of Florida
County of Lee
The foregoing instrument was acknowledged before me by means of lR physical presence or 0 online notarization,
this 26 day of September. (month), 2o22 (year), by Ryan MacPhee. V'Haskins(name
of person acknowledging). I
(Signatures of Notary Public - State of I da)
'K)CAn e et'r n d z
(Print, Itype, or Stamp Commissioned Name of Notary Public)
Personally Known RProduced Identification
Type of Identification Produced
ry,l�l1Y/ STEPHANIE HERNANDE7-
,Al 4 /
4 ',� Notary Public -State of Florida
, n Commission it GG 315835
My Commission Expires
March 25, 2023
CCNO
I I A
CO 7BY county
Procurement Services Division
FORM 10 —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. Tile 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, for 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 26 day of September 2022in
the County of LEE in the State of FL
Firm's Legal
Name:
Address:
City, State, Zip
Code:
Florida
Certificate of
Authority
Document
Number
Federal Tax
identification
Number
*CCR # or
CAGE Code
*Only if Grant
Funded
Telephone:
Email:
Signature by:
(Typed and
written)
Title:
Haskins Inc
10956 Enterprise Avenue,
Bonita Springs, FL 34135
574159
nq-1 A44470
f`�F�Rq
Additional Contact Information
Send payments to: Haskins Inc.
(required if different Company name used as payee
from above)
Contact name: Mabel Lago
Title: Secretary
Address: 10956 Enterprise Avenue,
City, State, ZIP Bonita Springs, FL 34135
Telephone: 239-947-1846
Email:
mlago@haskinsinc.net
Office servicing Collier
Same as above
County to place orders
(required if different
from above)
Contact name:
Ryan MacPhee
Title:
Vice President
Address:
10956 Enterprise Avenue,
City, State, ZIP
Bonita Springs, FL 34135
Telephone:
239-947-1846
Email: mlago@haskinsinc.net
Secondary Contact for Benjamin D. Elwell
this Solicitation:
Email: belwell@haskinsinc.net
Phone: 239-947-1846
I IA
�i17L�7ley aunty
Procurement Services Division
FORM I I- 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 1NA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA
shall be grounds for unilateral termination of the contract by Collier County.
Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 immigration
Act and subsequent Amendment(s)) 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. I. h
Company Name
Signature
MacPhee, Vice President
Print .Name and Title
State of FL -
County of LEE
The foregoing instrument was acknowledged before me by means of kphysical presence or ❑ online notarization,
this 26 day of September (month), 2022 (year), by Ryan MacPhee VP of Haskins Inc. _(name
of person acknowledging).
(Signature0fN_o9tary Public -State of Florid
�-�WarlIt RfrY)ct n d-e -2-
,_ _ _— -•--- (Print, Type, r Stamp Commissioned Name of Notary Public)
ersonally Known O roduced Identification
Type of Identification Produced
,STEPHANIE HERNANDEZ
FU9''4
^Jj ` Notary Public -State of Florida
Commission fit GG 315835
My Commission Expires
_'"i�� March 25, 2023
I I A
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:
1. 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.
6. Any delivery information required is included.
7. The following on-line standard documents have been reviewed and accepted in BidSync:
a. Construction bid instructions form
b. Construction services agreement
c. Purchase order terms and conditions
8. All of the following bid forms have been completed and signed:
a. Bid Form (Form 1)
b. Contractors Key Personnel (Form 2)
c. Material Manufacturers (Form 3)
d. List of Major Subcontractors (Form 4)
e. Statement of Experience (Form 5)
f. Trench Safety Act (Form 6)
g. Bid Bond Form (Form 7)
h. Insurance and Bonding Requirements (Form 8)
i. Conflict of Interest Affidavit (Form 9)
j. Vendor Declaration Statement (Form 10)
k. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your
submittal.
1. Signed Grant Provisions and Assurances package in its entirety, if applicable, are executed and
should be included with your submittal.
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 and/or required.)
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.
11. 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.
ocX0
0
z
Ron DeSantis, Governor
bpf
-
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
Melanie S. Griffin, Secretary
CONSTRUCTION INDUSTRY LICENSING BOARD
THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPTER 489, FLORIDA STATUTES
ELWELL BEND
HASKINS, INC.
10956 ENTERPRISE AVE
BONITA SPRINGS FL 34135 r
41
LICENSE NUMBER: CUC1224599
EXPIRATION DATE: AUGUST 31, 2024
Always verify licenses online at MyFloridaLicense.com
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
Ron DeSantis, Governor
STATE OF FLORIDA
Melanie S. Griffin, Secretary
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THE
LICENSE NUMBER: CBC1260383
EXPIRATION DATE: AUGUST 31, 2024
l Always verify licenses online at MyFloridaLicense.com
0� 0
�• "• Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
b-' r
Jimmy Patronis John. Catlin
CHIEF FINANCIAL OFFICER BUREAU CHIEF
Julius Halas Catherine Thrasher
DIVISION DIRECTOR SAFETY PROGRAM MANAGER
r� wed
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
DIVISION OF STATE FIRE MARSHAL
200 EAST G.AINES STREET - Tallahassee, Florida 32399-0342
Tel, 850-413-3644
CERTIFICATE OF COMPETENCY
OFFICIAL COPY
THIS CERTIFIES THAT: Benjamin D Elwell
10956 Enterprise Ave
Bonita Springs FL 341,35
BUSINESS ORGANIZATION: Haskins, Inc.
Contractor V means a contractor whose business is limited to the execution of contracts requiring the ability to
fabricate, install, inspect, alter, repair and service the underground piping for a fire protection system using water
as the extinguishing agent beginning at the point of service as defined in the act and ending no more than 1 foot
above the finished floor.
Issue Date:
Type:
Class:
County:
License/Permit #
Expiration Date:
07/01/2022
09
14
Lee
063009-0001-2008
06/30/2024
Chief Financial Officer
file:///C:/Users/wiltf/Downloads/License_Permit - 2022-04-14T112850.87Thtm 1/1
IIA
bee count
Tax Col for
Noelle Branning
a
s��te of F�°tea
HASKINS INC
ELWELL BENJANIIN D
10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
Dear Business Owner:
Local Business Tax Receipt
Your 2022 - 2023 Lee County Local Business Tax Receipt is attached below for account number / receipt:
number: 1064745 / 2100018
If there is a change in one of the following, refer to the instructions on the back of this receipt.
• Business name
• Ownership
• Physical location
• Business closed
This is not a bill. Detach the bottom portion and display in a public location.
I hope you have a successful year.
Sincerely,
/L•�OGGG� �I • a�MG
Lee County Tax Collector
-------------------------- ------------
2022-2023
LEE COUNTY LOCAL BUSINESS TAX RECEIPT
Account Number: 1064745
Receipt Number: 2100018
State License Number: CUC1224599
Location:
10955 & 10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
HASKINS INC
ELWELL BENJA41N D
10955 & 10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
Account Expires: September 30, 2023
engage in the
UNDERGROUND UTILITY & EXCAVATION
THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY
Payment Information:
PAID DP-00-00314322 07/21/2022
$ 50.00
CAS)
! !A
bee Coyne
Tax Col for
Noelle $ranning
sf
a `�fe of 00i ll
HASKINS INC
MACPHEE RYAN P
10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
Dear Business Owner:
Local Business Tax Receipt
Your 2022 - 2023 Lee County Local Business Tax Receipt is attached below for account number / receipt:
number: 1064744 / 2100017
If there is a change in one of the following, refer to the instructions on the back of this receipt.
• Business name
• Ownership
• Physical location
• Business closed
This is not a bill. Detach the bottom portion and display in a public location.
I hope you have a successful year.
Sincerely,
Lee County Tax Collector
---------------------------------- ----
2022-2023
LEE COUNTY LOCAL BUSINESS TAX RECEIPT
Account Number: 1064744
Receipt Number: 2100017
State License Number: CBC1260383
Location:
10955 & 10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
HASKINS INC
MACPHEE RYAN P
10955 & 10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
Account Expires: September 30, 2023
business of:
BUILDING CONTRACTOR -CERTIFIED
THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY
Payment Information:
PAID DP-00-00314322 07/21/2022
$ 50.00
Vee Coto,,,,
Tax Col for
Noelle Branning
sfete of oo�`aa
HASKINS INC
ELWELL BENJAMIN D
10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
Dear Business Owner:
Local Business Tax Receipt
Your 2022 - 2023 Lee County Local Business Tax Receipt is attached below for account number / receipt:
number: 1064746 / 2100019
If there is a change in one of the following, refer to the instructions on the back of this receipt.
• Business name
• Ownership
• Physical location
• Business closed
This is not a bill. Detach the bottom portion and display in a public location.
I hope you have a successful year.
Sincerely,
4�iG1U�
Lee County Tax Collector
!!A
---------------- ------------- -----
2022-2023
LEE COUNTY LOCAL BUSINESS TAX RECEIPT
Account Number: 1064746
Receipt Number: 2100019
State License Number: 063009-0001-2008
Location:
10955 & 10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
HASKINS INC
ELWELL BENJAMIN D
10955 & 10956 ENTERPRISE AVE
BONITA SPRINGS, FL 34135
Account Expires: September 30, 2023
in the business
FIRE SPRINKLER SYSTEMS CONTRACTOR
THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY
Payment Information:
PAID DP-00-00314322 07/21/2022
$ 50.00
r.Ac
E-Verifv.
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
Haskins Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which
the Employer will follow while participating in E-Verify.
E-Verify is a program that electronically confirms an employee's eligibility to work in the United States
after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of
Understanding (MOU) explains certain features of the E-Verify program and describes specific
responsibilities of the Employer, the Social Security Administration (SSA), and DHS.
Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and
Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C.
§ 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility
Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and
subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain
employees working on Federal contracts.
ARTICLE II
RESPONSIBILITIES
A. RESPONSIBILITIES OF THE EMPLOYER
1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is
clearly visible to prospective employees and all employees who are to be verified through the system:
a. Notice of E-Verify Participation
b. Notice of Right to Work
2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone
numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to
keep such information current by providing updated information to SSA and DHS whenever the
representatives' contact information changes.
3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access.
Employers must promptly terminate an employee's E-Verify access if the employer is separated from
the company or no longer needs access to E-Verify.
Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
E.,-Verify_
Company ID Number: 367454
4. The Employer agrees to become familiar with and comply with the most recent version of the
E-Verify User Manual.
5. The Employer agrees that any Employer Representative who will create E-Verify cases will
complete the E-Verify Tutorial before that individual creates any cases.
a. The Employer agrees that all Employer representatives will take the refresher tutorials when
prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial
will prevent the Employer Representative from continued use of E-Verify.
6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions:
a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List
B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can
be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo
requirement for religious reasons, the Employer should contact E-Verify at
888-464-4218.
b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766
(Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9,
the Employer agrees to make a photocopy of the document and to retain the photocopy with the
employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS
with its review of photo mismatches that employees contest. DHS may in the future designate
other documents that activate the photo screening tool.
Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right
to present any List A, or List B and List C, document(s) to complete the Form 1-9.
7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print
the screen containing the case verification number and attach it to the employee's Form 1-9.
8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to
complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other
requirements of applicable regulations or laws, including the obligation to comply with the
antidiscrimination requirements of section 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 DHS and the Employer is subject to a civil money penalty between $550
and $1,100 for each failure to notify DHS of continued employment following a final
nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final
nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly
Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
CA
F= eO[rmoff
Company ID Number: 367454
employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant
is civilly or criminally liable under any law for any action taken in good faith based on information
provided through the E-Verify.
b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other
enforcement or compliance activity authorized by law, including site visits, to ensure proper use of
E-Verify.
9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been
hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was
completed. The Employer agrees to create an E-Verify case for new employees within three Employer
business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been
completed), and to complete as many steps of the E-Verify process as are necessary according to the
E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended
until it is again operational in order to accommodate the Employer's attempting, in good faith, to make
inquiries during the period of unavailability.
10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in
support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User
Manual does not authorize.
11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively
and will not verify employees hired before the effective date of this MOU. Employers who are Federal
contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU.
12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative
nonconfirmations. The Employer must promptly notify employees in private of the finding and provide
them with the notice and letter containing information specific to the employee's E-Verify case. The
Employer agrees to provide both the English and the translated notice and letter for employees with
limited English proficiency to employees. The Employer agrees to provide written referral instructions
to employees and instruct affected employees to bring the English copy of the letter to the SSA. The
Employer must allow employees to contest the finding, and not take adverse action against employees
if they choose to contest the finding, while their case is still pending. Further, when employees contest
a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps
(see Article III.B. below) to contact DHS with information necessary to resolve the challenge.
13. The Employer agrees not to take any adverse action against an employee based upon the
employee's perceived employment eligibility status while SSA or DHS is processing the verification
request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee
is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated
verification system to verify work authorization, a tentative nonconfirmation, a case in continuance
(indicating the need for additional time for the government to resolve a case), or the finding of a photo
mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work
authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest
the finding, and if he or she does so, the employee may not be terminated or suffer any adverse
employment consequences based upon the employee's perceived employment eligibility status
Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 `
yy ,.
E-Verify a ° IIiI
�.�
Company ID Number: 367454
(including denying, reducing, or extending work hours, delaying or preventing training, requiring an
employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal
contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and
unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has
been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo
mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the
Employer can find the employee is not work authorized and terminate the employee's employment.
Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-
4218 (customer service) or 1-888-897-7781 (worker hotline).
14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274E 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 274E 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(a-)_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
0
E-VerifVi A
Company ID Number: 367454
reasonable notice, to review Forms 1-9 and other employment records and to interview it and its
employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner
to DHS requests for information relating to their participation in E-Verify.
19. The Employer shall not make any false or unauthorized claims or references about its participation
in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its
services as federally -approved, federally -certified, or federally -recognized, or use language with a
similar intent on its website or other materials provided to the public. Entering into this MOU does not
mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false.
20. The Employer shall not state in its website or other public documents that any language used
therein has been provided or approved by DHS, USCIS or the Verification Division, without first
obtaining the prior written consent of DHS.
21. The Employer agrees that E-Verify trademarks and logos may be used only under license by
DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not
be used in any manner that might imply that the Employer's services, products, websites, or
publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify.
22. The Employer understands that if it uses E-Verify procedures for any purpose other than as
authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its
participation in E-Verify according to this MOU.
B. RESPONSIBILITIES OF FEDERAL CONTRACTORS
1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment
verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most
current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify
Supplemental Guide for Federal Contractors.
2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands
that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the
FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in
FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer
may not create a second case for the employee through E-Verify.
a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract
award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of
contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires
using E-Verify. The Employer must verify those employees who are working in the United States,
whether or not they are assigned to the contract. Once the Employer begins verifying new hires,
such verification of new hires must be initiated within three business days after the hire date. Once
enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees
assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee's assignment to the contract, whichever date is later.
Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
C. AO
E-Verifv H so
,,, F� I�I�i� n A
y k
Company ID Number: 367454
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:
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:
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
OCAO
E-Veri"fV
I I A
_... • % Yti v.M..
- or
Company ID Number: 367454
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
OCA�'
4Y � ., .• e.t
E-Vefifv I I A
Company ID Number: 367454
b. Photo verification checks (when available) on employees.
2. DHS agrees to assist the Employer with operational problems associated with the Employer's
participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone
numbers of DHS representatives to be contacted during the E-Verify process.
3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an
E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for
both SSA and DHS, including restrictions on the use of E-Verify.
4. DHS agrees to train Employers on all important changes made to E-Verify through the use of
mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes 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. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and
password that permits them to log in to E-Verify.
7. DHS agrees to safeguard the information the Employer provides, and to limit access to such
information to individuals responsible for the verification process, for evaluation of E-Verify, or to such
other persons or entities as may be authorized by applicable law. Information will be used only to verify
the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal
criminal laws, and to administer Federal contracting requirements.
8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA
verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility
within three Federal Government work days of the initial inquiry.
9. DHS agrees to provide a means of secondary verification (including updating DHS records) for
employees who contest DHS tentative nonconfirmations and photo mismatch tentative
nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment
eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS
determines that more than 10 days may be necessary. In such cases, DHS will provide additional
verification instructions.
ARTICLE III
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the
notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding
and provide them with the notice and letter containing information specific to the employee's E-Verify
Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
0
E-Ver"ifv
Mr�
Company ID Number: 367454
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
OCAO
erify
E-V.
* ''d I i@i 11
or
Company ID Number: 367454
employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight
Federal Government work days.
5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative
nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative
nonconfirmations, generally.
6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo
mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or
passport card to DHS for review by:
a. Scanning and uploading the document, or
b. Sending a photocopy of the document by express mail (furnished and paid for by the employer).
7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the
Employer must forward the employee's documentation to DHS as described in the preceding
paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will
determine the photo match or mismatch.
8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days is necessary.
9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case
updates.
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
h
E-
Vermlfv ir � %` Iiilii .I A
Company ID Number: 367454
B. TERMINATION
1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days
prior written notice to the other parties.
2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the
Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of
the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach
of system integrity or security by the Employer, or a failure on the part of the Employer to comply with
established E-Verify procedures and/or legal requirements. The Employer understands that if it is a
Federal contractor, termination of this MOU by any party for any reason may negatively affect the
performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state
where E-Verify is mandatory, termination of this by any party MOU may negatively affect the
Employer's business.
3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that
requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor
must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such
notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this
MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify
procedures to verify the employment eligibility of all newly hired employees.
4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer
is terminated from E-Verify.
ARTICLE VI
PARTIES
A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and
SSA and DHS may adjust verification responsibilities between each other as necessary. By separate
agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU.
B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive
or procedural, enforceable at law by any third party against the United States, its agencies, officers, or
employees, or against the Employer, its agents, officers, or employees.
C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or
merger, all or any part of its rights or obligations under this MOU without the prior written consent of
DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign,
or transfer any of the rights, duties, or obligations herein is void.
D. Each party shall be solely responsible for defending any claim or action against it arising out of or
related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but
not limited to) any dispute between the Employer and any other person or entity regarding the
applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer.
E. The Employer understands that its participation in E-Verify is not confidential information and may be
disclosed as authorized or required by law and DHS or SSA policy, including but not limited to,
Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13
E-Verif---yoff
Company ID Number: 367454
Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with
Federal contractual requirements, and responses to inquiries under the Freedom of Information Act
(FOIA).
F. The individuals whose signatures appear below represent that they are authorized to enter into this
MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate
statement, representation, data or other information provided to DHS may subject the Employer, its
subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to
18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or
suspension.
G. The foregoing constitutes the full agreement on this subject between DHS and the Employer.
To be accepted as an E-Verify participant, you should only sign the Employer's Section of the
signature page. If you have any questions, contact E-Verify at 1-888-464-4218.
Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
E-Verifv-
n:
Company ID Number: 367454
Approved by:
Employer
Haskins Inc.
Name (Please Type or Print)
Title
Kathleen Haskins
Signature
Date
Electronically Signed
10/26/2010
Department of Homeland Security — Verification Division
Name (Please Type or Print)
Title
USCIS Verification Division
Signature
Date
Electronically Signed
10/26/2010
Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 0
E-Ver"1fV----
Off-
Company ID Number: 367454
Information Required for the E-Verify Program
Information relating to your Company:
Company Name
Haskins Inc.
Company Facility Address
10956 Enterprise Avenue
Bonita Springs, FL 34135
Company Alternate Address
County or Parish
LEE
Employer Identification Number
591844470
North American Industry
Classification Systems Code
238
Parent Company
Number of Employees
20 to 99
Number of Sites Verified for
1
Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 a
E-Verifv
Company ID Number: 367454
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in
each State:
FLORIDA 1 site(s)
Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
CAE'
E-Ver"Ify-
Company ID Number: 367454
Information relating to the Program Administrator(s) for your Company on policy questions or
operational problems:
Name Kathleen Haskins
Phone Number (239) 947 - 1846
Fax Number (239) 947 - 3857
Email Address harkatsouth@aol.com
Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
/p/} p.
E-Verify
31�111�
Company ID Number: 367454
Page intentionally left blank
Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01 /13
0
CERTIFICATE OF TRAINING
This is to certify that
Eduardo J Gonzalez Itzep
Has successfully completed the ESH CORE training class:
Asbestos Worker -CLASS II PIPE
OSHA 1926.1101 (k) (9) Compliant
Training Date: February 11, 2022
Training Location: Haskins, Inc. 10956 Enterprise Avenue, Bonita Springs, FL 34135
ESH Ci$�RE
February 11, 2023
Certificate Expiration Date
Eric B. Goeller, CIE, Instructor
(239) 410-6064
r
Mp'
CERTIFICATE OF TRAINING
This is to certify that
Bonay Yanes
Has successfully completed the ESH CORE training class:
Asbestos Worker -CLASS 11 PIPE
OSHA 1926.1101 (k) (9) Compliant
Training Date: February 11, 2022
Training Location: Haskins, Inc. 10956 Enterprise Avenue, Bonita Springs, FL 34135
S VI 'R E
.:F ,M-E"TAB., S^VETY & At-TH SOLD E z
February 11, 2023
Certificate Expiration Date Eric B. Goeller, CIE, Instructor
IL
(239) 410-6064
t.0
CERTIFICATE OF TRAINING
This is to certify that
Jorge Valera
Has successfully completed the ESH CORE training class:
Asbestos Worker -CLASS II PIPE
OSHA 1926.1101 (k) (9) Compliant
Training Date: February 11, 2022
Training Location: Haskins, Inc. 10956 Enterprise Avenue, Bonita Springs, FL 34135
ESH Cl*�RE
February 11, 2023
Certificate Expiration Date
w
Eric B. Goeller, CIE, Instructor
(239)410-6064
b".
CERTIFICATE OF TRAINING
This is to certify that
Jose Luis 0x1aj Pastor
Has successfully completed the ESH CORE training class:
Asbestos Worker -CLASS II PIPE
OSHA 1926.1101 (k) (9) Compliant
Training Date: February 11, 2022
Training Location: Haskins, Inc. 10956 Enterprise Avenue, Bonita Springs, FL 34135
ESH CA*�RE
February 11, 2023
Certificate Expiration Date
Eric B. Goeller, CIE, Instructor
(239) 410-6064
[-
F'A--Iq
E-.
CERTIFICATE OF TRAINING
This is to certify that
Rony Domingo Gonzalez Itzep
Has successfully completed the ESH CORE training class:
Asbestos Worker -CLASS II PIPE
OSHA 1926.1101 (k) (9) Compliant
Training Date: February 11, 2022
Training Location: Haskins, Inc. 10956 Enterprise Avenue, Bonita Springs, FL 34135
February 11, 2023
Certificate Expiration Date
Eric B. Goeller, CIE, Instructor
(239) 410-6064
lad.
CERTIFICATE OF TRAINING
This is to certify that
Yan*iel Martinez
Has successfully completed the ESH CORE training class:
OSHA 1926.1101 (k) (9) Compliant
Training Date: February 11, 2022
Training Location: Haskins, Inc. 10956 Enterprise Avenue, Bonita Springs, FL 34135
HE
February 11, 2023
Certificate Expiration Date
y
Eric B. Goeller, CIE, Instructor
(239) 410-6064
P46
IIA
DIVISION OF CORPORATIONS
[department of State /Division of Corporations /Search Records / Search by entity Name /
Detail by Entity Name
Florida Profit Corporation
HASKINS, INC.
Filing Information
Document Number
574159
FEI/EIN Number
59-1844470
Date Filed
05/31/1978
State
FL
Status
ACTIVE
Last Event
AMENDMENT
Event Date Filed
06/20/2005
Event Effective Date NONE
Principal Address
10956 ENTERPRISE AVENUE
BONITA SPRGS, FL 34135
Changed: 02/02/1998
Mailing Address
10956 ENTERPRISE AVENUE
BONITA SPRIGS, FL 34135
Changed: 02/02/1998
Registered Agent Name & Address
ELWELL, BENJAMIN
10956 ENTERPRISE AVENUE
BONITA SPRIGS, FL 34135
Name Changed: 01/09/2019
Address Changed: 04/22/2016
Officer/Director Detail
Name & Address
Title PT
ELWELL, BENJAMIN
%AO
1U058ENTERPRISE AVENUE
I
�
��
K4aoPhuo.Ryan
1UQ5GENTERPRISE AVENUE
BON|TASPRGS.FL34135
Title CFO
Haskins, Harlan
1OQ56ENTERPRISE AVENUE
BON|TAGPRGS.FL34135
Title Secretary
Lagn Mabel
1UQ58ENTERPRISE AVENUE
Report Year
Filed Date
2020
0106/2020
2021
01/11/2021
2022
02/03/2022
Document Images
0111112021 ANNUAL REPO
01/06/2Q20 ANNUAL REPORT
QI/0912019 ANNUAL REPORT
01/11/2017 ANNUAL REPORT
04/22/201 � —AMENDED ANNUAL REPORT
01 /21/2916 --ANNUAL REPO
01/07/2014 ANNUAL REPORT
06/03/2013 AMENDED ANNUAL REPO
01/2112013 ANNUAL REPORT
01110/2012 -- ANNUAL REPORT
01117/2011 --ANNUAL REPORT
01/11/2010 -- ANNUAL REPORT
0109/2009 --.ANNUAL REPORT
01/04/2008 -- ANNUAL REPORT
View image in POF form
View image in PDF format
View image in PDF format
View image in POF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
0
11,
01/0312OQ7 -- ANNUAL REP RT
View image in PDF format
01/09/2006 ANNUAL REPORT
View image in PDF format
06/20/2005 - Amendment
View image in PDF format
01/13/2005 -- ANNUAL REPORT
View image in PDF format
1/28/2004 -- ANNUAL REPORT
View image in PDF format
0 !21/2QQa- ANNUAL REPORT
View image in PDF format
01/27/2002 -- ANNUAL REPORT
View image in PDF format
. . ...........................................................................................
01/29/2001 -- ANNUAL REPORT
View image in PDF format
.......... ........ .......... .............................................................
0' J 2/2000 -- ANNUAL REPORT
View image in PDF format
03/17/1999 -- ANNUAL REPORT
View image in PDF format
02/02/1998 -- ANNUAL REPORT
View image in PDF format
02/24/1997 --ANNUAL REPORT
View image in PDF format
..... _........... ...................... ............... ................. ................ _............................ ....-'
01/24/1996 -- ANNUAL REPORT
View image in PDF format
01/24/1995 -- ANNUAL REPORT
View image in PDF format
A I
M
Form W9 Request for Taxpayer Give Form to the
(Rev. October 2018) Identification Number and Certification requester. Do not
DM-,.,mtnw,,A o' it* Treasry send to the IRS.
internal plellvrrR 501"liw 10- Go to www.irs.gov1FormW9 for instructions and the latest information.
I Name (as s,iown on your income tax retum), Narne is rpaiwed on kNs llie, ao nol leave thlS;ine blank,
Haskins Inc.
2 Business ma-noidmroqatoed entity name. if different from above
- — - — --- — - ------------ - --
3 Check appmpriale Wx ror federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes appy only to
following seven boxes. certain entities, not individuals; see
CL instructions on page 3):
cc ❑ Individimi/sole proprietor or El C Corporation M s Corporator, ❑ Partnership ❑ Trusvestale
0 single -member LLC Exempt payee code if any)
CL 0
� t Limited liability company. Enter the tax classification (C --C corporation, S=$ corporation, P=Partnership) ►
'0 Note- Check the appropriate box in the line above for the tax classification of the single -member owner, Do not check Exemption from FATCA reporting
I C if,h) is -i- amtx LC ttit '� 0 r, jar rd I .m' a wr T -w tt a :i n. W J* LL1—
L code (i, an
'Canother LLC that is not disregarded from the owner !or U.S. federal tax purposes. Otherwise, a single -member LLC that;y)
0 is disregarded from the owner should check the appropriate box for the tax classification cl its owner,
other (See instructions) 11-
Address (number street, and apt. or —suite lc." —See instructions Requester's name and address (optional)
0956 Enterprise Avenue 6 City, state, and ZIP code
'Bonita Springs, FL 34135
7 List account numberis) 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 1, later. For other
entities, it is your employer identification number (EIN). If you do not have a number. see How to get aM�r-- rmm L� I
TIN, later, or
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer Identification number
Number To Give the Requester for guidelines on whose number to enter.
1 j 41770
Under penalties of per ury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to ine); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 aryl
no longer subject to backup withholding; and
11 am a U.S, citizen or other U.S. person (defined below): and
4, The FATCA codels) 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 it you have been notified by the IRS that you are c�ifrerrtly subject to backup withholding because
you have failed to report all interest and dividends cifyo U r tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured proptly, c4ri"lation of debt, contributions to an individual retirement arrangement (IRA). and generally, payments
other than interest and dividends. YOU are nr,,ftqu::JeiJ to sign the certification. but you must provide your correct TIN. See the Instructions for Part It, later,
'XitJ44 I Signature of
Here I IJ.& person ►
General Instru6iot)s
Section references are to the Internal Revenue Code unless otherwise
noted
Future developments For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.its.gov/FormW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return w'th the IRS must obtain your correct taxpayer
identificatior. number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (MN). adoption
taxpayer identification number (ATIN), or employer identification number
(EIN), to report on an information roturn the amount paid to you, or othor
Mount reportable on an information return. Examples of information
returns include, out are not limited to, the following.
* Form 1099-INT (interest earned Or paid)
Date* 01/12/2022
- Form 1099- DIV (dividends, including those from stocks or mutual
funds)
* Form 1099-MISO (various types of income, prizes, awards, or gross
proceeds)
* Form 1099-8 (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form I M-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-F (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U S. person (including a resident
alien), to provide your correct TIN.
It you do not return Fonm W-9 to the requester with a 77N, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat, No. 10231X Form W-9 (Rev 10-201
I I A
EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT
Name
Gregory K. Collier
Personnel Category
Construction Superintendent
Ben Elwell Project Manager
10
Construction Services Agreement: [2022_ver.3] A
�lA
FRONT PAGE OF PUBLIC PAYMENT & PERFORMANCE BOND
In compliance with F.S. Chapter 255.05(1)(a)
Bond No.: 30167544
Contractor Name: Haskins, Inc.
Contractor Address: 10956 Enterprise Avenue, Bonita Springs, FL 34135
Contractor Phone No: (239) 947-1846
Surety Company Name: Western Surety Company
Surety Company Address: 151 North Franklin Street, Chicago, IL 60606
Surety Company Phone No: 312-822-5000
Agent Name: M.E. Wilson Company, LLC dba Waldorff Insurance & Bonding
Agent Address: 1110 NW 6th Street
Gainesville, FL 32601
Agent Phone No: (352) 374-7779
Obligee Name: Collier County Board of County Commissioners
Obligee Address: 3295 Tamiami Trail E, FL 34112
Obligee Phone No: 239-252-8075
Bond Amount: $15,579,339.85
Contract No: (if applicable) 22-7992R
Description of Work: Palm River Public Utilities Renewal Project Areas 1 and 2
Project Address: Collier County, FL
FRONT PAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon.
IIA
EXHIBIT B-1: PUBLIC PAYMENT BOND
ITB #22-7992R
KNOW ALL MEN BY THESE PRESENTS: That
Bond No. 30167544
Contract No. 22-7992R
Haskins, Inc.
as Principal, and
Western Surety Company , as Surety,
located at 151 North Franklin St., Chicago, IL 60606 (Business
Address) are held and firmly bound to Collier County Board of County Commissioners as Obligee in the
sum of Fifteen Thousand Five Hundred Seventy -Nine Thousand Three Hundred Thirty -Nine and 85/100 ($15,579,339.85 ) for the
payment whereof we bind ourselves, our heirs, executors, personal representatives, successors
and assigns, jointly and severally.
-h^
WHEREAS, Principal has entered into a contract dated as of the I day of z C&nu G Ir't1
20a-> with Obligee for 22-7992R; Palm River Public Utilities Renewal Project Areas 1 and 2 jn
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 �
�ITNESS WHEREOF, the above parties have executed this instrument this Iday of
VVV-"1 ie 20 Lz. , the name of each party being affixed, and these presents duly signed
by its under -signed representative, pursuant to authority of its governing body.
11
Construction Services Agreement: [2022_ver.3] f
Bond No. 30167544
IIA
Signed, sealed and delivered
in tha nracanra nf-
BY:
NAM
ITS:
STATE OF TL
COUNTY OF
PRINCIPAL
The foregoing instrument was dged before me b means of Ie physical presence or ❑online notarization, Aackno
s � day of hi ovi-m4f" 20 by
as 6.V
of , a 471- corporation, on
behalf of the corporation. He/she is personally known_ to me OR has produced
as identification and_0jd (did not)
take an oath.
My Commission Expires:
Y"v�B;, MABEL LAGO
Notary Public - State of Florida
Commission It GG 269
My Comm. Expires Feb 13, 2023
Bonded through National Notary Assn.
(AFFIX OFFICIAL SEAL)
ATTEST:
Witnesses to Surety
'-'M ajack 4P f--'
(Signature of Notary Public)
NAME: 14`0�
(Legibly Printed)
Notary Public, State of
Commission No.: ��iy0
SURETY:
Western Surety Company
(Printed Name)
(Business Address
(Authorized Signature)
(Printed Name)
12
Construction Services Agreement: [2022_ver.3] 4 p £)
Bond No. 30167544
114
Paul A. Locascio
Witnesses
STATE OF Florida
COUNTY OF Alachua
As Attorney in Fact & FL Resident Agent
(Attach Power of Attorney)
Benjamin H. French
(Printed Name)
151 North Franklin Stree
Chicago, IL 60606
ter_
(Business Address)
312-822-5000
(Telephone Number)
The foregoing instrument was ackno rgdged before me by means of 13 physical presence or ❑
online notarization, this Zg day of owmLor" 20 24, by
Benjamin H. French as attorney -in -fact
of Western Surety Company a SD corporation, on
behalf of the corporation. He/she is personally known to me OR has produced
personally known as identification and did (did not)
take an oath.
My Commission Expires: 12/17/22
__. (Signature of Notary Public)
TRAVA RIDLON
NOTARY PUBLIC
STATE OF FLORIDA
NO. GG284959
MY COMMISSION EXPIRES DEC. 17, 2022
(AFFIX OFFICIAL SEAL)
Name: Trava Ridlon
(Legibly Printed)
Notary Public, State of: FL
Commission No.: GG284959
13
Construction Services Agreement: (2022 ver.3)
IIA
EXHIBIT B-2: PUBLIC PERFORMANCE BOND
ITB #22-7992R
Bond No. 30167544
Contract No. 22-7992R
KNOW ALL MEN BY THESE PRESENTS: That Haskins, Inc.
, as Principal, and
Western Surety Company as Surety, located at
151 North Franklin St.. Chicago 160606
(Business Address) are held and firmly bound to
Collier County Board of County Commissioners_, as Obligee in the sum of
Fifteen Thousand Five Hundred Seventy -Nine Thousand Three Hundred Thirty -Nine and 85/100
($ 15, 579, 39.85 ) 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 C�h day of
�3 C-'AV C-V`' 1 20 a3 with Obligee for
22-7992R: Palm River Public Utilities Renewal Proiect Areas 1 and 2 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:
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 zay of
tJ0V2'rhbta( , 20 ' 2. , 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]
Bond No. 30167544
I I A
Signed, sealed and delivered
in the presencerof:
as to Principal
NAME:
STATE OFL'
COUNTY OF Q,2
PRINCIPAL
The foregoing instrument was acknoII dged before me by means of hysical presence or ❑
online notarization, t ' 2�S' ' day of v�+�► W 20 Z- , by
as i�oFIV
of a -- corporation, on
behalf of the corpor tion. He/she is personally known to me OR has produced
/t) as identification and did (did not)
take an oath.
My Commission Expires: OZ ) l31
•;�p�iv "a�B:, MABEL LAGO
r° •� • �'= Notary Public - State of Florida
•._
Commission n GG 269100
My Comm. Expires Feb 13, 2023
Bonded through National Notary Assn.
(AFFIX OFFICIAL SEAL)
(Signature of Notary Public) A Name: `a
(Legibly Printed)
Notary Public, State of* T--
Commission No.: V' 0
15
Construction Services Agreement: [2022 ver.3],f
f
Bond No. 30167544
I I A
ATTEST:
Witnesses as to Surety
Paul A. Locascio
Witnesses
STATE OF Florida
COUNTY OF Alachua
SURETY:
Western Surety Compan
(Printed Name)
(Business Address)
(Authorized Signature)
(Printed Name)
OR
As Attorney in Fact & FL Resident Agent
(Attach Power of Attorney)
Benjamin H. French
(Printed Name
Franklin
151 North Street��-
Chicago, IL 60606-
(Business Address)
312-822-5000
(Telephone Number)
The foregoing instrument was ackno I ged before me by,�rrF�teans of C physical presence or ❑
online notarization, this Zday of N��'"� 20 by
Benjamin H. French , as attorney -in -fact
of Western Surety Company a SD corporation, on
behalf of the corporation. He/she is personally known to me OR has produced
personally known as identification and did (did not)
take an oath.
My Commission Expires: 12/17/22
ETRAVA RIDLON
NOTARY PUBLIC
STATE OF FLORIDA
NO. GG284959
MMISS O EXPIRES DEC.17, 2022
(AFFIX OFFICIAL SEAL)
(Signature of Notary Public)
Trava Ridlon
(Legibly Printed)
Notary Public, State of: FL
Commission No.: GG284959
16
Construction Services Agreement: 12022_ver,31
Bone No. 30167544
Western Surety Company i i A
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,
constitute and appoint
L Dale Waldorff, Benjamin H French, Pamela L Jarman, Paul A Locascio, K Wayne Walker,
Ronald J Hays, Rebekah F Sharp, Trava Ridlon, Individually
of Fort Walton Beach, FL, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto
affixed on this 15th day of July, 2022.
,zuaer"
WESTERN SURETY COMPANY
,W i pPOAq '
aul T. Bruflat, Vice President
State of South Dakota
County of Minnehaha ss
On this 15th day of July, 2022, before me personally came Paul T. Bmflat, to me known, who, being by me duly swom, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that itwas so affixed pursuant
to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be
the act and deed of said corporation.
My commission expires M. M. BEENN
BT
,,HOTAnrrueuc�� /
rwSOUTH DAKOTA
March 2, 2026 :,,,,,,,.,.,.,«........«....:
M. Bent, Notary Public
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,
and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the said corporation this Z day of WOf, 744-
.
WESTERN SURETY COMPANY
f
4pPP0Agr;Olip'6(
� -/ri �� '
'
L. Nelson, Assistant. Secretary
Form F4280-7-2012' - - _ , _• �$
Go to wwwxnasu,retvx f*M'> Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Bond No. 30167544
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may
appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The
corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation.
The signature of any such officer and the corporate seal may be printed by facsimile.
I I A
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]
I I A
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.
O-Irp
18
Construction Services Agreement: [2022_ver.3]
I I A
Collier County Florida
Insurance and Bonding Requirements
Insurance / Bond Type Required Limits
1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government
Statutory Limits and Requirements
Evidence of Workers' Compensation coverage or a Certificate of Exemption issued
by the State of Florida is required. Entities that are formed as Sole Proprietorships
shall not be required to provide a proof of exemption. An application for exemption
can be obtained online at https:Hgpps.fldfs.com/bocexempt/
2. ® Employer's Liability
$_1,000,000_ single limit per occurrence
3. ® Commercial General
Bodily Injury and Property Damage
Liability (Occurrence
Form) patterned after the
$_2,000,000_single limit per occurrence, $3,000,000 aggregate for Bodily Injury
current ISO form
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. ® 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 $5,000,000
each occurrence if applicable to the completion of the Services under this Agreement.
$ Per Occurrence
® Pollution $ 1,000,000 Per Occurrence
❑ Professional Liability $ Per claim & in the aggregate
❑ Project Professional Liability $ Per Occurrence
❑ Valuable Papers Insurance
❑ Cyber Liability
❑ Technology Errors & Omissions
$ Per Occurrence
$ Per Occurrence
$ Per Occurrence
Iia
7. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'
check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or
proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made
payable to the Collier County Board of County Commissioners on a bank or trust
company located in the State of Florida and insured by the Federal Deposit Insurance
Corporation.
8. ® Performance and For projects in excess of $200,000, 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.
® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to
meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance
provisions.
10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial
General Liability where required. This insurance shall be primary and non-contributory with respect to any other
insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be
endorsed accordingly.
11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of
County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates
of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For
any and all work performed on behalf of Collier County.
12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295
Tamiami Trail East, Naples, FL 34112
13. ® Thirty (30) Days Cancellation Notice required.
14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed
necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor.
Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project
proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier
County Risk Management Division.
GG — 8/16/22
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.
a
I I A
EXHIBIT C: RELEASE AND AFFIDAVIT FORM
COUNTY OF (COLLIER)
STATE OF (FLORIDA)
Before me, the undersigned authority, personally appeared
being duly sworn, deposes and says:
who after
(1) In accordance with the Contract Documents and in consideration of $ to be received,
("Contractor") releases and waives for itself and it's subcontractors, material -
men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the
Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between
Contractor and Owner, dated 20 for the period from to
. This partial waiver and release is conditioned upon payment of the consideration described above.
It is not effective until said payment is received in paid funds.
(2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor,
materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against
any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor.
(3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other
charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release
and Affidavit.
(4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No
Witness
Witness
STATE OF
COUNTY OF
on
CONTRACTOR
BY:
ITS:
DATE:
President
[Corporate Seal]
The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this
day of 20 by I as
of a corporation,
behalf of the corporation. He/she is personally known to me OR has produced
as identification and did (did not) take an oath.
My Commission Expires:
(AFFIX OFFICIAL SEAL)
(Signature of Notary Public)
NAME:
(Legibly Printed)
Notary Public, State of
Commissioner No.:
19
Construction Services Agreement: [2022_ver.3]
I I A
EXHIBIT D
FORM OF CONTRACT APPLICATION FOR PAYMENT
Collier County Board of County Commissioners the OWNER or Collier County Water -Sewer
Owner's Project
Manager's Name:
Bid No.
Project No.
Count 's Division Name
Purchase Order No.
Submitted by Contractor
Representative: Name
Application Date:
Contractor's Name &
Address:
Payment Application No.
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
Insert Datel
$
Retainage @ 5% through [Insert
date
$
Retainage @ %
after Insert date
$
Less Retainage
$
Total Earned Less Retainage
$
Less previous payment(s
Percent Work Completed
to Date:
%
AMOUNT DUE THIS
APPLICATION:
$
Percent Contract Time
Completed to Date:
%
Liquidated Damages to
Be Accrued
$
Remaining Contract Balance
$
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.
Contractor's Name
Contractor's Signature:
Date:
Type 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:
I
I Date:
a ment to the CONTRACTOR
for the above AMOUNT DUE THIS APPLICATION is recommended b :
wner's Project Manager
Name:
ignature:
Date:
20
Construction Services Agreement: [2022_ve
I I A
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 COMPLET COMPLETE TO FNISH REfAINAGE RETAINAGE RETAINAGE
PREVIOUSAPPLICATIONS THIS &STORED (redaoed.are) WITHHELD
THRUDATE SINCE DATE PERIOD TO DATE
TOTALS
' Explanation for the 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 afterthat date is placed
in the Since Date column. This states what has happened since the change in retainage.
21
Construction Services Agreement: [2022_ve
I I A
Exhibit D
(Continued)
Stored Materials Record
Formula: A+B-C-D=E
A
B
C
D
E
Date
Description
Supplier
Invoice
Number
Previously
Received
Received
This Period
Previously
Installed
Installed
This Period
Balance
To
Install
GAS
22
Construction Services Agreement: [2022_ver.3]
I I
EXHIBIT E: CHANGE ORDER
Coler County
Procurement Services
Change Order Form
❑ Contract Modification ❑ Work Order Modification
Contract #: Change M== Purchase Order #: Project #:
Contractor/Firm Name: F Contract/Project:
Project Manager Name:1 I 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/0! 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/01 Change from Current Amount
Completion Date, Description of the Task(s) Change, and Rationale for the Change
Notice to Proceed Original Last Approved Revised Date
Date Completion Date Date (includes this change)
# of Days Added Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other
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
ims cnange is nuE prucesseu. Mudcn duwuUndi u11UH11du-i L— U—Vii 1 iviwaw w -1-1 -111-..
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: udW.
(Division Director or Designee)
Approved by: Date:
(Procurement Professional)
'Revised.0 M4S T; 2 i Dwik'ns wbo may 11-4 lte a€idolon'W SBCp d ures fl1p Include oil 'lepaS4u; -sheet VPb4OGUMfWNT USE ONLY
... ... ......
tm MX, Y,Cz fb
1' .x
C P*CZ
23
Construction Services Agreement: [2022_ver.3]
I IA
Change Order/Amendment Summary
CO#
AMD#
Description
COST
TIME
Justification
Additive
Deductive
Days
Added
New
Amount
Rewspd. OVW2021 (Oiws4ns wlio may r N-wre widdional niitures may irr.lude on seam ate stleet.)
24
.3
Construction Services Agreement: [2022_ver
t1A
OWNER'S Project No.
PROJECT:
CONTRACTOR:
Contract For
Contract Date
EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION
Design Professional's Project No.
This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified
parts thereof:
To
OWNER
And
To
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.
IIA
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 120
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]
7,
4
I I A
EXHIBIT G: FINAL PAYMENT CHECKLIST
Bid No.: Project No.: PO No.:
Contractor:
The following items have been secured by the
for the Project known as
Date:
and have been reviewed and found to comply with the requirements of the Contract uocuments.
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:
By Design
Professional:
By Owner:
Company Name)
(Signature)
(Typed Name & Title)
(Firm Name)
(Signature)
(Typed Name & Title)
(Department Name)
(Signature)
(Name & Title)
27
Construction Services Agreement: [2022_ver.3
C,
I I A
EXHIBIT H: GENERAL TERMS AND CONDITIONS
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.
2s
Construction Services Agreement: [2022_ver.3]
,CSC,
I !A
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] cc;
I !A
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]
IIA
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]
IkL/
11A
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.3]
I I A
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]
IA
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: PublicRecord Reg uest(JiJ)_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] G�]
I aA
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]
LJ
t lA
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 Change
Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the
manner as Owner and Contractor shall mutually agree.
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]
I IA
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]
C(INC
t lA
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 seg. 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 (ITB) 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]
�J.
I I A
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.gov/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 seg, 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]
LAC;
III
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]
I IA
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.31
IIA
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]
IIA
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]
III
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]
I 1 A
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 5.13, 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]
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]
I I A
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]
i lA
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]
I iA
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.3] 1
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]
I I A
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] C ko
IIA
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(o)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] " JN
�
;IA
EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS
❑ Attached hereto, following this page
® Not Applicable
55
Construction Services Agreement: [2022_ver.3] L �,,
I I A
COMMERCIAL AUTOMOBILE
CAU 041 (01 15)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AUTOMATIC ADDITIONAL INSURED - WHEN
REQUIRED IN WRITTEN AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS
AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated
below.
The following is added to Section II — Covered Autos Liability Coverage, Subsection A. Coverage, Paragraph 1.
Who Is An Insured:
Who Is An Insured is amended to include any person or organization for whom you are required to name as an
additional "insured" in a written contract or agreement that is signed and executed by you prior to the loss for
which coverage is sought, but only with respect to liablity arising out of a covered "auto".
Such person or organization is an "insured" but only with respect to your negligent actions, which cause liability to
be imposed on such person or organization without fault on the part of said person or organization.
CAU 041 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1
Copyright 2015 FCCI Insurance Group.
Insured Copy
IIA
1
A6 o CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
11 /21 /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
BKS Partners
5216 Summerlin Commons Blvd
Suite 200
CONTACT
NAME: Yarltza Soto
PHONE x .239-931-3021 FAX No :239-931-5604
E-MAIL
ADDRESS: adtza.SotO bkS- artners.com
INSURERS AFFORDING COVERAGE
NAIC #
Fort Myers FL 33907-2139
INSURER A: National Trust Insurance Coma
20141
INSURED HASKINC-01
INSURER B : FCCI Insurance Company
10178
Haskins, Inc.
10956 Enterprise Ave.
Bonita Springs FL 34135
INSURER c :Indian Harbor Insurance Com an
36940
INSURERD: Brid efield Casualty Insurance
10335
INSURER E :
INSURER F :
r`n11F17Ar-PQ CERTIFICATE NUMRFR:3A296S943 REVISION NUMBER:
vTHIS 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.
INSRPOLICY
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
MM/DDYLIC/YYYY
EXP
MM DD/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
GL10004897404
7/1/2022
7/1/2023
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE 1�1 OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence)
$ 100,000
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OP AGG
$2,000,000
POLICY JET 1K LOC
OTHER:
A
AUTOMOBILE LIABILITY
Y
CA10002608304
7/1/2022
7/1/2023
COMBINED SINGLE LIMIT
Ea accident
$1,000,000
BODILY INJURY (Per person)
$
ANY AUTO
BODILY INJURY (Per accident)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
IX
X HIRED X NON -OWNED
AUTOS ONLY AUTOS ONLY
Per PERTnDAMAGE -
$
PIP
$10,000
B
X
UMBRELLALIAB
X
OCCUR
UMB10002608404
7/1/2022
7/1/2023
EACH OCCURRENCE
$5,000,000
AGGREGATE
$ 5,000,000
EXCESS LIAB
CLAIMS -MADE
DED T X TRETENTION $ 1 n nnn
$
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANYPROPRIETOR/PARTNER/EXECUTIVE Y�
OFFICER/MEMBEREXCLUI
(Mandatory in NH)
NIA
0830-56505
7/1/2022
7/1/2023
X ISTATUTE ERH
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
C
Contractors Pollution Liab
Claims Made Coverage
Retro Date: 7/1/17
PECO05016005
7/1/2022
7/1/2023
Each Claim
Defense Costs
Retention Ind Defens
$1,000,000
$1,000,000
$10,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Palm River Public Utilities Renewal Project Areas 1 and 2.
Collier County Board of County Commissioners is included as additional insured with respect to General Liability on a primary and noncontributory basis per
form CGL084 and auto liability per form CAU041.
111"It-1A 1 r nUL-L)C c
Collier County Board of County Commissioners
3295 Tamiami Trail East
Naples FL 34112
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
l21/t/,-- 4 t vim
U -1 tfoo-LU -ID A%IkJMU I1VRr runt 1IVIY. f111 11H 1. ,cam .-
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
I I A
POLICY NUMBER: GL100048974-02 COMMERCIAL GENERAL LIABILITY
CGL 084 (10 13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -
AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU - ONGOING OPERATIONS AND
PRODUCTS -COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
5(;Ht:UULt UF' I IUNAL
Name of Additional Insured Persons or Organizations
(As required by written contract or agreement per Paragraph A. below.)
Blanket
Locations of Covered Operations
(As per the written contract or agreement, provided the location is within the "coverage territory".)
VARIOUS
(Information required to complete this Schedule, it not shown above, will be snown in the ueciaraiions.)
A. Section II —Who Is An Insured is amended to include as an additional insured:
1. Any person or organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement in effect during the term of this policy that
such person or organization be added as an additional insured on your policy; and
2. Any other person or organization you are required to add as an additional insured under the contract or
agreement described in Paragraph 1. above; and
CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3
Copyright 2013 FCCI Insurance Group.
Insured Copy
I I A
3. The particular person or organization, if any, scheduled above.
Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury",
"property damage" or "personal and advertising injury" occurring after the execution of the contract or
agreement described in Paragraph 1. above and caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for
the additional insured; or
3. "Your work" performed for the additional insured and included in the "products -completed operations
hazard" if such coverage is specifically required in the written contract or agreement.
However, the insurance afforded to such additional insured(s) described above:
1. Only applies to the extent permitted by law;
2. Will not be broader than that which you are required by the contract or agreement to provide for such
additional insured;
3. Will not be broader than that which is afforded to you under this policy; and
4. Nothing herein shall extend the term of this policy.
B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or
"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional
architectural, engineering or surveying services, including:
1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; or
2. Supervisory, inspection, architectural or engineering activities.
C. This insurance is excess over any other valid and collectible insurance available to the additional insured
whether on a primary, excess, contingent or any other basis; unless the written contract or agreement
requires that this insurance be primary and non-contributory, in which case this insurance will be primary and
non-contributory relative to insurance on which the additional insured is a Named Insured.
D. With respect to the insurance afforded to these additional insureds, the following is added to Section III —
Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
1. Required by the contract or agreement described in Paragraph A.1.; or
2. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
E. Section IV — Commercial General Liability Conditions is amended as follows:
The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following
additional conditions applicable to the additional insured:
An additional insured under this endorsement must as soon as practicable:
CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3
Copyright 2013 FCCI Insurance Group.
Insured Copy
IIA
1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit' under this
insurance, and of any claim or "suit' that does result;
2. Send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the
investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy
conditions; and
3. Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would
cover the additional insured for a loss we cover under this endorsement and agree to make available all
such other insurance. However, this condition does not affect Paragraph C. above.
We have no duty to defend or indemnify an additional insured under this endorsement until we receive from
the additional insured written notice of a claim or "suit'.
F. This endorsement does not apply to any additional insured or project that is specifically identified in any other
additional insured endorsement attached to the Commercial General Liability Coverage Form.
CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3
Copyright 2013 FCCI Insurance Group.
Insured Copy
1 1 AR
Comments of Riviera Golf Estates President Patricia Campbell before the Board of County
Commissioners January 10, 2023, regarding agenda item 16.C.1, proposed termination of
IQ water use contract
• Hello, my name is Patricia Campbell, President of the Riviera Golf Estates Homeowners
Association. I reside at 149 Estelle Drive in RGE
• Thank you for allowing me to speak on behalf of our community of 690 homes which
directly abuts the golf course which has utilized the contracted County IQ water rights as
a means to maintain the grass and other vegetation on the land over the past 7+ years.
• On behalf of our community, I wanted to make clear, despite what the background
information provided to the Commissioners may suggest, that our community objects to
the termination of the IQ water rights associated with this property. We first
communicated our objections to the County Manager, County Attorney and former
Commissioner of District 4 in my email message to the above persons on September 14,
2022. Our Association only received notice of this recent proposed termination of IQ
irrigation rights by the public posting of the Commissioner's meeting agenda for today.
• As all of you are most likely aware, this golf course property has been the subject of an
Intent -to -Convert application process during 2022, which proposes to rezone the land for
a high -density residential development of ±384 homes on the property, which has served
as both our existing drainage system and flood plain for about 50 years, and has
successfully protected our HOA properties from flood damage through Wilma, Irma, and
most recently Ian. Needless to say, it is a crucial element to our community's safety.
• I have been advised by staff in the water use group that a cancellation of this contract
means that any future land owner will have to re -apply and will fall to the bottom of the
waiting list to have these rights restored.
• We therefore ask you, as the ultimate decision -making body for the County, who may be
asked to render a decision on a potential rezoning application, to not take this symbolic
step in favor of a future developer of the land, and to maintain the neutral position of
maintaining all current conditions on the land until the proposed future property use is
fully evaluated by County staff and the Planning Commission.
• We, therefore, respectfully request that the Board table this IQ water use termination
request at the present time and, thereby, assure the objectivity of any rezoning process
going forward. Doing so will also not make it more difficult for a third -party purchaser of
the property to obtain irrigation services following such a purchase.
I I A
Riviera
GOLF
:STATESsht
425 Charlemagne Blvd. Naples, FL 34112 Phone: 239-775-3573 Fax: 239-775-3573
Email: rivierage@gmail.com Website: www.rivieragolfestates.org
September 14, 2022
Amy Patterson
Collier County Manager
VIA E-MAIL ONLY TO: Amy.Patterson@colliercountyfl.gov
Re: Proposed Second Amendment to the Major User Agreement for Delivery and Reuse of
Irrigation Quality Water (Riviera Golf Club/Lucky Two Golf, LLC)
Intent to Convert (ITC) Application No. PL20200001661
Companion to Rezoning Application No. PL20200001555
Dear Ms. Patterson:
I am writing to you on behalf of the Riviera Golf Estates Homeowner's Association to oppose the
request by the Riviera Golf Club/Lucky Two Golf, LLC to amend the Major User Agreement for
Delivery and Reuse of Irrigation Quality Water (the "Agreement") to provide a revised termination
date.
It is our understanding that due to the long list of potential users for those irrigation water rights, once
terminated, these rights will be very difficult to regain for years to come. While the issue of whether
this property should be converted and rezoned to allow high density housing is being considered, the
County is being asked to amend the Agreement that would clearly inhibit this property to function as
it is currently zoned.
It is clear that the current golf course owner did not just close the golf course, they have effectively
abandoned its current use as a golf course. It is not difficult to reason that the golf course owner is
doing this to degrade and devalue the property as an operational golf course in an effort to substantiate
their "need" for rezoning relief, and approval to amend the Agreement to revise the termination date
will only serve to enable their mischief. Further, if the Agreement is terminated it should be noted
that the golf course owner is creating their own hardship in the form of inadequate public service
availability for irrigation in the process, which should be sufficient basis to deny any forthcoming
rezoning application. We also fear that the lack of irrigation water may have negative implications
with respect to the shared drainage and flood management system.
Accordingly, we ask that the County adopt the neutral position that all current land use options and
conditions should remain undisturbed until the rezoning issue and its future land use implications are
resolved. We therefore respectfully request that the Board of County Commissioners table this request
to amend the Agreement and leave the current irrigation water rights in place for as long as the
property is zoned Golf Course (GC). By doing this, the fairness and objectivity of the current and
ongoing conversion and rezoning process for this property will be preserved.
` j 7
I 1 A
Thank you very much for your consideration of this request.
Sincerely,
Patricia Campbell,
President
Riviera Golf Estates Homeowners Association, Inc.
425 Charlemagne Blvd.
Naples, FL 34112
239-775-3573 (office)
tcampbell 134@comcast.net
cc: Jeffrey A. Klatzkow, Esquire, County Attorney (via e-mail only
j effreyklatzkow@colliercountygov.net)
Commissioner Penny Taylor, District 4 (via e-mail only Penny.Taylor@CollierCountyFL.gov)
Kathleen Berkey, Esquire, AICP, Counsel for Riviera Golf Estates Homeowners Association,
Inc. (via e-mail only KBerkey@beckerlawyers.com)
22450274v.1
Comments of Scott Soderstrom, P.E., before the Board of County Commissioners January
10, 2023, regarding agenda item 16.C.1, proposed termination of IQ water use contract
• Hello, I am Scott Soderstrom, a licensed Professional Engineer in the state of Florida, and
I reside at 148 Estelle Drive. I want to briefly highlight the likely issues associated with
eliminating the irrigation contract for the golf course property.
• Without available irrigation quality water during the dry season the grass will die and the
native trees will become stressed and many will die.
• When the grass dies the soil dries out, and the land becomes less pervious, impairing the
drainage system which RGE relies upon.
• Soil erosion becomes a significant concern... erosion and siltation into the drainage
system retention ponds, culverts and swales on the property further impairs stormwater
flow and could result in increased flooding of the property.
• And, when the grass and trees dry out they become a fire hazard. If a fire starts in the area
this presents a serious challenge to firefighters who have to prevent the spread to
hundreds of homes and condominiums which encircle this land.
• In conclusion, unless there is a compelling reason to cancel this contract immediately, I
would advise that the Board wait until the future use of the property is settled.