Loading...
Backup Documents 11/18/2014 Item #11E ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1,4,.E THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) 1. Risk Management Risk , P► k I LI (d(, 2. County Attorney Office County Attorney Office • 3. BCC Office Board of County 11-‘6 Commissioners V (, / `Z`\\`\ 4. Minutes and Records Clerk of Court's Office 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana De Leon for Brenda Brilhart Phone Number 252-8375 Purchasing Staff December 11,2014 Contact and Date Agenda Date Item was November 18,2014 V Agenda Item Number 11.EL� Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 14-6349 Douglas N number if document is Number/Vendor Name Higgins to be recorded INSTRUCTIONS & CHECKLIST Initialthe 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? DD 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 signed by the Chairman,with the exception of most letters,must be reviewed and signed AAAter 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 N/A 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 DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the C Chairman's signature. liE MEMORANDUM Date: December 15, 2014 To: Diana De Leon, Contracts Technician Purchasing & General Services Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #14-6349 "LASIP County Bard Road" Contractor: Douglas N. Higgins Attached is an original copy of the contract referenced above, (Item #11E) approved by the Board of County Commissioners on Tuesday, November 18, 2014. The second original contract will be held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-7240. Thank you. Attachment liE Co#7.7er County kiministrative Services Division Purchasing LASIP County Barn Road COLLIER COUNTY BID NO. 14-6349 COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: BrendaBrilhart@colliergov,net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Design Professional: ABB reJ ptrd>rsing Department•3327 Tatman Trail East•:Naples,Florida 34112-4901•YAW colliergov.net/purchasing 1 14-6349 LASIP County Barn Road 11E TABLE OF CONTENTS PUBLIC NOTICE 3 PART B - INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 14 BID SCHEDULE 15 MATERIAL MANUFACTURERS 16 LIST OF MAJOR SUBCONTRACTORS 17 STATEMENT OF EXPERIENCE OF BIDDER 18 TRENCH SAFETY ACT 19 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS 20 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 21 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 22 BID BOND 26 BIDDERS CHECK LIST 27 CONSTRUCTION AGREEMENT 28 EXHIBIT A 1: PUBLIC PAYMENT BOND 35 EXHIBIT A 2: PUBLIC PERFORMANCE BOND 38 EXHIBIT B: INSURANCE REQUIREMENTS 41 EXHIBIT C: RELEASE AND AFFIDAVIT FORM 45 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 46 EXHIBIT E: CHANGE ORDER 49 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 50 EXHIBIT G: FINAL PAYMENT CHECKLIST 52 EXHIBIT H: GENERAL TERMS AND CONDITIONS 53 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 83 EXHIBIT J: TECHNICAL SPECIFICATIONS 84 EXHIBIT K: PERMITS 85 EXHIBIT L: STANDARD DETAILS 86 EXHIBIT M: PLANS AND SPECIFICATIONS 87 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 88 2 14-6349 LASIP County Barn Road { -1 1_E afizt CoirZr County AA:Irninistrative Services Division Puking PUBLIC NOTICE INVITATION TO BID LASIP County Barn Road COUNTY BID NO. 14-6349 Separate sealed bids for the construction of LASIP County Barn Road, addressed to Ms. Joanne Markiewicz, Director, Procurement Services, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 9th day of October 2014, at which time 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: $7.5 million dollars. A non-mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, at 11:00 a.m. LOCAL TIME on the 17th day of September 2014, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, LASIP County Barn Road Bid No. 14-6349 and Bid Date of October 9, 2014. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department Online Bidding System website: www.colliercov.netlbid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department 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 3 14-63.49 LASIP County Barn Road liE 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 eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. 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 twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 8th day of September 2014. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Director, Procurement Services 4 14-6349 LASIP County Barn Road 11E PART B -INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 15 - 29 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. 5 14-6349 LAS1P County Barn Road Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Refect Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 6 14-6349 LASIP County Barn Road E 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. 7 14-6349 LASIP County Barn Road liE Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: A. Examined all Bidding Documents thoroughly; B.Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C.Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and D.Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than twenty-five percent (25%) from the estimate at the time of bid. 8 14-6349 LASH',County Barn Road 1 1 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form-of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner's then current purchasing ordinance and policies. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Purchasing professional of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current purchasing ordinance and policies. A copy of the purchasing ordinance is available http:/lwww.colliergov.net/lndex.aspx?page=762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 9 14-6349 LASIP County Barn Road 11E 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County ina verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non- local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), 10 14-6349 LASIP County Barn Road liE then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall 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 and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 11 14-6349 LASIP County Barn Road liE 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a proiect for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 12 14-6349 LASIP County Barn Road liE ' Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business 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." 13 14-6349 LASIP County Barn Road liE CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA LASIP County Barn Road BID NO. 14-6349 Full Name of Bidder Douglas N. Higgins, Inc. Main Business Address 3390 Travis Pointe Rd., Ste. A,Ann ArborLMI 48108 Place of Business 4485 Enterprise Ave., Naples, FL 34104 Telephone No. 239-774-3130 Fax No. 239-774-4266 State Contractor's License# CGC060189 State of Florida Certificate of Authority Document Number 830666 Federal Tax Identification Number 38-1807765 DUNS# 01-722-2183 CCR# Cage Code OVD82 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 Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 14 14-6349 LASIP County Barn Road 11 E BID SCHEDULE LASIP County Barn Road Bid No. 14-6349 Bid Schedule Provided in Separate File 15 14-6349 LASIP County Barn Road 11E 47 m a z co 0 a V 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 N 8 8 8 U t0 40 t0 tC0p {{v..�; 8O N t0 f0 pO O O M 'r' s O 0 g O N 0 co g oi 8 PN9 6Ni G�1. M C�"1 , d M r 2 r ttn11. 1� aD O N r N ri sr' N n Oi CI7 h �Oy c' 6 Q c J- in N a) Cp to 2 co CI m v N N V' 01 u1 h v N N an R M 0 in r M . r r 19 H. 64 N M a h a a a H a a Ni Ni fs Ni to a o Ni N be. M o W W (a o O O O p0 ppOyNNMM008 88888 88 pp088O c O M N y O A h n N r 4 th = V xN dN 9m ` ! a _ p Na � N IA Ni N/ t. O CO M m N to V m H M r 't 0 lO CO _ 0 1-. h O) t+ php p ty N co C'�7 O Qf SL. CD Ch CV co n r N t~ N CO 0 a N < .- M N r N a C w to N N w > 4 LL > 0- aQ >- >- > r > Y >- z z Z Z > } U.. 0 J J J J J U w J (n 4 W U U 0 w co N w F N F 1- 0 w U J 1 i 0 0 a' 2 i D3 n- 4 co o m= Z W td m Z 0 w d 3 a z a w d r („) U N Z O H 0 a N u" `f0 Z Y = W z > U U 7y 0 0 f'` Q Z U U Q I z U 0 2 Q O 4 w N F a ¢ 9 g g �u co O u a z z m d sL 2 z i, 1.-in` ��aJ z z W U Zj Z w z 2' 0 p = O. i c Q t- Ni _ > W W. yl j X w .. O e0a F5 LL r o w 0 to O c� 0 1 z z z z w 0 Q l0L z cc z z LL Z � Q P o < < < Z. Z o x 0 o Q M m o 4 u. o w w m X U W 5 o o - Zo O o o a w a z x Q m z z LI c� a 4 ay v CO r > - o > a z a L W g o O O Z m o m w U a Q F 1- _, a a a a / ! w O CC ce O w w ¢ 2 _1 H a a > > D M a a a z V Y m ce 0 X w w u. V! O O X ¢ co v> vs U U U 1 r .9 7 N M N tt) Z r N_ N 2 °r° o n r ti' a 1. r- d h m 1, d t t O O O $ r d N N t CSO to r -$ i L O p r t- �- r r r .'N- CO N 44 0 0 a A 'r e► i [M�j 1 U i 0 f v R c 0m 0.6 liE m 0 z w ❑ _ _ O S S S o o S S 0 0 0 0 0 0 0o S S $ S o S o So S o N M N 2 M 'A g N A 'Co' E 8 - Pi O w < g E M S M 'd' V N O e= S O CY r I+ If9 M M co t`') N N �''� ti O 'd' VN' Cti V N - iV c- 3 co V _�. 69 6 E9 E9 E9 49 E9 VY H E9 69 M 69: 'E9 E9 '69 69 EA EA M E9 69 W 69 K 69 O b8• p S S O S 8 O O O 0g S S O S Cw EO O • + • • d • m j N Q a- uo O d W V co .7NrM0gf2 Npr ❑ V r_ NEh ONrN el Y E9; oo. . c- p coEO 69 w E9 yr E9 Me- EA 1nt.1., 69EEE- `" 0c/ h4 6f9 W w E9 69 byE9 uN Sol co N , N S N (0 N N a- e- M N a- a- a: r W r V a- a- -M M 9 Ni O ' Q y Qt a 4 q Q Q` g W J J J J J 6 W W W W 111 111 6 W W 6 6 W 6 6 W 6 6 O s '- C r r' z W wW w a co ct st m ( co co i co 0 O m Z Z 2 Z 0 1.= N a O _ n x cc cc Lu ct sr a w• c wz ce w s 0 ❑ En CO CO CO CO X 0 0 z 2 J CC CC tY Oc W CO co O Z d r2. D• 0 0 0 0 0 o 0 W w • o En En cA � C t.. a z 0 W 8 _ 0 w w w w w w b w a0 o 0 o C7 r< f w zuW vagv ❑ w I a- _ aa = etOzaWWWW a O 0 O Q a a a o w0 UJ ILI WODU0 U z o a 6 - 7 .( En ra gOOz w 6 222 N 2 a 4A a o o X Z O a a 0 g 0 0 0 a 0 0 0 0 0 0 ill CD U > x v c� v- c� m COCOCOCOCOp m m O -+ ¢ cn z 0 U > tU- U ►U- a w w ww w w a J J J= _J J J U 0 ❑ a a ❑ e U' V) ILJ a p .645 0 b BA o W 0 0 =0 D ❑ tp CO CO CO tFo- in CO CO CO O Ox Q U W W '� W W 0 W W W W W W WW W W W W Z' Z Z - N w x OJ a a a n. CL a Z z z z z z Z z z 2 m N N M• M L. �, En a a a n. a a _ rp �p in CO 00 r a- - co .9.e— V-) E? S , le) Q) a) .-- a- N C9 M z vs) 'h 'h 'h A 6 A '? '2 'ri Ur 4' r- A c� N ,, i 1 s, P6i i • • a E • c.2 E vvS v a a a v v Nv `i v xv � a V a 0C g v Kt c 0)0) 1 0. 1 1 E VI, 7 a z w a a - - - IS o g $ g 8o o o o o a 8 0 0 0 0 °Do 0 g0 o ..- 0o 00 U e CO N RI U) sa 't 2 l v-• M O N O Nm O • ) 2 N :8 cb en ) NN MN N o .- ",1' c4 co- r 0m M r _ .4- N CO V CO r I. eD 69 US M 63 63 M N K 49 N to t? eA 44 M N h to W 69 69 44 M 69 V) 69 0; 'N O 0. O O .O 0 O O O O 0 O .0 O O 0 p- 8 8to g p O O 8 •8 O o u) N cci -o�ppf O r eD �N�yy cNci fan NO V `N o c, (AR N 8 u, w N U9 /9 fA VY fA 19 fF! H v ... ow f9 N te 3 M 69 V! i4 N a co "„ c(D O m m m N Qi2. r -O N r N r ,ed. u) '" N 'md' N r N r N V CO N r� a. ..! J JaJ X Q Q W WJ . co W J J J J u1 LL r L 1r W J Q a Q z a rt Y ua o,� 0 a m T a N. :z N. a 3 Ce 0. m .o T c'. 8 v •eQ te h U Z `D. J Z Z N U C9 g ui Li. - z z z z z a _ cU 7.1 _z 7,t w z i b s 0 TS 0 ¢¢ QQ aQ 0 U 0 to Q' LL Z J 2 2 S Z 0 ❑ W u- $. cn X H W W W 11.1 CO M co Y O O Z z N N .(-1�. W w I- I- 1- z U U Z = fo a Q 0 c0i cQ) 0 } �' _ ci m w U (o w J z z _ tR co W u) o 0 1- --. w U > > > n m W as a a F o o z o o u v v x g o a a Qe w w as a a D 1- F 2 z j Y Y r m a U to w ( 0 c0 0 < c) o o ❑ o z z z z z z a a > 14 0 1— Z Q co 000W c9 ct > > z a w 6 0 0 0 0 m m U > > u) co co Cl) co y '�' v w v Y w tt o co 5 w 1- ui 4 5 0- E m co co co co tofx < F w Y J = m m ~¢ i— < r 00000 ^6 a c CO t, fa z z z z z O Z W a a ct a F . U w W W W W W W W J j z z z z o 'J w D O O g 2 L Q Z Z z x z a O 0 0 w CC a 0 LL LL LL LL LL U. LL a ›. . K Cl) co cn o, co f 0 �Ny •9 N NN N NN r N V 0 0 ^ r 1i 3 GN _ „- zr N N o h ~ d O cS d 3 C E NNNQC ^ J1JCS O O O O t N to N 7 dd 7) O tQPVV 00N000N O A h- h ,n0 u7 L1') 11) I ` 0 0 V x- to co u u u) ul h m U R icsC 0)03 m iti as 2 7 0 6 0O t0 O 0 O o p 8 g O o O p M p p C. p p S p O O O 8 pN OpNio2pN N O 28 VmS N r� 8 I Q8MAr CO I". •f N N N ID CO 0:7 N N CO i O. N N N Q M CO e- N. CO. M t- M - iN N a) M W - f! 3 1- IA fA `69 69 fR 60 69 V3 69 EA 69 69 to &3 b9 'N to 49 H N pN N M i9 to #9 C $ 88 �� O yOy O O NN0 O O O O 8O 8 O cr, 83 O O O ftOp� O c.; U 89 W /ell iA fi3rgiV3Ili V3 Q N e'+ a fvj 70 1 _� a v.. 2 V3 N! I NN ��pp n •- a N PJ r M a ID a 1 r N e- N r e- s^ e- r r t f O QQn L-LJ w W 6 X d J Q Q w 6 Q 4 Z JJ LL t . Q 0 O I- Z eter 0 I- 3gm zre en 2 ch ET ce) re cr z w a q 7 Q W TZ. o T- Zz i LL O U.. uj. Q -* J W a U co e w.: w O IW,) U 7 I- a. ao, o W O Q Q 5`y�'� i^ _x Cn N IL U Z _l I j c` e' N ,r• x W - a 0 d e- J a 7 4 Q W CO N a a 3 0. o 'z - ,cs, F c - N • Q. < O -J 0 -J 0 0 W S 0 O 0 w 0 ?_ UUU. LL LL LL O Y p ((]]�1 (n (7j 1" (Ju)� S H ZL U 7 W W W W W a W al w UT ❑t z o 0 0 0 0 0 0 0 0 0 o z 0 z_ fa 1 a zd a zd zd zd Td zd. 7d" ¢ o 6 0 o 0 0 3 0 0 u_ z a> N w u> w 00 !~i3 0 N V) ~ Fw- W W w W W W W W z a IL _I ZZ 2 Z Z Z X U W U U U U U U U U U U U , q 0 O O z ¢ O z O O O 00 w ul i- i- F- i- i- I- i- I- I- I- I- 0 a .� w U U U U U U w J a a 0. 0. 3 3 g 5 S g CO Z F U U U U U U 13- Ce a 0 0 0 0 0 0 0 0 0 d I- t f= 0 0 0 0 0 O m O tt CC tE CL W W Ct c[ Ok LU Z O a < Ce Ir W ►a W W w w LU W LU LU LU W w 0 z z z Z W W W uxl w w ¢ s s i s x i x x x O O co m m m , m m m j Il' Cl. I- I•- h F N I- I- I- F I-- j- R f!) U 0 en LL Lt. LL u. w LL ll_ M O N M M O O e^- V M r N 7 rMe' rmr; N Z- aOf N N N N to O N N tq O ar r ^ N 741 5 M '7 '7 r N rNa N Nl bi r M A M c+h ch LIS E C . , t t t . t ', t . t U 2 to to co to 2 m m tor) cool t0 �a N N N N N N N N N N N N U ox 2U y m C t6 ID m Gln a.a. L. S4- C 0 O Z w 00 a 00 a _ o $ o o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o g g o ca 6 N tD tD vi (xi cV N CC; d N r CO co U) O) CO 0 M app SCD op 0 0 W O ra ti m °) t� GO pN VI 1: M c O) 0 M 1„40 N N o N M tD M M 6 Cl i cC tD N r N r U) u) O .- r N U) Ni N W o ., CO 49 t9 69 0 69 69 E4 Y) t9 t9 tR to to IA 43 H 69 0 M 0 M d) 0 H N 8 0 8 8 $ 8 •8 m m 8 8 $ q o c ap o 0N• q • $: co a• 8 8 o 0 0 G O M 00 co M t` co ti o co r Q co n �p �p C _M M 0 coN W a7 Vi N -8 - M N 8 ccn. r M cM� a •t '1 O) h H K 3 i y cA h 6, H a a MM . t'4 r�Csi p fA fA cry N 49 69 64 17 N: r N r V r - n N r d' U) co N N co Nr- N M N r N 7. a a w a z to in La v v M 0 w N I w ° �' J w w O p to �o a , a r w VL w n a. ? o 5 5 z > 0 D N m n. 5cc fi o >r ce a Z Z 2 2 2 — U ad oi) S w co za c' w o t. ) w G� C� g g N „L �y 0 z Q 1� ~ > 3 3 a a o w a s �. Di w w tl .� o a 3 3 o a e0 cr w Cc o j w ,n o o o r v - CL ¢ CY o -7 w • y �_ w ^ a a a o m zd } p w LL } a Q ix w w }0 .0 r N i 0 u� w w uj 1- � 0 w w ^ C z C rn _I ifE w 03Ui r w w ri Li J▪ 01 co u+ -.I C�7 a Q l Li. ad w 0 m a D r .. u LQ] g • J V 6. UJ N `•-� 0 y rn Z W co co to W ULu O J Q Q LL LL z Z O O Q W 0 00 a a x a w V0J U Z CC W Z 0 J 0 0 M Q �L I1 O O o a < z z w 1- co w w in C3 Z K J J - a c ee Z^ W m g 3 U U V E N O a 0. a 0 Q < in < g U w w 0 ° C7 q ut-i LL ti U a a U v Id z CD w U i ii tw- z g Z 0 z<-1 W n w w o O O 2 W= a cn CO m c9 O O 1- 1 0U c0!) d < c0) co Q JO O > > U3 d 0 c(/) 0) CO F- a) 0 0, 0 N r N in .- I- - O) m r N N r 0 V) f0 0 (0 _0 0 0 0 O , O, NNa (3-• tib( i p( i N fly) �:, U N i&4 U) U7 6) 0) 2 M w S N 6 6 N h to 0 f0 tCp� c0 {Cp� a 2 00 oD ID m j c0 W It ` CO t0 t0 `$ f0 c0 co t° c° CD 10 U0 a)�ro c CD C .c v C.0 En W as ,t, lIE 2 m 0 z Lu 0 Q U 0 o O 0 o 0 0 0 'O o 0 0 0 o O g O O O O O O -0o UUU8 o 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 O co pp •- in N N 0) (O va0 0. 0 0 o CV W ',F.4 0 0 CO f-. CO 00 CD O O) A CO 0) U) N �(0 V' W 'Q co co V o q N .- f.) 0 "t O) (9 N (D (.') 0 N (O N a0 r N r (D V 0) pop �. N r• h 10 N o d) 69. i9 M to (9 ( (0 0) 49 49 b') M EA 49 69 (A 49 69 69 69 49 6A 69 49 .. O9 p O 0 p o o g OOO p ON . OOo0OOpOp p Op++ —„q8 O p „sonp ri QO OO p O tg, • co < 2. O CO (ONN N m M 0 V <0 c0 010 Nt. w 1N M c‘i N W64 N69 CO - w9 to G9 o A 69' t9 te Ac(0Q c0 F _ CO 7- s- A- CO A- a' r .- tO 7 r N N H A- c0 0 n N N A- 0- 0 0 co., a o c Q Q d d Q X ¢ ¢ ¢ ¢ Q W W W W W W J J Q 6 ¢ 6 LL u. 4 4 a I- Q . 0 N 1- z O WW Of U COrei a n I Q g W Q o _Jv s W > i W m U 8 i?, O V p LU Co 2 O " >- =O aG W 0. 0 < Z .W m W �� Z C7 O g Ill J LU O O Z z O� > W W W jV Q w m 0 0 ZO ZO ° 0 _, Q W J W J ft 0 cr O 0 Z Ceca CO ¢ cPi v 0 w ¢ x 0 00 IX W oa v 0 ~ iu `—� > U ¢ m W w > > w C7 tori rz v `• O W> z 0 }LX g r-1 As z ZM L.L.'' i ILI u z Z CO z qa W p W W Z a z . z z Z Z ( I w Z t6 R a p o > O LU LUn. Q Q J N re re 3 ? > F > U > Z 1-- H CC fr Q Q co (~n (s m v 0 V0J 0 p Lt to N CO F_ "' a z ¢ ¢ 3 3 '�p W of l cc w0 P O pQ -, O 00 m 'Co iD co - ¢ < < LL c K v < < < m N 0 007 0 N Z N 0) Y .O co 0) '' N z o o o a �' 3 > 33 3 3 ID c0 m m 0 cc c 1,- rn 0 q ccm U c 0 0 m N 0 c2 m6 obi as 1 E a w Q Q 0 ✓ CO N N _ • N O F C 09 M �4 7 v 1- w ; a Z z s n! _ o U . rZ g a. O a• , .cc Z m X C m E e o c � c m ZR (t 1 lIE ' MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE 1 All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Do`alas N. Hiadins!Inc.', Signature: t "` '... ... - Date:: 10/09/14 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date;' .,, 16 14-6349 LASIP County Barn Road lIE LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2013-69 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. -'i i `'"'nr rzwovB +vw?i, . •: .v �,w3a� v"yT R f; x�s 'yr ... +,� fi.• ..,'/'m' .• . �t�t,.k,.'�'y.:`r+7 7 .�trt�'� •a*': n i. xit'.. ,�?a' fC'a t.0 -:+ �r�€^ �.h,. tni'; -x�'�.n 1. CLE 4 tr cod; EttgLerwrEcif E,J'r. , 2• €-Rgni- 44,-012r z E'. lzltt-?'eGr* E'" •. N r+e4.c FL 3. mace Ce9,-rzGR FEA./c. ; /1,t/9-101-.E'4" 4- ...C12 6A1.9'L 72-!,-71449 cOV Pr ia,' 5 45.E 034-7 /trloca , P 1,.. 5. ?"7-4,/,:r c Ace- tL -7. P„ o. T', .Bob's E3 r,tr-m ', re., • 1 n ^�+�( zT� r "f!$"r S4 zt�. 5 "9 "r.. •. mU ki in*z r �. viii , W ,rbagi tAil (ham f' `r [V . 1, 4 , s ,} ', r^' �A t i k �'� �s.,€- J�t �"� r�ri�� E .P'*�vY� .�+�;, t a i � $d �4 fM.r "._ry r, k to kiL a�rtm f 1 e,1 ` 3si ' t a� of y a '� 10naturt`%-�w gii rsl�...ala k'd Y '` .c.:1&65 k 'fir.".` "r "i 'a'� � �" a e7i11 0 0 14b 4 tt�ly c• . : *�' + 1 a, su+ .M jvKp.�.x. sv m .arty. +t4 3'" S f 3 44"5, ' .,'" `K....3. �..;"4:a..�i' �J.�.»:'4:' s. l 17 14-6349 LASIP County Bam Road liE STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five 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. Project and Location Reference 1. See Attached • -. 2. 3. 4. . 5. 6. Company: Douaias N. Higgins.Inc. Signature: i'A .r Date:` 10/0$1141 18 14-6348 LASIP County earn Road EXPERIENCE STATEMENT-SOUTHWEST DIVISION 11 • project Name* City County Flow Swap Prosect Name; Collier County Justice Center Muffin Monster Owner-Address-Protect Manager-Phone: Owner-Address-Protect Manager-Phone: Collier County Public Utilities Engineeriing Collier County Facilities Management Department 3301 East Tamieml Trail,Building H 3335 Tamiami Trail E.,Ste.101 Naples,Florida 34112 Naples,Florida 34112 Sandy Srldhar (230)252-8380 Engineer-Address-Phone; Entree/-Addresa-Phone: Agncil,Barber end Brundage Q.Grady Minor and Associates,P.A. 7400 Trail Blvd. 3800 Via Del Rey Naples,Florida 34102 Bonita Springs,Florida 34134 Dominic Amlco David Schmitt 239-947-1144 P,ontract Dale; July 27,2009 Contract Date; Marchi 1,2009 Final Contract Amount $132.79428 Final Contract Amount $141,588.41 Completion Date:. Septembar 9,2009 Completion Dale; Auguat7,2009 prelect Descrtoliorg ProtectDeseripllon: installation of force main,MOV's and valve vaults to two Construction of grinder pump station(vault),installation of locations which would allow bypass from Collier County muffin monster(grinder/auger assembly).new sanitary sewer to the City of Naples. and manholes.Replacement of the existing sanitary sewer with a new 12-Inch main and a nigh water alarm system. Proiect Name; Pump Station S-C Gearbox Replacement Protect Name: Cove Stormwater Pump Station Imp. Owner-Address-Protect Manager-Phone: Owner-Address-Project Manager-Phone: South Florida Water Management District City of Naples 2101 Centrepark West Drive.Suite 110 Department of Streets and Stormwater West Palm Beach,Florida 33409 295 Riverside Circle Gerard Flynn Naples,Florida 34102 (239)213-5000 Engin r-Address-Phone Enoltaer-Address-Phone: South Florida Water Management District AECOM 3301 Gun Club Road 4415 Metro Parkway West Palm Beach,Florida 33406 Suite 404 Wheel Wares Fort Myers,Florida 33918 (239)278-7996 Contract Dale December 3,2009 Contract Date* 214/09 Award,3/16/09 NIP Final Contract Amount: $2,191,945.00 Ffrnal Contract Amount 32,796,870.00 Completion Dale May 2010 Comoiation Dale: 2/8/10(Contract) Protect Name: Master Pump Station 305 Rehabilitation Prosed Name Water Reuse Piping Moditicatbns/Reuse System Upgrade Owner-Address-Protect Manager Collier County Owner-Dgdrass-Protect Manager-Phone; Pubic Utilities Engineering Department City of Marco Island 3301 Ta miami Trail East,Bugling H • Public Utitles Naples,Florida 34112 50 Bald Eagle Drive Sandy Sridhar Marco Island,Florida 34145 Bruce Welutein Engineer-Address: 239-389-5000 Q.Grady Minor and Associates,P.A. - 3800 Via Del Rey Engine: Bonga Springs,Florida 34134 - Metcalf and Eddy David Schmitt Contract Dale: February 10,2008 Contract Dela; August 11,2008 Final Contract Amount $649,171.67 Fhal Contract Amount $444,000.00 Complet(on Date: November 2008 Completion Date: January 16,2009 proiect Description: Protect Descriot(g6: Filly rehab 2300 GPM Master Pump Station Rehab 600,000 Galion Tank and convert potable water facility la reuse storage • S:\Naples Faes\Shared Fl es\aiperlence Statement 4 9 l/.rdnx. EXPERIENCE STATEMENT-SOUTHWEST DIVISION 11r Project Name; CAT Operations&Administration Center Protect Name; San Marco Master Uft Station. Pump Station and Force Main Connection Owner-Address-Protect Manaoer-Plume: Owner-Address-Protect Manager City of Marco Island • Cotner County Public Works Alternative Transporalion Division 50 Bald Eagle give 2885 South Horseshoe Drive Marco Island,Florida 34145 Naples,Florida 34104 Timothy E.Pinter,P.E. Sue Faulkner Engineer-Andreas-Phone: j=nakteer Q.Grady Minor 3800 Via Del Rey Bonita Springs,Florida 34134 Contract Date; January 2,2008 f=inal Contract Amount' $833,815.51 Contract Dale; February 14,2008 Completion Date; Final Contract Amount:. 5133,673.04 Completion Date- May 1,2008 Protect Description: Protect Descdc0on: installation of 14-itch force main,pump station end valve Construct new 800 GPM Master Uft Station vault to existing CAT Operations Bunting. Project Name: Irrigation Quality Water Project Protect Name; Golden Gate W WTP and Injection Pump Station Owner-Address-Protect Manacles Collar County Facilities Management Owner-Address-Protect Manger-Phone; 3301 Tamieml Trail East,Building W Florida Governmental Lanny Authority Naples,Florida 34112 11985 Confer Blvd.,Ste.7 Damon Gonzales Golden Gate,FL 34118 (239)455-1583 Engineer-Address-Phone: enc steer-Addrese-Phone: Anchor Engineering Arcade 2092 Old Arbor Ct, Contract Dale: March 14,2007 Sarasota,FL 34232 final Contract Amount; $1,213,474.52 813-335-1799 Completion Date; January 15,2008 Contract Date; August 17,2008 Final Contract Amount; 12,821,907.78 Completion Dale; July 13;2009 Protect Descdptlon- Expansion of Golden Gate WWTP which included the construction of a new digester,chlorine contact tank and injection wen pump station,modification of definers#1 and#2. installation of surge and annular pressure tanks and appurtenances. Protect Name" Treeline Master Pump Station Protect Name; PS S-127 ands-133' Pump Refurbishment and Bearing Replace. Owner-Address-Protect Manager-Phone; Oster-Address-Protect Mahaner-Phonic, City of Fort Myers South Florida Water Management District 2200 Second Street 2101 Cenkepark West Drive,Suite 110 Fort Myers,Florida-33902. West Palm Beach,Florida 33409 Elland Hayes;EL Mike Curley (239)332-8318 Epolneer-Address-Phone: Erktineer-Address-Phone: Johnson Embussing,Inc. South Florida Water Management District 2122 Johnson Street 3301 Gun Club Road Fort Myers,Florida 33920 West Palm Beach,Florida 33406 David Trouteaud Ted Swartz (239)334-0048 Contract Date; July 1,2008 Contract Date; April 10 2008 Final Contract Amount; $1,043,805.00 Final Contract Amount; $3,947,723.00 Completion Date; Felonry,2009 C9froletlon Date: July 2010 Protect Dasr7lotion: Installation of a master pump station located along Treeline Avenue.The project entailed a jack and bore under Treenne Avenue to conned to the existing force main and construction of a 20 fool deep master pump station. A 400 KW generator and odor control unit were also Installed. -e:1Nades FAesWxred Flks4Expertence Statement 914a1,x .a, ` EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name; Gateway Triangle Stormwater Improvements protect Name: Marco island North Barfield& North Marco Sanitary Sewer District • Owner-Address-Protect Manager-Phone; Cotter County Owner-Address-ProtectManager-Phone: Stormwater Department City of Marco Island 2885 Horseshoe Drive 50 Bald Eagle Drive Naples,Florida 34104 Marco Maid,FL 34145 Shane Cox 238-252-8102 Mr.James Miler 239-389-5011 Engineer-Address' HDR,Inc. Engineer-Address-Phone: 200 West Forsyth Street Bolye Engineering Jacksonville,Florida 32202 4416 Metro Parkway,Suite 104 Laura Phillips Fon Myers,FL 33916 Fred Midi Contract Dale; November 5,2007 239-278-7998 Final Contract Amount $1,021,336.78 Completion Date: July 28,2008 Contract Date• March 1,2007 ?relent Descrigtton: Stormwater improvements to existing area-excavation of Final Contract Amount: North Marco $4,644,806.90 approximately 34,000 Cy of dirt and grading to form three North Barfield$7,270,729.37 continuous ponds. Installation of box culverts,sheet ping, Completion Date; North Marco May 11,2008 concrete ditch pavement and storm drainage structures. North Barfield March 24,2005 Protect Description' Nor gravity sewer ler owe mite.(23,5401F)of as existing residential neighbodood.Sewer was uple14feet deep and needed Waal dewaterkta Also included laterals,closeouts,transmission main,laoameln,to etalons, and midway Coast-Caneuoantty we Suer the N.Marco Sewer Diet.NHO, en additiowi 15,685 LF al gravity sewer. Protect Name: NCWRF MLE Bleach Project Protect Name; Rehabtltallon of Master Pump Station 316 Phase 2,Mechanical Owner-Address-Protect Manager. Owner-Address-Protect Manager, Collier County Collier County Public Ulitities Engineering Department Public Utilities Engineering Department 3301 Tantami Trail,East,Building H 3301 Tamhmi Trail East,Building H Naples,Florida 34112 Naples,Florida 34112 Dianna Dued Sandy Srlclhar j;ncIneer-Address-Phone: Encineer-Address-Phone: Hole Monte. Q.Grady Minor&Associates 550 Encore Way - 3800 Via DDI Rey Naples,Florida 34110 Banda Springs,Florida 34184 Jerry Taricska 230-254.2000 David Schmitt 23B-947-1144 Contract Date' September 17,2007 Contract Date: November 16,2007 Final Contract Amount' $338,412.49 Final Contract Amount; 5785,823.34 ComolelioiDAte; June 17,2008 Completion Dale June 3,2008 Protect Description: Protect Descrig6on: Bleach piping modifications to chlorine contact chambers Full rehab 800 GPM Master Pump Station and modification of pump skids to have redundancy in bleach teed system. Protect Name; Rehabilitation of Master Pump Station 318 protect Name: NCRWTP chemical Labatary • Ventilation Improvements Owner-Address-Protect Manager-Phone: Owner-Address-Protect Manager-Phone: . Collier County Collier County Public Utilities Engineering Department Public t Utilities Engineering Department 3301 Tamiami Trail East,Building H 3301 Temlaml Tsai Eset,Building H Naples,Florida 34112 Naples,Florida 34112 Sandy Srldhar Torn Chmeik 239.732-2575 Enniheer-Address-Phone: Engtnaer-Address-Phone. Q.Grady Minor&Assoclales 7LC Engineering 3800 Via Del Rey 1400 Colonial Boulevard,Suite 203 Bonita Springs,Florida 34134 Fort Myers,Florida 33907 David Schmitt Nicholas L Mancuso 239-947-1144 239.275.4240 Contract Dale: October 9.2007 Contract Date- March 13,2007 Final Contract Amount: $789,070.59 Final Contract Amount $749,367.87 Completion Date: June 10,2008 Completion Date: November 30,2008 Protect DescrintIorl: Protect Description: Fully rehab 3000 GPM Master Pump Station Replace complete IiVAC system Including at hander, ductwork,exhaust fans,condenser and rehab fume hoods AVNarUs FtluAShered Files\Eapa,lenoe Statement 45 laaba __ EXPERIENCE STATEMENT-SOUTHWEST DIVISION 1 1 E Protect Name; Colter County NCRWTP AND SCRWTP Protect Name: Connection to Water Main-Marco Shores Sand Separators • Owner-Address-Project Meneaer; Owner-Address-Protect Monter-Phone: City of Marco Island Colter County Pudic Ullitles Public Works 3301 East Temlemf Trail 50 Bald Eagle Drive Naples,Florida 34112 Marco Island,Florida 34146 Diana Dunn James Miler Engineer-Address-Phone: • Engineer-Address-Phone: Hazen and Sawyer Contract Date: Apr126,2007 Contract Dale: December 20,2007 Final Contract Amount: $188,000.00 Flint Contract Amount 51,453,249.71 Completion Data; August 31,2007 ComoiatIon Date; July 17,2009 Protect Description' Procurement and Installation of two automatic self-leaning sand separators(custom bull in Germany)Including stainless steel piping,valves,instruments and control panels. Installation of system,which Included two,three-dumber pump stations, submersible pumps,venturi flowmeters,etc. Protect Name: SCRWTP Raw Water Transmission Main Project Name; Decomiselonlng of Pelican Bay &Appurtenances for Wastewater Treatment Plant Raw Water Wells 398,405,418&428 Owner-Address-Protect Manager Phone' Owner-Address-Protect Manaroer-Pune: Colter County Collier County Public Utilities Engineering Department Pudic Utilities Engineering Department 3301 Tamiami Trail,Building H 3301 Tamlami Trail East,Building H Naples,Florida 34112 Naples,Honda 34112 Peter Schell Sandy Sridhar gnalneer-Address-Phone; Fnalneer•Address-Phone: Hazen&Sawyer Hazen and Sawyer 2101 Coporale Boulevard,SuNe 301 2101 Corporate Boulevard,Suite 303 Boca Ratan,Florida 33431 Boca Raton,Florida 33431 Ainert Mundz Kurt Pfeffer 561-997-8070 561.997-8070 Contract Date; September 26,2008 Contract Date; February 6,2006 Final Contract Amount: 51,884,000.00 Final Contract Amount 572,500.00 Completion Date; April 11,2007 Completion Date; July 30,2006 Length of Contract' 210 days Protect Description: Installed 3500 LF of ib-imrdn HDPE raw water transmission main . and 3500 LF of Fiber Option and Electrical ductbanks,and Instrumentation and Control Facilities at the four new water well facilities. Tide provided the plant the ability to produce sufficient capacity to meet water demands. Included Installation of pigging stations and electrical enclosures. protect Name: Pelican Bay Fire and Irrigation Water protect Name: Reclaimed Water Aguilar Storage and . System Improvement at the Ritz Carlton Recovery Owner-Address-Protect Manager, Owner Address-Protect Manager_ Coiner County Collier County Public UIlldes Engineering Department Pubic Utilities Engineering Department 3301 Tamlaml Trail East,Budding H .3301 TemlamlTrak East,Building H Naples,Florida 34112 Naples,Florida 34112 Claude Nesbitt Ands Abbott lrnaineer-Address-Phone; Engineer-Address; Wilson Miler,Inc. Water Resource Solution 9200 Bailey Lane,Suite 200 . 1388 Colonial Boulevard Naples,Florida 34105 Fart Myers,Florida 33907 Craig Pager. Lloyd Horvath 800-649-4338 Contract Date: April 5,2006 Contract Date: March 30,2006 Final Contract Amount $4,658,515.28 Final Contract Amount: 5182 723.43 Comoletfon Date; June 6,2007 Completion Dale; February 28,2007 Protect Description: Installed a deep Injection wel for the storage of reclaimed water coming from Colter County water treatment plants.The Owner will have full capability to recover this reclaimed water for market and/or use for their own irrigation needs. S:\Naek+Fla\Sharad Nies\6WgienceSta n nt49 14xta, EXPERIENCE STATEMENT-SOUTHWEST DIVISION Prated Name: Tiportal Sewer District Prolect Name: Pads for MBR and Equipment Wastewater Collection System Expansion ,, k owner-Address-Piotect Manager-Phone: Owner-Address—Protect Manager-Phone' City of Marco Island City of Marco Island 60 Bald Eagle Drive 50 Bald Eagle Drive Marco Island,FL 34145 Marco Island,FL 34145 Mr.James Miller Mtr.Bnlce Weinstein 239.389-6011 239.389.5182 Engineer-Address-Phone: Engineer-Address-Phone; Bdye Engineering CDM 4415 Metro Parkway,Sidle 104 • 9311 College Parkway Fort Myers,FL 33916 • Fort Myers,FL 33919 Fred MItU Adam Sobtenski 239-278-7998 239-437-9494 Contract Date; March 7,2006 Gonad Date March 13,2006 Final Contract Amount' $2,920,703.33 Final Contract Amoyg; $183,000.00 • Completion Date; December 21,2006 • Completion Date: May 13,2006 Proieel Descriohom , New gravity sewer for over 2 miles(11,600 LF)In and existing developed nelghbothodd.Sewer was up te 14!eel deep wilnseded formai dewatering.lnelyded leterals,deeneuts,transmission main,laeemeln and a 15loot deet'Lig Station. The sit ateton included a precast wet well,submersible savage pumps,a control peek MIctrical,and startup fasting. Project Name- Rosemary Park Paving& . Protect Name: Forest Lakes MSTU Drainage Improvements Phase 2 Drainage Improvements Owner-Address-Project Manager-!?Drone; Owner-Address-Protect Manager-phone- City of Bordta Springs Collier County-ATM Public Works Department Stora tiler Department 9101 Bonita Beach Road 2885 Horseshoe Drive South Bonita Springs,Florida • Naples,Florida 34104 239-949.8243 Darryl Richard Engineer-Address-Phone; Engineer-Address; Q.Grady Miner Willson Miller 3800 Via Del Ray 3200 Bailey Lane,Suite 200. Bonita SpMga 34134 Naples,Florida 34105 David Schmitt Craig Pajer 239-949-8243 Contract Date; April 5,2006 Contract Dale: May 2,2006 Final Contract Amount* $831,805.33 Final Contract Amount $793,287,00 Oomvelon Daly November 1,2000 Completion Dale; July 19,2006 Prolect Name; Dortch Ave.Drainage&Paving Imp's. Protect Name; Lehigh Acres Interconnect Hampton Street Sidewalk Improvements with The City of Fort Myers Owner-Address-Project-Manager-Phone;- •Owner-Address-Protect Manager-Phone; City of Bonita Springs Public Works Department Florida Governmental Utility Authority 9101 Bonne Beach Road 1229 Homestead Rd.N. Bongs Springs.Florida .Lehigh Acres,FL 33938 239-949-6243 (239)368-1616 • • Engineer-Address-Phone: Engineer-Addresa-Phone: Malcom Pimle,Yic. O.Grady Minor 2301 Maitland Center Parkway,Sulfa 425 3800 Vla Del Rey Maitland,Florida 32751 Bonita Springs 34134 VIctor Huriburt David Schmitt . 407-659-5550 239-949-6243 Contract Dale: June 15,2006 Final Contract Amount $2,864,382,00 Contract Date; Mardi 15,2008 Completion Date; AprIl 2007 Final Contract Amount; 5316,400.50 Cemaletion Date. August 1,2006 • S:VlaplesFiles\Shared Meg Draftees,Sratenuht4 S 14.Mw EXPERIENCE STATEMENT-SOUTHWEST DIVISION Aa Protect Name; Pump Station 109 and 113 improvements Protect Name; Marco Island Wastewater Treatment haw.� Plant Expansion-Phase 1 Improvements h mm Owner-Address-Protect Manager-Phone' Collier County Owner-Address-Protect Maneoer Phone: Public Utilities Engineering City of Marco Island 3301 Tamlami Trail East,Building H • 50 Bald Eagle Drive Sandy Sridher Marco Island,FL 34145 Mr.Bruce Weinstein Enalneer-Address-Phone: 238-3895182 0.Grady Minor&Associates 3800 Via Del Rey Enolneer-Address-Phone: Bonita Springs,Florida 34134 COM David Schmitt 9311 College Parkway FortMyers,FL 33919 Contract Date' February 8,2006 Adam Soblenald final Contract Amount; $1,229,561.25 239.437-9494 Completion Date; September 29,2008 Contract Dale; May 23,2008 final Contract Amount $9,787,283.47 CempletiooDate: January 17,2007 Protect Name; Appurtenances For Wells RO 101N Protect Name: Construction of Wells 35&36 and 102N Owner-Address-Protect Manager-Phone: Owner-Address-Protect Mateoor-none: Caller County Collier County Public Utilities Engineering Public Utilities Engineering 3301 Tamlami Trail East,Building H 3301 Tamiami Tract East,Bulding H Naples,Florida 34112 Howard Brogdon Pater Schalt Etratneer-Address-Phone; Engineer-Address-Phone' • Camp Dresser 3 McKee,Inc. Hazen&Sawyer 9311 College Parkway,Suite 1 2101 Corporate Boulevard,Suite 301 Fat Myers,Florida 33919 Bora Raton,Florida 33431 Adam Sobolewskl Albert MUNI 239-432-0494 Contract Dater May 24,2006 Contract Dale' August 16,2005 final Contract Amain; $597,000.00 ,final Contract Amount; $998,980.97 Comoletlon Date' January 27,2006 Completion Date' January 30,2006 Length of Contract 240 days Length of Contract 120 days Protect Description: Protect Description; This pro*ed was to Install two complete weihead facilites. The This project was to install two complete wellhead facilites work Included structural concrete,mechanical,electrical,Aber optic and install over 1000 LF of 24•PVC Raw Water pipe. line connections,and I&C. The raw water pipe size was greater The work included structural concrete,mechanical,electrical, than 12 inches. fiber optic tine connections; ductbar*,and I&C. Protect Name' 12th Avenue interconnect Booster PS Protect Name' NCWRF Rebuldfiler Sat I Clean and Paint Filter Bads Owner-Address-ProtectManaoer-Phone: Collier County Owner-Address-Protect Manager-Phone; Public UMitles Engineering Carter County 3301 Tamlami Trail East,Building H Public Utilities Engineering Department Naples,Florida 34112 3301 Tamlami Trail East,Buirirng H Peter Schait Karen Galant Engineer-Address-Phone: Hazen and Sawyer E noineer-Address-Phone' 1905 South 25th Street,Sule 103 Collier County Fort Pierce,Florida 34947 Public UtitlSes Engineering Department Albert Muniz 3301 Tamlami Trail East,Budding H Karen Gulanl Contract Date' August 8,2005 Final Contract Amount: $1,083,000.00 Contract Date* March 1,2005 Complelion Dale: October 91,2006 Final Contract Amourd' 5354617.00 Completion D September 14,2005 SArlapies fileAS orad Fees\Experience Statement 4 914atet EXPERIENCE STATEMENT-SOUTHWEST DIVISION Project Name' SCWRF Rehabilitation Piping project Name: Haagen Street Drainage improvements Odor Control Modifications Owner-Address-Protect Manager-Phone: Owner-Address•Prefect Manager-Phone' Colorer County City of Bonita Springs Public Utilities Engineering 9101 Bonita Beach Road 3301 Tamiaml Trail East,Building H Bonita Springs,Florida 34135 Naples,Florida 34112 239-949-6282 Vaughn Williams Engineer-Address-Phone; Engineer-Address-Phone' - Q.Grady Minor&Associates Hole Monies 3800 Via Del Rey 950 Encore Way Bonita Springs,Florida 34134 Naples,Florida 34110 David Schmitt E.Joseph Goetz,Jr. • 239-254-2000 Contract Date November 21,2006 Contract Date: September 1,2005 Final Contract Amount; $217,900.00 final Contract Amcor t- 9243,610.00 Comdetion Date; July 12,2006 Combletion Date: Protect Name RIclMaw Court Draktaga Maintenance Protect Name: 1-76 and Alice Road Interchange Recoil*. Owner-Address-ProtectMananer-Phone: Owner-Address-ProteaMaria er-Phone• City of Boots Springs Florida Department of Transparailon Public Works Department Tallahassee;Florida 9101 Bonita Beach Road Bonita Springs,Florida 239-949-6243 Engineer-Address-Phone; Engineer-Address-Phone: Contractor: Engineer: Thomas Boyle City of Bonita Springs • Newt Southern 239-432-2232 Public Works Department 450 Dividend Drive 18999 James Whitehead Road Peachtree City,Georgia Fort Myers,Florida 33912 contract Date: December 27,2006 Contract Date; October 5,2005 Final Contract Amount; $29,333.50 Final Contract Amount' 91,288,742.83 Completion Date' January 30,2008 Comdelion Dale; June 2007 Protect Name: Culvert Replacement In the River Oaks, Project Name- Twinn lakes Wei-conned Palm River Subdivision Owner-Address-Protect Manager-Phone- • Owner-Address-Prosect Manager-Phone: Collier County Colter County Stomwater Management Stormwater Management 2885 Horseshoe Drive - 2885 Horseshoe Drive Naples,Florida 34104 • Naples,Florida 34104 Margaret Bishop Gianfranco Nicolad Engineer-Adders-Phone; Engineer-Address-Phone: • Colter County • Annan Barber 8 Brundage,Inc. Stormwater Management • 7400 Tamiemi Trail North Suite 200 Naples,Florida 34108 Roger Sardrus • Contract Dale; Apn7 4,2005• Contract Dale' September 12,2005 • Final Conrad Amount 9575,642.60 - Final Contract Amount; $750,120.76 Completion Date: July 8,2005 Completion Date; Marsh 1.2006 • • 5,801aplenHNu\Shrrart Fr4r\5apariencaSt4temant 49 4Ji1x EXPERIENCE.STATEMENT-SOUTHWEST DNISION 11E proiect Name: SCWTP Rehab Reactor#1 Protect Name' Master Pump Station 302 Rehabilitation Owner-Address-Protect Manager-Phone Owner-Address-Protect Manager-Phone; Collier County Public Utilities Planning Colter Courtly Public Utilities Planning &Project Management &Protect Management 3301 East Tamteml Trail 3301 East Tanta ml Trail Naples,Fl.34112 Naples,FL 34112 (230)252-4218 Q991252-4218 pralneer-Address-Phone: Engineer-Address-Phone: N/A Q.Grady MinorAssociates,P.A. David Sctmllt 3800 Vla Del Ray Bonita Springs,FL 34134 Contract Date: July 28,2009 Contract Date; November 10,2008 Flnal Contract Amount $97,400.00 Final Contract Amount' $2,011,347.57 Comdettpn Deb: December 3,2009 Completion Date: April30,2010 Protect Description• Rehablitatlon of Pump Station 302 • Complete Tear out of existing pumps end piping. Installed 8 new 100 HP ptanpe and associated 30'piping. Bypassed sanitary pump station with a 30,000 GPM bypass system kr in extreme tigte conditions, Protect Name: Magnolia Pond Drive Starmwater Improvements Protect Name; Year 4 Sewer Districts Wastewater tilt Stations-Phase One and Two Owner-Address-Protect Menaaer. hone, Owner-Adtess-Protect Manager-Phone' Colter County Stormwater Dept. Marco island Utilities 2085 S.Horseshoe Drive 50 Bald Eagle Drive Naples,FL 34104 Marco Island,FL 34145 Val Prince James Miler,Public Works (239)252-5879 (239)3943880 Engineer-Address-Phone; l;ralneer-Address-Phone: Q.Grady Minor&Assodates Boyle Engineering Corp. 3800 Via Del Rey -- 4415 Metro Pkwy.,Ste.404 Bonita Springs,FL 34134 R.Myers,FL 33916 David Schmitt,P.E. (239)278-7996 (239)947.1144 Contract Date' June 29,2009 Contract Dale: May 20,2008 • Final Contract Amount $86,776.00 }lull Contract Amount $1,777,185.54 I Completion Qete; October 2,2009 Completion Date: Apra 23,2010 Protect Deacriotbn; Installation of 18 precast concrete wet walla from 15 le 20 feel deep In salving residential neighborhoods.instatiIdvire vaults,nester manholes,hatch covers i 12 krdt smeltery sewer tom master manholes to wet well for 191111 stations. . protect Name' Master Pump Station 101 Improvements Protect Name: Port of the Islands Mechanical&Electrical Work at Water Well No.3 Owner-Address-Protect Manager-Phone: Owner-Address-Protect Manatrer-Phone' Collier County Public.U818ies Port of the Island Community Improvement 3301 E.Tamiaml Trait 0109.H District Naples,FL 34112 - . . (239)252-4285 Enoineer-Address-Phone' gnalneer-Address-Phone: Agnol,Barber&Brundage,Inc, ' Hole Monies,Inc. 7400 Temiamt Trail N.,Ste.200 950 Encore Way Naples,FL 54108 Naples,FL 34110 (239)597-3111 (239)254.2000 Contract Dale: November 30,2009 Contract Date; December21,2009 Final Contract Amount $147,534.62 Final Contract Amount: $169,398.99 Completion Date* August 6,2010Cornwlelaf Date: June 2,2010 Protect Description'. Protect Destxbiion: Instal forcemain and generator at MPS 101 Mechanical&Electrical work associated with new wafer well No.3,ksckidktg new well pump,control valve,flow meter and telemetry connection to well No.3 system. S:tNspits Faa\Sheer!Files\Elpedeaea Statement 4.91421ha • EXPERIENCE STATEMENT-SOUTHWEST DIVISION 1 1 E • Protect Name: Macke)Park Phrase 3(A)Improvements project Name' Isle of Capri-Phase I Water Main Improvements Owner-Address-Project Manager-Phone: Owner-Address-Protect Manager-Phone; • City of Marco Island Colter County Public Utilities • 50 Bald Eagle Drive 3301 Tanriaml Trail East • Marco Island,FL 34145 Naples,FL 34112 • • Diana Dyed 239-252-4218 • Emineer-Address-Phone' Engineer-Address-Phone; American Engineering CormuIarts of Marco Island.Inc. David Schmitt,P.E. 673 Bald Eagle Drive Q.Grady Minor Marco Island,FL 34145 3800 Vla Del Rey (239)394-1697• Sala Springs,FL 34134 239-947-1144 Contract Dale; January 19,2010 • Contract Date' April29,2010 ' Final Contract Au int: $240,100.00 • Final ConlractAmouM: $906,080.33 Completion Dale; Ape 30,2010 Completion Date: January 2,2011 . Project Description: protect Description; Perk renovations to Include: New asphalt wakway around lake,new Installation of new water distribution pipes ne that connects to the bollard lighting,new lake fountain,new polgon shelter existing 12-inch water transmission main that goes into the Isles of Capri from Colter Blvd. Includes lnslallaUan of approx. 4500 LF of 12"PVC and 4500 LF of 6'PVC. Work also involves installation of new service Ines and cross connection devices at each service location,along with several naw Ike hydrants and road restoration. protect Name; 1Mnterberry Drive&South Heathwoad Drive protect Name; MPS 104 Reclaimed Water Main Supi Water Main Improvements Owner-Address-Project Manager-Phone: Owner-Address-PrpfellManaoer-Phone: City of Marco Island Copier County Public Wilkes 50 Bald Eagle Drive 3301 E.Tamland Trail Marco Island,FL 34145 • Naples,FL 34112 Timothy E.Pinter,P.E.,Pubic Works Director Sheathe Sridhar 239-389-5000 239-252-5345 Enalneer-Address-Phone; Engineer-Address-Phone: AECOM Technical Services,Inc. Greeley and Hansen 4415 Metro Parkway,Suite 404 1587 Hayley Lane,Butte 201 Fort Myers,FL 33910 Fort Myers,FL 33907 Alfred J.Mlel,P.E. Kevin Higglrsan,P.E. 239-275-7998 239-225-9680 Contract Dale; March 4,2010 Contract Date: Aprl 27,2010 Final Contract Amount' $130,881.37 , I___4,6)1211; S245,908.88 Completion Dale: October29,2010 Completion Date; January 21,2011 protect Description: Proiecl Dearitpikz0: 18"Interconnect to sedating 38"ductile Iron watermah Construction of Approx.240 LF of 16 inch and 18 Inch • reclaimed water main end Improvements to a wastewater pumping station,including one horizontal directional drill roadway crossing and all pipe,fittings,appurtenances,valves, connection to existing reclaimed water main,air release valves, surface restoration,tasting,and placing new reclaimed vaster main and pumping stellar)improvements fn ser ice. • • • S:\Naplas Files\Sheted Fie\EKpertenca Statement 4 514.51ac 11E EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name: Immokelee&Everglades Intersection Improvements Protect Name: Popash Creek Preserve Improvements • Owner-Address-Protect Manager-Phone: Owner-AdQfes$-Protect Manager-Phone; • Colter County Board of Commissioners Lee County Board of County Commissioners 3301 Tamiard Trail East P.O.Box 398 Naples,FL 33412 Fat Myers,FL 33902-0398 Mum Karuna-Munt 239-533-8131 Engineer-Address-Phone: Ennineer-Address-Phone' Collier County TECM T.Y.Un-International 2885 Horseshoe Dr. 2400 First St.,Ste.200 Naples,FL 34109 Fort Myers,FL 33931. Richard White Jr.,P.E. (239)332-4848 Contract Dale: August 2,2010- Contract Date: December 14,2010 Final Contract Amount: $50,108.00 Fkt81 Contract Amount; 81,035,428 A6 Completion Data; November 8,2010 Completion Date; June 30,2011 Protect Description' protect Description: Subcontract Agreement with Better Roads,Inc. Work at Popash Creek consisted of construction external berms on three sides of the 307 acre preserve,constructing some Internal bums In the South area;lowering the existing east-west berm(south of the Interceptor ditch),Installing 36"and 48"RCP's,charnel excavation as part of Lake 1, sand cement rip rap Installation,rip rap Installation,sheet piing,weir gate Inslaledon as well es other misc.storm improvements. • Protect Name; North County Water Reclamation Facility • Proj ct Name: Lee/Hendry County Construction of • Flow Meter Replacement,Phase 2 Injection Wel Surface Fealties Owner-Address-protect Manner-Phone• Owner-Address Protect Manager-Phone; Collar County Board of County Commissioners Les County Board of County Commissioners 3301 East Taming Trail P.O.Box 398 Naples,FL 34112 Fort Myers,FL 33902-0398 Claude Nesbit,Sr.Project Mgr. Keith Howard,Solid Waste 230-252-8380 239-533-8917 • )=neineer-Address-Phone: rIgi eer-Address-Phone: Hole Mortes MWH Americas,Inc. 950 Encore Way 14311 Metropofs Ave.,Ste.101 Naples,FL 34110 Fort Myers,FL 33912 239-254-2000 Gordon Kennedy 239-236-0011 contract Date; May 21,2010 Contract Date; January 25,2011 • final Contract Amount: $192,994.35 - Final Qp ntract Amount $1,455,900.09 Corroledan Datx December 6,2013 Completion Date' November 15,2011 Protect Description: j'roieet Description; Furnish and install EO Tank Construction of a2 ace Injectale Storage Pond,Installation of Furnish and install OX Ditch double containment HOPE piping for transfer of Machete, installation of en Injection well and monitoring well,installation of an annular pressure tank fed with nitrogen,tnslallation of monitorkng wall pumps,transducers and appurtenances along with Injectete transfer,self-prtning,non-clog,horizontal pumps. Project also involved installation of all associated electrical and coJn ilkated Instrumentation system to cater for the safe transfer of leachate from various storage ponds into the injection well. SANaptes Fla\Shared elles‘Expedence Statement 4 914,ndtx 11E EXPERIENCE STATEMENT•SOUTHWEST DIVISION Prolect Nerve: Lakes Park Water Dually Improvements • Protect Name; East Napies/Soluna Road Pump Station Improvements Owner-Address-Protect Manager-Phone; • - Owner-Address-Protect Manager-Phone; Lee County Board of County Commissioners City of Naples-Public Utilities Division P.O.Box 398 380 Riverside Circle Fart Myers,FL 33902-0398 - Naples,FL 34102 Anura Koruna-Muni Dave Crag 239.533-8131 239-213-4718 Engineer-Address.Phone: Engineer-Address-Phone; . AIM Engineering tZ Surveying,Inc. Tetra Tech 5300 Lee Blvd. 201 East Pine Street,Ste.1000 Lehigh Acres,FL 33971 Naples,FL 34102 Lee Flynn,P.E, Jemifer Woodall,P.E. • 239-332-4569 407-839-3955 Contract Dale; April 26,2011 Contract Dale; March,2010 Final Contract Amount 9487,985.00-_ Final Contract Amount' 32,500,000.00 Completion Dale: October 30,2011 Completion Date; February,2011 prefect Demcrtpuon; protect Desabtion; . Constructing two additional control structures(CS 4 and 5)to enhance Replacement of high services pumps,installation of electrical arrant flow patterns and reduce stagnant zones at the north and south rooms and roof moditicellons,VFD Installation,800kw ends of the west lake. The Iwo existing control atruchures(CS 1 and S) generator installation as well as other mechanical;structural, were modified by Installing slide gates to reduce flow through these electrical and Instrumentation improvements at two booster structures. The project also Involved clearing and grading of four stations, existing spoil islands to create littoral shelves by the removal of exotics and spoil material and the planting of native wetland vegetation. Protect Name; NCWRF Repair 5 Sludge Presses Protect Name; SCRWTP CNorinallon improvements Owner-Address-Protect Maneoer-Phone' Owner-Address-Protect Manager-Phone; • • Collar County Board of County Commissioners Collier County Public Utilities 3301 East TamlamlTrail 3301 E.TamlanrlTrail Naples,FL 34112 Naples,FL 34112 Claude Nimble,Sr.Project Mgr. Anda Abbott,Project Manager 239-252-8380 239-252-5344 Engineer-Address-Phone; Entenear-Address-Phone: Komline-Sanderson Engineering Corp. Tetra Tech 12 Holland Ave, 201 East Floe Skeet,Ste.1000 Peapack,NJ 07977-0257 Naples,FL 34102 Steven Lukacs Jemger Woodall,PE. 908-234-1000 407-839-3055 Contract Date; July 15,2010 Contract Dale; June 17',2011 final Contract Amount; x143,000.00 FinelContract Amoent• $98,831.00 Completion Dale: November14,2011 Corte/teflon Date: November 3,2011 Protect Deecrioton; Protect Description- Install stodge presses at 1,Z.3,5 and 8 Extend two existing chlorine feed Ines and Installed • chl8rna residual analyzers. • protect Name; NCWRF Deep Injection Well Mag Meter Replacement Protect.Name.. (4)8"Gravity tine Segment Replacement along Vanderbilt Drive Owner-Address-Protect Mananer-Phone: Owner-Address-Protect Manaoer-Phone' Cotler County Public Unties Coffer County Public Utilities 3339 Tamtamt Trail E,Ste.303 3301 Tamfaini Trail E Naples,FL 34112 Naples,FL 34112 Craig J.Pajer,Project Manager • James Salnvilus,Project Manager 239.252-2554 239-252.4285 Engineer-Address-Phone: Engineer-Address-Phone: • N/A N/A Contract Dater January 10,2011 pogjrad Date: August 18,2011 ' - -. Final Contract Amount; $24,526.72 Final Contract Amount; $158,000.00 completion Dale; September 13,2011 Completion Date: September 23,2011 • Protect Description: Protect Desalptiotj Remove and Instal NCWRF DIW Magnetic Flow Maters,electrical Four 8"point repairs on Vanderblt Drive dsconnection and reconnection,provided and installed 24 inch Maga- llanes 5:1Neples riei,feared Pnes\Experlence StateMent4.914.xhx • it E EXPERIENCE STATEMENT-SOUTHWEST DIVISION ivied Name; Wyndemere Country Club Remove/install 43 Fire Prolect Name: NCWRF Compliance Assurance Hydrants&Valves Owner-Address-Praiect Mannerist Phone: - Owner-Address-Protect Manager-Phone; Collier County Water Distribution Collier County Public Utilities 4370 Mercantile Ave. 3301 E.Tamiami Trail Naples,FL 34104 Naples,FL 34112 Pam Libby Peter Behait,PMP 239-252-8239 Fnaineer-Address-Phone; Engineer-Address-Phone: . WA Hole Monies,Inc. 950 Encore Way Naples,FL 34110 . Clifford Pepper,P.E. (239)254-2000 Contract Date' September 5,2011 'Contract Date; November 8,2009 Final Contract Amount; ;98,350.00 ,final Contract Amount: $8,883,000.00. Completion Date; November'21,2011 Completion Date: November 23,2011 Prolect Description; Protea Description; Remove/Instal 43 Fire Hydrants&Valves Upgrade to existIng odor control system. Installation of 4 new Removeflnatal 3 Inline Valves odor control units. Construction of two HOPE lined wafer Install 1 new Inline Valves storage ponds. Repairs and reshaping of existing ponds. Upgrade to existing MLE Aeration basins including Ane bubble diffuser systems,centrifugal blower and odor centrolcovers. Stommvaler upgrades throughout site includingponds and swains. Upgrades and madficatlons to existing chemical supply systems ?ivied Name; Vanderbilt Beach MSTU,Gulf Shore Drive Utility project Name; Belle Teas-Replace Existing Irrigation Relocate Main Owner•Address-Protect Manager-Phone: Owner•-Address-Protect Menace(-Phone Collier County Public U008es Habdat Lakes LLC 3339 Tamiaml Trail E.,Ste.303 7B2 NW 42nd Aye.,Ste 830 Naples,FL 34112 Miami,FL 33128 Mark Suryak,P.E.(Project Manager 305-445-9855 Engineer-Address-Phone' Furth ser-Address-Phone; Malcolm Plink Banks Engineering 4315 Metro Pkwy,Ste.520 10611 Ben C.Pratt Pkwy. Fl.Myers,FL 33918 Ft.Myers,FL 33966 • 238-939-5490 Contract Date: November 28,2011 Contract Date: December 5,2011 Final Contract Amount' $72,778.50 Final Contract Amount; $138,712.18 Sonroleuon Date; Jemmy 27,2012 Completion Date: January 18,2012 Prosed Description; Prosed Description: Relocate,remove/abandonment of specified portions of existing 8 inch Replace Eriisting Irrigation Main asbestos cement water pipe,installation of new 8 inch PVC Water pipe. connections,A9irgs,valves,joint restrains,mechanical Mines and appurtenances,excavating,pipe beddngybackftiling,grading,sod Installation,dispose of pipe and earth material,roadway and site restoration. SAtla pia Files\Shared FileAbeerisnerStwmset 4 S 14.i lsi liE EXPERIENCE STATEMENT-SOUTHWEST DIVISION Proled Name; Pump Station 312.29&312.41 Refurbishment Protect Name' Hendry County-Construction of CR 78 Phase 1A 61B Drainage improvements Owner-Address-Protect Manacrr-Phone: Owner-Address-Protect MMaoer-Phone: • Collier County Public Mlles Hendry County Board of County Comm. 3339 Tamiarnl Trail E.,Ste.303 P.O.Rox1807 Naples,FL 34112 99 East Cowboy Way Zemke Del Toro,Project Mgr. LaBelle,FL 33975 239-252-6279 Shane Parker,PE (883)875-5222 Ensineer-Address-Phone; Engineer•Address-Plane' Tetra Tech,Inc: Johnson Engineering ' 10800 Chevrolet Way,Ste.300 251 W.Hickpochee Ave Estero,FL 33928 LaBelle,FL 33935 Danny Nelson,P.E. James.V.Lofton,Jr. 239.390-1487 (863)812-0594 Contract Date; August 23,2011 Contract Date' December 1,201i Final Contract Amount' $267,222.12 Final Contract Amount; $765,516.97 Completion Dale: April 25,2012 Completion Date: July 10,2012 Protect Description; Protect Description: PS 312.29-Refurbishment of existing PS 312.29 to install new HDPE Remove&instal roadway concrete box culverts and headwalls. discharge piping,new check and plug valves,new pumps and pH probe. Installed concrete sediment basin&ditch block,steel sheet Also amended adsting electrical control panels to allow for new pie,grade work for slopes and relocation of awales and components. New curbs,stone.&landscaping Installed. ditches,remove and replace guardrails and asphalt. PS 312.41-Refurbishment of existing PS 312.41 to Instal neer HOPE Install pedestrian picket railing,rip-rap,drainage pipe,sod, discharge piping,check and plug valves,pumps,electrical control panels, signage and striping. generator with ATS,new telemetry along with new Nang in pump station. Privacy slats were also installed in existing fence along with new stone landscaping. Protect Name; Traditions,Golf Residences and Villas at Grey Oaks prated Name- Michigan Street Sidewalk Project Owner-Address•Protect Manager-Phone; Owner-Address-Protect Manager-Phone; CCC Traditions,LLC City of Bonita Springs • 135 San Lorenzo Ave. 9101 Bonita Beach Road Coral Gables,FL 33148 Bonita Springs,FL 34135 (239)949-0262 David Uccard j,Ogineer-Address-Plane: Engineer-Address-Phone; Peninsula Engineering Lake Hickory Ventures,Inc. 2600 Golden Gate Pkwy. 22210 Fairmont Ct. Naples,FL 34105 Estero,FL 33928 • CJ Brawn (239)8984008 239-262-2600 Contract Date: January 1,2012 Contract Date: August 15,2012 Final Contract Amount* $363,598.00 Mei Contract Amount: $175,734.00 Completion Data; July 13,2012 Completion Dale; September 28,2012 Protect Descrtplioro Protect Descriotion; Modification of exdslI g sanitary sewer sysstem from single family Furnish and installed Portland Cement Concrete sidewalk along home layout to multi-family borne layout,new aty wafer system, thewest aide of Michigan Street from Bonita Beach Road to modification of existing drainage system. Pennsylvania Ave. Project consisted of 2220 LF of sidewalk, 15",24',and 30'reinforced concrete pipe,mitered end sections,yard drains,vertical headwel,FOOT approved railing,ill material,sod,signage,striping,and various Incidental items. • S\Iraples fnu\Shared FlaclEuparlssce StaUmaat 4:014aisx liE EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name: immokalee Stonnwater Downtown Improvements Protect Name; Gateway Triangle Reak:Me tai Area Tertiary Stoenwater System Improvements Owner-Address-Proiect Manager-Phone: • Owner-Address Protect Manager-Phone: Collier County Board of County Commissioners Colter County Board of County Commisstaners . Immokalse Area CRA Bayshore Gateway Triangle CRA 1320 N.16th St. 4089 Bayshore Drive Immokeiee,FL 34142 Naples,FL 34112 Bradley Mucks! Ashley Caserta (239)887-4121#202 . (239)643-1115 ErutMner-Address-Phone E liner-Address-Phone: CDM Smith,Inc, 0.Grady Minor and Assoc.P.A. 2180 West First SI.,#400 3800 Via Del Rey • Fort Myers,FL 33901 Bonita Springs,FL 34134 • Marc Stonehouse,P.E. David Schmidt (239)038-9616 (239)947-1144 Contract Dalai January 24,2012 Contract Dale; March 30,2012 Final Contract Amount; $2,709,797.14 Final Contract Amount $1,731,977.00 Completion Date; December 20;.2012 Comoletbn Dalai February,2013 protect Description: Protect Description' Constructed 7.6 acre retention pond and approximately 16,500 LF of This project was designed to reduce known flooding in the RCP storm sewer ranging In size between 18 and 42 inches. The work Gateway Triangle, Removal of existing adverts,mitered ends was completed in a semi-urban part of Immoketee,FL and also included and driveways,Installation of over 10,000 LF of culvert pipe, 282 LE of 4 xe box culvert parallel to and under an existing road. over 400 mitered ends,300 driveways,regrading/realignment of grass wales and pavement overlay of disturbed areas. ppiect Name- Irrigation Duality Water Sties-Priorly Group 2 Sites protect Name; NCWRF Multiple Projects-Bleach Piping, Knife Gate Valves,Channel Mixers,Clarifiers, Potable Water Interconnect Owner-Address-Protect Manager-Phone: Owner Address-Protect Manager-Phone; Collier County Public Utilities Collier County Public Utilities 3339 Temieml Trail E.,Ste,303 3339 Tamlami Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 Aaron Cromer,PMP Craig Pajer,Project Manager (239)252-5338 (239)252-2554 Engineer-Address-Phone: Engineer-Address-Phone- Hole Monies,Inc. Hole Montes,Inc. 950 Encore Way 950 Encore Way Naples,FL 34110 Naples,FL 34110 Frank Feeney,P.E. Jerry Terlcska • (239)264-2000 (239)264-2000 • Contract Date* January 24,2012 Contract Date: . July 21,2011 Final Contract Amount; $515,474.13 final Contract Amotutt: $457,031.30 Completion Dale: February 13,2013 Completion Dale; June 21,2013 protect Deannetion: Protect Desaieion: Mow knproved control and monitoring of 10 Water usage at Tarpon Cove, Bleach Piping-Remove,replace and pard 1'1/2",2 &r PVC Caluse Bey,Veteran's Park and Vineyards Elementary School Properties, bleach piping and valves at the North Bleach Fedlity Installation of 4 meter assemblies comprised of an MOV,electromagnetic Knife Gate Valves-Remove 3 existing 30'knife gate valves at lowmeter,flow control valve and all associated power and controls the mixed raper splitter box and repine with 3-30'plug valves hardware and software. Channel Mixers-Berme 4 existing Ilip mixers and replace with 4 1hp vertical solid shaft right angle mixers located in the WILE Aeration Basin influent channel, Potable Water Interconnect-Install!3&4'ductile piping,valves and backflow prevented to connect the BFP Booster Pump at the Sludge Handing Builds g to the potable water system. Clarllers 5 6 7-Remove and replace drive systems,rebuild center columns,replace seals,repair,replace and coat corroded metal,piping and valves. . S:VUples HNt\Slured Fi.slExperience Statement 4 9 14:rdtx liE EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name; City of Naples-WWTP Filter Rehab: Protect Name; NCWRF Filter Set 1 Rehabilitation Job No.862-13 Job No.857-12 Owner-Address-Protect Manager-Phone- Owner-Address-Protect Manager-Phone' . City of Naples-Pubic Unities Colter County Public Utilise 380 Riverside Cir. 3339 Tamimni Tree E.,Ste.303 Naples,FL 34102 Naples,FL 34112 Justin Frederiksen,P.E. Wayne Karlovlch,P.E. 239-213-4782 (239)2525372 Engineer-Address-Phone; Enalneer-Address-Phone- Aqua-Aerobic Systems,Inc.. Hole Montes,Inc. 950 Encore Way . Naples,FL 34110 Frank Feeney,P.E. (239)254-2000 Contract Dale; February 0,2013 Contract Date: June 26,2012 .•, Final Contract Amount; $454,916.00 final Contract Amount- $1,455,517,97 Completion Date. August 22,2013 Completion Date: June 26,2013 Protect Description; protect Oescriotbrs This project was comprised of the complete rehabilitation of two(2) Complete Removal of four sand bed automatic batiiwash 90'x 16'automatic backwash Men,Including removal and replacement Iter systems.. Structural Improvements to load bearing concrete of all existing media,porarplates,caulking and retaining angles. wals,resurfacing of interior tiler walls,and Installation offour Also Included was removal and replacement of the tier bridge mile new automatic backwash filter systems Including underdralns, and UFA4W backwash shoe on each system. Some Inddentlal concrete media,and mechanical equipment. patching was performed,as well es full startup and performance testing. Protect Name; Southwest Florida International Airport Protect Name: MPS 318-Right-of-Way Taking Midfield Terminal Apron Expansion&Taxtway Job No.918-13 Job No.995-12 Owner-Address-Protect Manager-Phone: Owner Address-Protect Maneaer-Phone; Lee County Port Authority , Collier County Public Utilities do Manhattan Construction(Florida);Inc. 3339 Tarriaml Trail E.,Ste,303 3705-1 Westview Dr. Naples,FL 34112 • Naples,FL 34104 Wayne Kartovtc#h,P.E. Hector Yenez,Project Mgr. (239)252-5372 239-843-8000 Enoineer-Address-Phone: Engineer-Address-Phone: AECOM Transportation Johnson Engineering 4415 Metro Pkwy.,Ste.404 2350 Stanford Cl. • Fort Myers,FL 33916 Naples,FL 34112 (239)434-0333 239.278-7906 Jared Brown contract Dale; June 25,2012 Contract Date' September 9,2013 Fine)Contact Amount: $2,732,733.48 Final Contract Nm aunt; $182,818.23 Complellon Date- February 11,2014 Completion Date: May 8,2014 Protect Oescrkrtton• Protect Deaati Construction of storm water Infrastructure knprovemerts within the Demolition of Retaining walls,fence,and other trite Imp. SW Fla Internalion Airport newly expanded taxiway and terminal areas. Reconstruction of the demolished knprovemerts. . Work consisted of Installing cast-In-place and precast storm.struclures, Rehab.Of prang station,replace ductile Iron pipe with HDPE, appro:dmatey 5700 LF of RCP ranging In size from 30'to 72-x113" abandoning the valve vaults&reconfigure the meter/bypass (2200 LF of which Is large diameter),and Implements dewatering systems assembly. Landscape&irrigation replacement to enable construction of work In dry soil conditions. SANaWas Files 1Shared Flat\Exeerlmca Statement 4 914.dsx 11 E EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name; ARV Replacement Program Project Name- Master Pump Mallon 312 Rehabilitation Job No.890-13 Job No.912-13 • Owner-Address-Protect Manager-Phone:• Owner-Address-Protect Manager-Phone; Collier County Public Utilities Colder County Public Utilities 3339 Tarrdeml Trail E.,Ste.303 3339 Tamlanrs Trail E,Ste.303 Naples,FL 34112 Naples,FL 34112 • Corinne Titan,Project Mgr. Peter Schap (239)252-4233 (239)262-6343 Engineer-Address-Phone: Enghe�-Address-Phone• . AECOM Agnoti,Barber&Bandage,Inc. 4416 Metro Pkwy.,Ste.404 7400 Tamiaml Trap N.,Ste.200 • Ft.Myers,FL 33916 Naples,FL 34108 (239)278-7996 (239)597-3111 Steve Marlin,P.E. Contract Date; Juts 25.2013 Contract Date: February 12,2013 Final Contract Amount; $500,039.00 Final Contract Amount: $5,752,145.14 Completion Dale; May 23,2014 Canpietlon Date: March 8x2014 Project Description: Protect Description: Demolish 19 Air Release Valves and vaults Complete rehabilitation of webwei&control building, Replace 75 Air Release Valves and demolish the old Including Installation of bioscrubber h sodas with existing Install 26 new Air Release Valves odor control equipmenL install 30 pipe bollards Protect Name; Thomasson Drive 24 Inch Force Main Protect Name: . Owner-Address-Protect Manager-Phone; Owner-Address-Project Manager-Phone; Collier County Public LRaiUes 3339 Tandem'Trail E.,Ste.303 • Naples.FL.34112 (239)252-6372 • Wayne Kadovhh,P.E. wavnebrlovkh 'uolikwtov.nat Engineer-Address-Phone; j;rholneer-Address-Phone Johnson Engliteering • 2122 Johnson St.,P.O.Box 1550 Ft.Myers,FL 33902-1550 Michael Dickey,P.E. msdMolnsonens core Contract Date: April 29,2014 Contract Date: Thai Contract Amount: $174,390.00 Final Contract Amount: Completion Date: July 22,2014 Comdetion Date; Protect Description: Protect Descdotioni Approximately 2100 LF of 24-Inch force main,plug valves,fittings and - appurtenances. The force main was installed in and around heavy existing uNitles. Included In the project was 2 road crossings hat were open cut and 42 Inch steel casings utilized. • Naples pleAShared FRas\Experiana Statemant49 14.xkx liE TRENCH SAFETY ACT 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 further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity). Cost Cost (Description) (LF,SY) 1, rt0�,h von. . LP' .d, cico _ 4 etsv 4 1..,2_Y-0.00 2. 4 c.-11j r- . LF 3 300 4 I.oo t.3 , 3oo,cQ 3. LF i t?c?c� .no J IJ 000,c01 4. 5. TOTAL $ I l SS-0,Ck Failure to complete the above may result in the Bid being declared non-responsive. Company: Douglas N. Higgins. Inc. Signature: tiIA ' L ttill Date: 10/09/14 19 14-6349 LASIP County Barn Road 11E Cocolioier County Administrative ve Services Division Rimming AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS SOLICITATION#14-6349 LASIP COUNTY BARN ROAD(CHECK APPROPRIATE BOXES BELOW) State of Florida(Select County if Vendor is described as a Local Business ]Collier County ❑Lee County Vendor affirms that it is a local business as defined by the purchasing ordinance and policies of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County purchasing ordinance and policies; Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County;and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail,or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a"local business"unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way.This may include, but not be limited to,the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County.Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business"under this section.A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Vendor must complete the following information: Year Business Established in Collier County or❑ Lee County: 1990 Number of Employees(Including Owner(s)or Corporate Officers): 46 Number of Employees Living in ]Collier County or[ Lee(Including Owner(s)or Corporate Officers): 26 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Douglas N. Higgins, Inc. Date: 10/9/14 Collier or Lee County Address: 4485 Enterprise Ave., Naples, FL 34104 Signature: ))//Lti YW Title: Vice President STATE OF MICHIGAN: WASHTENAW COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public,for the above State and County,on this 9th Day of October ,, ,, 014 0 46 Notary Public My Commission Expires: /—/O c -O (AFFIX OFFICIAL SEAL) SANDRA K GARRISON r NOTARY PUBLIC•STATE OF MICHIGAN20 14-8349 LASIP County Barn Road COUNTY OF WASHTENAW My Commission Expires January 10,2020 ani liE C0 -Ter County. Adn inlsiradue Services Mai PulthaSing Immigration Law Affidavit Certification Solicitation: 14-6349 LASIP County Barn Road This Affidavit is required and should be signed,notarized by an authorized principal of the firm and submitted with formal Invitations to Bid(ITB's)and Request for Proposals(RFP)submittals. Further,Vendors/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 vendor'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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifv program,may deem the Vendor Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C.Section 1324 a(e)Section 274A(e) of the Immigration and Nationality Act("INK). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Douglas N.Hiaains. Inc. Print Name Kelly A.Wilkie Title Vice President Signature 2J �Ok..UALKIL Date 1019/14 State of Michigan County of Washtenaw The foregoing instrument was signed and acknowledged before me this 9th day of October 2014, by Kelly A.Wilkie (print or type name)who has produced Personally Known (type of identification and number)as Identification. 3flinSAii/k-et Notary Public Signature SANDRA K GARRISON Sandra K.Garrison NOTARY PUBLIC•STATE OF MICHIGAN. Printed Name of Notary Public COUNTY Of WASHTENAW j— !C ' 030 �y Commission Expires January 10 2420 Notary Commission Number/Expiration The signee of this Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth a'd accuracy of this affidavit to interrogatories hereinafter made. 21 14-6349 LASIP County Barn Road Lr.,, r, 1 11 E Verify kN.„ ♦na.rr..•iwc•rrww Company ID Number:364882 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security(DHS)and Douglas N.Higgins,Inc.(Employer)regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify).This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form(Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification",of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available Information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S.citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verily program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 131 E-Verify MOU for Employer I Revision Date 09!01109 www.dhs.goVlE-Verify Ott E-VeriFyVq Company iD Number:364882 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). 4. SSA agrees to provide a means of automated verification that is designed(in conjunction with DHS's automated system If necessary)to provide confirmation or tentative nonconfirmation of U.S.citizens'employment eligibility within 3 Federal Government work days of the initial inquiry. 5.SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary)for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B.RESPONSIBILITIES OF DHS 1.After SSA verifies the accuracy of SSA records for employees through E-Verify, OHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct,to the extent authorized by this MOU: Automated verification checks on employees by electronic means, and Photo verification checks(when available) on employees. 2.OHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses,and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. OHS agrees to make available to the Employer at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E-Verify policies, procedures and requirements for both SSA and OHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti-discrimination notices issuedby the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division,U.S. Department of Justice. 5. OHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database. 6. OHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E-Verify program, 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 Immigration and Page 2 of 13 I E Verity MOO for Employer I Revtsfon Date 09/01109 www.d hs.gov/E Verify !E-Veri F itie Company ID Number:364882 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed. (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees'employment eligibility within 3 Federal Government work days of the initial inquiry. B. DHS agrees to provide a means of secondary verification(including updating DHS records as may be necessary)for employees who contest DHS tentative nonconfirmations and photo non- match tentative nonconfirmations that Is designed to provide 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, OHS will provide additional verification instructions. C.RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the 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. 2. The Employer agrees to provide to the SSA and OHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A.The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E Verify program as a condition of continued use of E-Verify. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5.The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: • 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. •If an employee presents a DHS Form 1-551 (Permanent Resident Card)or Form 1-766 (Employment Authorization Document)to complete the Form 1-9,the Employer agrees to make a photocopy of the document and tb retain the photocopy with the employee's Form 1-9.The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 131E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verlfy E 14k•Vere .. Company ID Number:364882 and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees.Note that employees retain the right to present any List A, or List B and List C,documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the 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 2748 of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described In paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the immigration and Nationality Act(INA)with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and 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) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A)If the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken In good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after the Form 1-9 has been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is. prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable,the 3-day time period is 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. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that If the Employer Page 4 of 13 I E Verify MOU for Employer I Revision Date 09101/08 www.dhs.govIE-Verify Lir xd..E .11fy ..v.. Company ID Number:364882 uses the E-Verify system for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its access to SSA and OHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article Ili. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees If they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article I11.8.below)to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or OHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F..R. § 274a.1(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, 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 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption 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 non-match 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 1-888-4644218 or OSC at 1-800- 255-8155 or 1-800-237-2515(TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or,In the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. 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 unfair immigration- related employment practices provisions in section 2748 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- Page 5 of 13 I E-Verify MOU for Employer I Revision Dote 09101109 www.dhs.gov/E-Verify it i 111 E Veri Company ID Number:364882 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). 12.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. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU 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. 14.The Employer acknowledges that the Information which 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)), and that 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. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and , evaluation of E-Verify, including by permitting DHS and SSA, upon 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 timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D.RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E VERIFY CLAUSE 1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee assigned to the contract and allnew hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a, Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors, b. Federal contractors with the FAR EVerify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award:An Employer that is not enrolled in E-Verify at the time of a contract award must enroll as a Federal contractor with the FAR E Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the Untied States, Page 6 of 131E-Verify MOU for Employer I Revision Date 09101109 www.dhs.gov/E-Verify 1 1 ?,:tii%1 -Veri ,.„...e4 ,,,-„,,... .e.1,,,, , lE-Verily �o. :.�.�... ,,„, ,„4„,"---- ... Company ID Number:364882 whether or not assigned to the contract. Once.the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in E-Verify or within 30 days of an employee's assignment to the contract,whichever date is later. d. Employers that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify for 90 days or more at the time of a contract award must use E-Verify to initiate 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 3 business days after the date of hire. Employers enrolled In E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E- Verify clause within 30 days after assignment to the contract. If the Employer Is enrolled in E- Verify 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 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate 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. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause 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 pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E-Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1988. The provisions of Article I l.D, paragraphs 1.a and-1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education,State, local and tribal governments,and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause 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 new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E- Verify verification of all existing employees within 180 days after the election. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E- Verify clause: Federal contractors with the FAR E-Verify clause may choose:to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Page 7 of 13 I E-Verify MOL!for Employer I Revlsfon Date 09)01/09 www.dhs.gavIE-Verify ktEVere `, Fes_ I. 11 TMJ. Company ID Number:364882 Article 11.0.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed(including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). if the Employer is unable to determine that the Form 1-9 complies with Article I1.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed,or if the Form 1-9 contains no SSN or Is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. if section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article Ii.C.5, but reflects documentation (such as a U.S. passport or Fonm 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article il.C.5, subject to any additional or superseding Instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed 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 with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, 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. 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 the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so.The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation,the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 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 Page 8 of 131 E-Verify MOU for Employer i Revision Date 09/01/09 www:dhs.gov/E-Verify lIE r41 ,�a tff Company ID Number:364882 determines that more than 10 days is necessary.The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B.REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must print the tentative nonconfirmation notice as directed by the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentatiVe nonconfirmation with the employee in private. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirmation with the employee in private. 3.The Employer agrees to refer individuals to OHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match.The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. if the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact OHS through its toll-free hotline(as found on the referral letter)within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will provide the employee with a referral letter to OHS. OHS 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.The Employer agrees to check the E- Verify system regularly for case updates. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: •Scanning and uploading the document,or •Sending a photocopy of the document by an express mail account(paid for at employer expense). 7.If the Employer determines that there is a photo non-match when comparing the photocopied. List B document described in Article IL.C.5 with the image generated in E-Verify,the Employer must forward the employee's documentation to DHS using one of the means described in the preceding paragraph,and allow DHS to resolve the case. Page 9 of 131 E-Verify MOD for Employer 1 Revision Date 09!01/09 www.dhs.gov/E-Verify i ' • liE E Company ID Number:364882 ARTICLE IV SERVICE PROVISIONS 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 PARTIES A.This MOU is effective upon the signature of ail parties,and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties,or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes..DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOO that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU 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 procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause,termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. 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 they may determine necessary, By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. Page 10 of 131E-Verity MOU for Employer I Revlslon Date 09/01/09 www.dhs.gov/E-Verify 1 liE a Veri M :. . y .. ...,...,, e pa Up-opal. Company ID Number:364882 D. 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. E. 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. F. The Employer understands that the fact of 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, 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). G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 11 of 131 E-Verity MOU for Employer I Revision Date 09101109 www.dhs.gov/E-Verify 11 E -VerifyCompany ID Number: 364882 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page.If you have any questions, contact E-Verify at 888-464-4218. Employer Douglas N.Higgins,Inc. R. Suzanne Hawker Name(Please Type or Print) Title Electronically Signed 10115/2010 Signature Date Department of Homeland Security—Verification Division. USCIS Verification Division Name(Please Type or Print) Title Electronically Signed 10/15/2010 Signature Date information Required for the E-Verify Program Information relating to your Company: Company Narne:Douglas N.Higgins,Inc. Company Facility Address:3390 Travis Pointe Rd. Ste.A Ann Arbor,M14810.8 Company Alternate Address: County or Parish: WASHTENAW Employer Identification Number: 381807765 Page 12 of 131E-Verify l K)U for Employer I Revisbon Date 09/01/09 WWW.dhs.gOVlE-VBtify 11E rify Company ID Number: 364882 North American industry Classification Systems Code: 237 Administrator: Number of Employees: 20 to 99 Number of Sites Verified for: 4 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: • MICHIGAN 1 site(s) • FLORIDA 3 site(s) Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Kelly A wilide Telephone Number: (734)996-9500 Fax Number: (734)996-8480 E-mail Address: kwilkie2000@yaboa.com Name: R Suzanne Hawker Telephone Number. (734)996-9500 Fax Number: (734)996-8480 E-mail Address: rshawker®yahoo.com Page 13 of 131 E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 1 1 E Goer County Acirinatrafive SWWvioes Division Purthasin COWER COUNTY SOLICITATIONS SUBSTITUTE W—9 Request for Taxpayer identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required,to collect thefollowing information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name Douglas N.Higgins,Inc. (as shown on income tax return) Business Name same (if different from taxpayer name) Address 3390 Travis Pointe Rd.,Ste.A City Ann Arbor State Michigan Zip 48108 Telephone 734-996-9500 FAX 734-996-8480 Email DanHadnhigQins.com Order Information Remit l Payment Information Address 4485 Enterprise Ave. Address 4485 Enterprise Ave. City Naples State FL Zip 34104 City Naples State FL Zip_34104 FAX 239-774-4266 FAX 239-774-4266 Email BrandvB( dnhiggins.com Email BrandyB(Qdnhiggins.com 2. Company Status(check only one) Individual/Sole Proprietor X Corporation ___Partnership _Tax Exempt(Federal income tax-exempt entity _Limited liability Company .: . under Internal Revenue Service guidelines IRC 501 (c)3) C Enter the tax classification (D=Disregarded Entity, C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) • Federal Tax Identification Number(TIN) 38-1807765 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification:Under of perjury, I certify that the information shown on this form is correct to my knowledge. Tir► V t f Date 1019/14 Signature �� Title Vice President • Phone Number 239-774-3130 22 14-6349 LASIP County Barn Road 11E 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 toexecute 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 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 Notice of Award, 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 forty (440) 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 forty (40)consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Michigan County of Washtenaw Kelly.A. Wilkie , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized asindicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them.. - Kelly A. Wilkie , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. 23 14-6349 LASIP County Barn Road liE (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Michigan , which operates under the legal name of Douglas N. Higgins, Inc. , and the full names of its officers are as follows: President Douglas N. Higgins Secretary Kelly Wilkie, David Wilkie, Tamara Ludwig, Sandra Garrison Treasurer Kelly Wilkie Vice President Kelly Wilkie, Daniel Higgins. Brandy Bartolone The Vice President is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken July 1, 2014 a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is , and if operating under a trade name, said trade name is • 24 14-6349 LASIP County Barn Road iE • CERTIFICATE OF SECRETARY The undersigned, being the duly elected secretary of Douglas N. Higgins, Inc., a Michigan corporation, hereby certifies that the. following resolution was duly adopted by the Board of Directors of said corporation at a meeting held on July 1, 2014 and that said resolution is in full force and effect: 'RESOLVED, That the following listed persons are hereby authorized to execute, on behalf of • Douglas N. Higgins, Inc., any and all contracts and documents." Brandy L. Bartolone — • T Daniel N. Higgins Douglas N. Higgins David J. Wilkie Kelly A. Wilkie IA u '"""'T'""'" a. iudati-e_ Ke ly A Wilkie Secretary Dated: July 1, 2014 lIE Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED 10/9/14 legal entity er BY: Douglas N. Higgins, Inc. Wit Os Name of Bidder (Typed) Witness g a Si iat� Vice President Title STATE OF Michigan COUNTY OF Washtenaw - The foregoing instrument was acknowledged before me this 9th day of October ,2014, by Kelly Wilkie , as Vice President of Douglas N. Higgins, Inc. , a Michigan 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:'-)0,4)DCV111,C4t —� (Signature of Notary) NAME: Sandra K. Garrison (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan SANDRA GARRISON Commission No.: y NOTARY PUBLIC•STATE OF MICHIGAN COUNTY OF WASHTENAW My Commission Expires January 10,2020 14.6349 LAS1P County Barn Road a ''?' 11E BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Douglas N. Higgins, Inc. (herein after called the Principal) and Hartford Fire Insurance Company (herein called the Surety), a corporation chartered and existing under the laws of the State of . CT with its principal offices in the city of Hanford and authorized to do business in the State of FL are held and firmly bound unto the Collier County Board of County Commissioners (hereinafter called the Owner), in the full and just sum of Five percent of the attached 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 14-6349 LASIP County Barn Road. 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 sum of $ - noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 9th day of October , 2014. Douglas N. Higgins, Inc. Principal BY h{ tA '{..a, (Seal) H-rtford ire Insurance Company Surety A ;.+r efs „A.: I ! (Seal), Countersigned Local Resident Producing Agent for Hylant Group, 24 Frank Lloyd Wright Dr., P.O. Box 541, Suite J4100, Ann Arbor, MI 48106 26 14-6349 LASIP County Barn Road 1I ' .: Direct Inquiries/Claims to: ATTORNEY THE HARTFORD POWER OF BOND, P One Hartford Plaza Hartford,Connecticut 06166 call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35.350861 X Hartford Fire insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the lawsofthe Stale of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of unlimited: Heather M.Johnson,Joel E.Speckman, Terri Mahaklan,David Harlock of Ann Arbor,MI their true and lawful Attorney(s)-in-Fact,each in their separate capacity if more than one is named above,to sign its name as surety(les)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1,2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ri 2 0mo' , • . )A di'per , .',' itm 6,........... km*r , (f 01-.‘ firo-,,-Z.,,-i. , s:51 i , 4tt- 1 aZoi % 4,o t 1974 .€ s 1#72.11 i' wet t..- L.) . `� , W. ^`..,. ", I .. ..J 7 ___ Wesley W.Cowling,Assistant Secretary M.Ross Fisher,Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 12th day of July,2012, before me personally came M. Ross Fisher,to me known,who being by me duty sworn,did depose and say:that he resides in the County of Hartford, State of Connecticut;that he Is the Vice President of the Companies,the corporations described in and which executed the above instrument;that he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 0 Kathleen T.Maynard Notary Public My Commission Expires July 31,2016 CERTIFICATE I,the undersigned,Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is,a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of October 9,2014. Signed and sealed at the City of Hartford trs, aa„a w Sr � , . �` ?.°��sa.la.lii' tiO;J't a iAWMv4 F .1,11.13,,,,-..� +•A • ry 34,0"4&.‘ 41 ,_Iii ),1 7g t t , 1,i4at tta.1 . 4Ma0- • F9 T 9 r t 1Y 7 p ',"�S./In �+ F `.a �C`.'�' t.... v1 . ',,, .ate '++coal+ �Q�xr:• Gary W.Stumper,Vice President 1 E THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. 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. Any required drawings, descriptive literature, etc.have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed and the company's E-Verify profile page or memorandum of understanding B. Certificate of Authority to Conduct Business in State of Florida and the County's Substitute W9 9. If required,the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 10.Any addenda have been signed and included. 11.The mailing envelope has been addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 12.The mailing envelope must be sealed and marked with: 'Bld Number; 'Project Name; • 'Opening Date. 13.The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Douglas N. Higgins, Inc. Bidder Name / Gk 14 Vice President SI at &Title Date: 10/9114 27 14-6349 LASIP County Barn Road • E9� CERTIFICATE OF LIABILITY INSURANCEDATE(61UCIorc 12/4/2013 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 pollcy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the . certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Hylant Group Inc-Ann Arbor FelE:m:734 741-0044 PAX 2 Frank Lloyd Wright Dr 14100 INC.Nal734 741-1850 Mn Arbor Ml 48105 ADPAE ec INSURER(S)AFFORDING COVERAGE MAIC S INSuReiA ,nntinnntAl Insuranoa Company 85289 INSURED FUGGI-5 mune Casualty Company 20443 Douglas N.l-gpins,Inc.. INSURERC:Valley Forge Insurance Co 20508 ' 3390 Travis Pointe,Suite A INSURER D:Greenwich Insurance Company `22322 Ann Arbor MI 48108 INSURER E: I INSU RER F: COVERAGES CERTIFICATE NUMBER 945059840 REVISION NUMBER: t THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE-LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,'THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IEXP TR TYPE OF INSURANCE AWL-SUER wvo POUCYNUMBER GaIuDD YYYY1 IMM O/YYJYYI LIMA A GENERALLIASEITY U1061922047 12/10/2013 17/10/2014 FAciioccuismicE $1,000,000 DAMAGCOMMERCIAL GENERAL UABIUTY PREMISES(RENTED ) $200,000 II CLAMS-MADE 1;r1 OCCUR MED OLPOwone perm) $15,000 PERSONALE AIN INJURY 51,000,000 ( GENEtALAGGREGATE $2,000,000 OEM AGOnEGATE LMTAPPLES PFR PRODUCTS•COMP/OP ADO $2,000,000 n F+Ot.1CY X .� n Loc $ A' AUTOMOBILE UABUI1Y U1061922033 12/1012013 12(10/2014 swarm UNIT simom X ANYAUTO BODILY INJURY Mar pawn) $ ALL ED _SCHEDULED pBad�LYINIURYIPerax tl $ AMOS (Pararri�E 5 eHE3EOAUT09 ^, (J1pNONgE0 3 ' B X UMBRELLA LIA9 X OOOUR U1061922030 12/10/2013 12/10/2014 EACH OccuRRE? E $10,000,000 EXCESS UAB CLAMIS•MADE AGGREGATE $10,000,000 DEO Ix I RETENTION$10,000 $ C WORXERRS COMPENSATION WC161922016 12110/'1013 12/10/2014 X WC 0TH- , AND B,IPLOYERSLIACUUTY I "" ANY PROPRIETORAAR NENEXECUINE Y1 N EL EACHACCIDENT $500000 oIFICERNEE3ERsxcwDED? n N/A (Mandatory In NH) EL DISEASE-EA EMPLOYEE 5600,000 irYs�,Swaim Imder 0EEMPTIDN OP OPERATIONS below EL DISEASE-POLI OY LIMIT St.000,000 O Professional/ PEC0025O95 • 12/1012013 12110/2014 2,000,000 Each Claim ' Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES{Attach ACORD 101,AddlfonatRamaksScEsdate,emote apse.Is required) Additional insured for General Liability,as required by written contract(primary)-Board of County Commissioners,Collier County. For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamlarnl Trail,East Naples FL 34412 AUTHORIZED REPRESENTATIVE gerizi:A..et ++4,uts , ®1888.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD . . . • . i . E , . .. .. : t •i . • ., . . •, • . . • . . , . . . . . . . . . . . . .. . , . . . . . . . . . .... . . .. • . . . , . „ .. . ... . .. ..L. - . , ., . - r# A -4. ' 4 ER COUNTY B IS'NESS TAX `` l V 1.`-. 1 %� )•;.v0O$64 z,` Cpl. fi* OI0 TY `A� --R'4 2800 N sORSgS-of•DRI y•NAPLe$F a 15A .1 o Ad i ri, c :•.:,•,•.;:,.::_..z.y,.......,...........,,..,_,•.,,........,...,• 74; , VISITOU�tWEBSI'[EA! 0 tleita•99.y' "'t ' -,,-...-4900,;-4-,,,,,...--.,,,,,, ,.,-, x .•...--•,,,•-'#TH13 RECEIPT EXPINE '` E, TEMt3E 901 5 i, ,r`"s*it "* " toy1, .� ri `• t+ —e. . :�,�#9.�4�•---- �t� t t t .:40 - p 3 ,I.4._,, n•� iv..,,:-, i ., ..k,h;-y[1�f 1 t!,N., ..a... 41,',L..a g../.1,.ti 4.?G , h"-. '• r' i ,' r a . `ml�• r-'-p i'Z'- 7�5ab. C r': ' 1*ES8 FOR,Pu G - n 3 iAI N B�N SE AVE } t'0 a' " 11. a DO$018 CONTItAkY r L i CA1L WN ''i- ,�i. ED "'F1NDU IC 1541 x;4 , S A ti t a .-,�- a Etl � CIS 0 c•F, rID L`E • f r �� / F F }., �•r� , t'•; ; , ., x ,,�a , 4:xis-wt.„-.s, 'ax. n y=� 1rk4k '�¢�.a 1.'v .D53�: BUSINESSPH�O]NE 77.4'31 O c x" ,.?,A,. e' . I`` ..-114%,..,4,&e,040,,-:" r f f`' �a. 'x0'-t b,i th` �`H'>r j 6- �.. r� * e".4�* .5 STATE LIC C,Q bO00189 F , .iF r 4 4 ti 15 �0 ('� JVIl4 t rIG ii iS k�\*.-kt,i 115, M { -: 5� :7. vi �s*� 5 -' 5 .}7 ' y �: oaf -,1'. 't t.�.- *.-kt,--i. i C a!g Hi, v 1' A e r i, ,lW .° d ,' { { ,.;tom ' ,�J -e. ci„�,� V,.. 1 a 1474Jt1 S -2. ELS':. `� �i!F ..y'p i'r y J w � �}*"t -.� ASI A F� 'R ° ; z$ �+'.#:*a �1,�'r' 1. A . ,� s r+ F ��i �.. s � ,? �r + � � L 7 1 h�i, } �r r „L� F.1 e k .ri' , v e t " y ;' t "' F i'iV, �' Au� n >+i . +°" -.''r 1 rry,,ypQ E Vs",:: �L., �,,,! '�`iclata.. [41) (• t } A j Y .3":1,141-` j ,."%. fS 'f j<+ . 'pl T,4,71 1,7 '{": e ti • ry Y .�` R...�+ 4.�"'�-j.t� 'C F" B sc i'�v d' r':!'� � Y,' `•f r �, � t C � c 'ti s't r ,13 a' ez � rf r a�n J''�t•�jyyt •''" ? .: `'* �t LE$+ 4� 0 Q�p- z�{d� �r � j � �i..4.. 45, 2 .i }tr t 0 r r 1 M V, , d. }1,' s k'�14 "R— 11, , 4V, �}� 's',g„ �. '' c �.. ,a�aI- ., L h +§ 8 "S !t .�+ 5 �' F= ri� .,n t C z l i 3 }F.i 5 i N 1a:.. t•F7 F y . in, f---!4:..';j•- .-i $101�3c_4W1 � tise p1, "44,-.,,i " ..l,f-.`'� _ E;1,s 4ps R T.,� 1 1 ,r tt .g,, k .2yf x y „. } rFi'4. Y i�` ,{tr!'{ } '"� '.yt,t i -,,,,Y,-,4,-,n' tt1r��.*�L, i'''3{ "�� � � 5 ,W.�..•�• h'�.,'3�* �,v.;-..�� ��"`y�.r�°� ��jST��� �' +� ,� dv�••���A� �g:: .f:F�� x� fJV4M$I=RQREWet.u•TEES , 41a10b.MKI O et is. ,4 l sf6,-.4t..._ ;-,-,n' s,- ,,_,;.,...,,,,,,,,,,,,,,,,,„..,,-,,f,,,,,...ry-- +• f '., S! +t ''x 1.'., 1 .•41 4'.0.t ;^O1 ASS1FliCP ION, GENERI,L OA etz� tom` u': f „ , , �:u,� , r , . ac-�r ro ,}r:{i G•e y•'�,�t� a� Via.Y t p :-o .. ; '..-,r,',4,,.+ w "34p �:.Jr3.1- tt�`y' - its 5r F)�. a �t 7h. . .'< ,t�G � Tioli '0C.+ 107. '8 �. ,'- 1: -,;71-4„,„a+•i� }j` 4 ' +.Jn dp,,j4 A'yh�1 , { ix',gig:.'`•-# , ' - +�,,ro q t 411.".:* x—_F::, 4} ” d: rv,,r s �� •� 41 4'vav• ruti'�i4 '4r� Ju L yL�' .- 4"6 {�C1yySS �TI11S tSCt911lillti. NS.r, t.,MlY T.�! D4L' 1(C8 Eef98e 0 g49''I}t1t4 rf r °c" er ,1a y a r t h F r dr'r�' 7� Nf q t- ''?''',k6.. i? Y"� y f L,�1 x $�'-. 1t mt i 01 ge o;rr 040 a ex .,`0,49.. atgcl n Maws th a„ s a �.2- �• + e, ,1 ,.. . �.: , : a . V fu� (tbht ahll'o f 4efi e el pAiliTfetfib m 7 t4, ' '-'.• • g� `?t -• ` r y"' Ir ..• 8..,..',t•a++:Ara , .. er.7140 n. ..1 �•:y:.;.-.t.a>.... .>,.:..,a .�,,i'^.-_,Se.iiu,.. f.S ,I,4• , .• J ,i5:'e. k.wu t. 1-. :ta- 4r ...4 it 13.:?... 1.N..i .., • • • • a/ • 1 • • r • • • e2-1V STATE OF FLORIDA ' �it 1 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ( r- N r� ' " r s� . CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 : ' • 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 HIGGINS, DANIEL NORMAN DOUGLAS N HIGGINS INC 3390 TRAVIS POINTE ROAD • SUITE A ANNN ARBOR MI 48108 Congratulations! With this license you become one of the pearly.. . ._,.--_.. . ...... one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range +. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, `t DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. PROFESSIf3 L REGULATION Every day we work to improve the way we do business in order to CGGQ60189 ..: �UE i. 08/27/2014 serve you better. For Information about our services,please log onto � '` vvww.myftorldalicense.com.'There you can find more information CERTIFIED G �� sA 'CONTRACTOR about our divisions and the regulations that Impact you,subscribe HIGGINS,t)AN'11 `l�' +IAN to department newsletters and learn more about the Department's DOUGLAS N HIGGI '. INC Cyit,' Initiatives. x.,.. Our mission at the Department is:License Efficiently,Regulate Fairly. p!— We constantly strive to serve you better so that you can serve your customers. Thank you for doing business In Florida, IS CERTIFIED under the provisions of Ch.489 FS. and congratulations on your new license! Expiration dote:AUG31.2019 L1408270003528 • DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA . DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ...101',,4 , CONSTRUCTION INDUSTRY LICENSING BOARD ‘,.4":"-:- .f„t` LICENSE NUMBER • •4' --;v' :! jr CGC06018S The GENERAL CONTRACTOR Named below IS CERTIFIED '`'*^ -'')' Under the provisions of Chapter 489 FS. Expiration date:AUG 31,2016 /. �i .-„ 0 HIGGINS, DANIEL NORMAN erg p •�' DOUGLAS N HIGGINS INC` .� 3390 TRAVIS POINTE ROAD '+I .."' SUITEA . - C -!IN } - ANNN ARBOR MI 48108 ® ,i ;::'D.. . tool icru now7nn4. mem AV AP Pc nI IIRFf1 RV I AW SEO ik L1408270003526 liE State of.Florida Department of State I certify from the records of this office that DOUGLAS N.HIGGINS INC.is a Michigan corporation authorized to transact business in the State of Florida,. qualified on August 1, 1973. The document number of this corporation is 830666. I.further certify that said corporation has paid all fees due this office through December 31, 2014,that its most recent annual repordimiform business report was filed on January 7, 2014,and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Seventh day of January,2014 1 Via/s ! kz1 S ` Secretary of State Authentication ID:CC3506726904 To authenticate this certillcate,visit the following site,eater this ID,and then follow the instructions displayed. https://efile.sunbimorgkertauthver.html Cjt31 • I la edS F D d•Tr ... Florida Department of Transportation RICL carr 605 Suwannee Street AMAN RASAD, GOVARNOR Tallahassee,FL. 32399-0450 SECRETARY August 27, 2014 • DOUGLAS N. HIGGINS, INC. 3390 TRAVIS POINTE RD . ANN ARBOR MI 48108 • RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam.: • The Department of Transportation has qualified your company for the type of work indicated. below. Unless your company is notified otherwise, this Certificate of Qualification will expire 9/30/2015. However, the new application is due 'f31/201S. In aocardanoe with 8.339.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant,*audited annual financial statements and,if applicable, the audited interim financial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be.submitted subsequent to• any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. Tour company's maximum capacity rating has been established based on X Audited Reviewed financial statements. To access it, please log into the Contractor Prequalification Application System via the following link: httpe://www3.dot.state.fl.us/G'ontractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDO'! APPROVED WORX CLASSES: DRAINAGE, GRADING, MINOR BRIDGES, R&R MINOR BRIDGES FOOT APPROVED SPECIALITY CLASSES OF WORK: UNDERGROUND UTILITIES, WATER MAINS, SANITARY LINES, FORCE MAINS, SEWER LINES, PUMP STATIONS. ' You may apply, in writing, for a Revised Certificate of Qualification at any time prior ' to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desir'e'd, ddoctlniiitation is needed 10 show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. •Sincerely, Juanita Moore, Manager Contracts Administration Office JM:cj www.dotstate.fl.us • 1 1 1 E co ler C.,votivity Email: BrendaBrilhart©colliergov.net Telephone: (239)252-8446 AdministativeSeivicesDivision FAX: (239)252-6697 Purring ADDENDUM#1 Memorandum Date: October 3, 2014 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#1 -14-6349-LASIP County Barn Road The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Time of Performance. (Pages 4, 23 and 29) Contractor shall achieve Substantial Completion within four hundred and fifty five (455) calendar days from the Commencement Date (herein "Contract Time"). Contractor shall achieve Final Completion within forty-(40) thirty (30) calendar days after the date of Substantial Completion. Revised Engineer's Estimate: $7,683,857 PLAN REVISIONS: • General Notes-Sheet 3 - Revised Clearing and Grubbing Note 2 - Added Landscaping Notes 1-3 (Includes Measurement and Payment) • Typical Sections-Sheets 7-11 Removed all TCE's - Revised clearing &grubbing and sod limits Add landscape details - Add driveway typical sections • Plan and Profile Sheets-General changes to all - Removed all TCE's - Revised fence relocations and added fence for revised clearing and grubbing limits - Revised box culvert protection graphics to match dimensions in grading details • Plan and Profile Sheets-Sheets 13-15 - Added existing private 4" Forcemain on the west side along trailer park - Add two 4" FM deflections • Plan and Profile Sheets Sheet 21 - Remove 30° FM deflection - Revised clearing &grubbing and sod limits • Plan and Profile Sheets-Sheet 24 - Revised driveway geometry at Eden Institute due to removal of TCE • Plan and Profile Sheets-Sheet 25 - Revised.LASIP driveway at weir - Add fence and gate for weir • Plan and Profile Sheets-Sheet 26 rc, 1 1 - Widened berm to 10'for FPL - Shifted pipe location S-850 to S-852 - Added proposed right-of-way line • Grading Details—Sheets 33, 35, 36, 39,42,43, 47, 48, 49, 50, 51 - Minor grade revisions • Grading Details—Sheet 44 - Revised driveway geometry and grades at Eden Institute due to removal of TCE • Grading Details—Sheet 45 - Revised LASIP driveway geometry and grades at weir • Drainage Structures—Sheets 53-56 - Minor revisions to match plan and profile sheets • Drainage Details—Sheet 57 - Minor revisions to match plan and profile sheets • Cross Sections—Sheets 61-70, 73, 75, 79-80, 92-94 - Remove TCE's • Cross Sections—Sheets 65-70 - Add landscape features at trailer park—Station 21+00 to 28+00 • Cross Sections—Sheets 86-87 - Revised/Add Berm for FPL access • SWPPP—Sheets 98-100 - Revise silt fence limits to match revised clearing and grubbing limits • Utility Crossing Details—Sheets 108-110 - Added deflections for 4" private FM - Removed 30" FM deflection at Whitaker Blvd. • Weir Control Plans—1-2 - Revised weir catwalk grades - Minor dimension revisions BID TAB REVISIONS: 104-10-13 Revised per clearing and grubbing limits 110-1-1 Revised per clearing and grubbing limits, changed pay unit from LS to AC 120-6 Revised per FPL berm 285-704 Revised per Eden Institute driveway change 337-7-5 Revised description to match typical sections 334-1-13-15 Revised per Eden Institute driveway change 430-175-115 Revised to match plan and profiles 430-175-118 Revised to match plan and profiles 430-175-136 Revised to match plan and profiles 430-175-236 Revised to match plan and profiles 425-1-521 Revised to match plan and profiles 430-982-125 Revised to match plan and profiles 430-984-125 REMOVED to match plan and profiles 522-2 Revised pay unit from LF to SY—quantity remains the same 550-10-110 Revised per clearing and grubbing limits, added"includes gate relocations" 550-10-222 NEW ITEM—added per clearing and grubbing limits 550-10-242 Revised per clearing and grubbing limits, added LASIP weir fence 550-60-2 NEW ITEM—added to LASIP weir 570-1-2 Revised per clearing and grubbing limits CC-LS-1 NEW ITEM—Added for landscaping at trailer park CC-LS-2 NEW ITEM—Added for landscaping at trailer park FM-1 Added contingent amount of 1,330 LF for private 4" FM FM-2 Added contingent amount of 1,368 LF for private 4" FM FM-3 Revised to match utility crossing details FM-4 REMOVED ITEM FM-5 Adjust FM Valve to Grade is renumbered to FM-4 E ENGINEER'S CLARIFICATIONS: • No additional payment will be made for rock excavation on the project. All earthwork calculations are based upon"neat"numbers. Quantities do not reflect factors such as clearing &grubbing, shrinkage, swellage, loading, unloading, rock excavation, hauling and/or any other factors associated with earthwork operations. There will be no stock- piling for the project. • 30"FM deflection has been removed from the project • Watermain deflections to remain under the proposed conflicts • Weir Control Structure quantities - All items shown in the weir control plans are included in item 429-1 (Includes picket fence) - Fence and gate items around the control structure have separate pay items • Clearing and Grubbing Limits are defined in General Note 2 on SHT 3 of the plans • Private 4" Forcemain along trailer park(Begin to Sta 24+80) - This line has been discovered from Rattlesnake Hammock Road to the private lift station. - NO plans are available for this line,the existing location was added to the plans based-upon information from the owner's representative. - Contingent items for a new 4"forcemain and the removal of the 4"forcemain have been added in case the line is not located where it has been assumed on the plans. - If relocation is necessary the assumed new location would be 10'west of the 12"WM in order to avoid the proposed box culvert. It is also possible to place the forcemain along the right-of-way line past the box culvert. - There have been two 4"forcemain deflections added to the plans, one under the proposed box culvert and one at the lift station entrance under the proposed ditch. These are assumed whether relocation of the line is necessary or not. - Mitch Gilbert(239-825-7818) is the contact for Florida Utility Solutions which manages the forcemain and lift station. He cautions that the lift station has limited capacity and kicks on every 90 seconds during season. He suggested if this line has to be relocated to wait until off-season before beginning the work. Please coordinate any work with Mitch directly. ADD: • SFMWD ERP(Environmental Resource Permit) • SFWMD Dewatering Permit has been obtained for this project and is attached. This represents one way that the project can be dewatered. If the contractor chooses to dewater the project in a different manner he may pursue a permit modification. Any cost incurred with the permit modification shall be the responsibility of the contractor. No separate payment will be made. • Soils report for County Barn Weir(Wingsouth portion of the report does not apply) • Soils report for Mast Arms at Rattlesnake Hammock Road • Soils report for Mast Arms at Davis Blvd (Mast arms have been removed at.Davis) • County Barn 4-laning Soils Plan Sheet • County Barn 4-laning SPT borings for noise wall . • Revised Engineer's Opinion of Probable Cost • Revised bid form • Measurement and payment for Collier County Utilities • The following provision is added to the Supplemental Conditions: INSURANCE: The South Florida Water Management District will be included as an additional insured on all insurance policies. 1. E QUESTIONS&ANSWERS: 1 There may be vacant parcels adjacent to the project or within the project area suitable for Staging Areas. It is the Contractors responsibility to investigate and pursue temporary land use arrangements". Q: Asphalt Index or Fuel cost adjustment? Composite pay factors? A: No fuel cost adjustments Q: Asphalt to be done per DOT specs? Contractor hires QC? A: Yes, per spec Q: Laser and TV pipe? A: Yes, per spec If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Shane Cox, Project Manager Enc: Pre Bid Meeting Audio File &Sign In Sheets Permits Geo Tech Report Revised Bid Schedule Plan Sheets lI Email: Brenda Brilhart@colliergov.net Telephone: (239)252-8446 Ad mif s ive ServiceaDivision FAX: (239)252-6697 Purchasing' ADDENDUM #2 Memorandum Date: October 6, 2014 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#2-14-6349-LASIP County Barn Road The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION: Time of Performance. (Pages 4, 23 and 29) Contractor shall achieve Substantial Completion within fOttf-hundred-and,-ferty-(440) four four-i undred end tK wnft five (425) calendar days from the Commencement Date (herein "Contract Time"). Contractor shall achieve Final Completion within fern-(40) thirty (30) calendar days after the date of Substantial Completion. Total project time 455 Days. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Shane Cox, Project Manager 1 k� r CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Douglas N. Higgins, Inc. ("Contractor") of 4485 Enterprise Avenue, Naples, Florida 34014, a corporation authorized to do business in the State of Florida, to perform all work ('Work") in connection with LASIP County Barn Road, Bid No. 14-6349 ("Project"), as said Work is set forth in the Plans and Specifications prepared by AB&B, 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: Seven million four hundred fifteen thousand two hundred forty seven dollars and fifty three cents ($7,415,247.53). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bdnds, in the form prescribed in Exhibit A, 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 28 14-6349 LASIP County Barn Road Cp lIE 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.html#certified. Should the Contract Amount be less 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 five (425) 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 Division Administrator or Department 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, Three thousand seven hundred and seventy dollars ($3,770.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all 29 14-6349 LASIP County Barn Road !.[A 1 E J 1 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 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 30 14-6349 LASIP County Barn Road CA liE 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 to be incorporated by reference and made a part of this Agreement for Solicitation ITB 14-6349 LASIP County Barn Road. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C:, Release and Affidavit Form Exhibit D: Contractor Application for Payment Form 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 Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by AB&B and identified as follows: LASIP County Barn Road as shown on Plan Sheets 1 through 142. Exhibit N: Contractor's List of Key Personnel Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Shane Cox, Project manager Collier County Transportation Engineering Department 2885 S. Horseshoe Drive Naples, FL 34104 (239) 252-5792 ShaneCox@colliergov.net 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: 31 14-6349 LASIP County Barn Road 1 1 E Brandy Bartolone, Vice President Douglas N. Higgins, Inc. 4485 Enterprise Avenue Naples, Florida 34104 Tel: (239) 774-3130 Fax: (239) 774-4266 Email: brandybAdnhiggins.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. 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. 32 14-6349 LASIP County Barn Road - liE 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. 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 purchasing 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 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. **** 33 14-6349 LASIP County Barn Road i — liE IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITrNESSES: Douglas N. Higgins, Inc. FIRSTWITNESS By: Q,LUL vi IKi c v c - 9-)I (/11 iL � sl�/�(,I�l� PALL Int !Name and Title Date Print game A SECT D't ITNES' DG i OA H Cfl viS Print Name Daterbtri r?> 'q 209 OWNER: ATTEST:, .. BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA/ Dwight E-. Brock, Clerl5 ,> Ior BY: PA— / I Tom Henning D- e Attest as to Chairman's Chairman / cignature only. Approved as to Form and Lega Assistant Co ty Attney 'm*i . P- in Print Narre 34 14-6349 LASIP County Barn Road 11E EXHIBIT A 1: PUBLIC PAYMENT BOND LASIP County Barn Road Bond No. 35BCSGQ6950 Contract No. 14-6349 KNOW ALL MEN BY THESE PRESENTS: That• Douglas N. Higgins, Inc. 3390 Travis Pointe,Suite A,Ann Arbor,MI 48108 , as Principal, and Hartford Accident and Indemnity Company , as Surety, located at One Hartford Pla7a,s-4.Hartford.CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County,FL as Obligee in the sum of Seven Million Pour Hundred Fifteen Thousand Two Hundred Forty-Seven Dollars and 53/100 ($ 7,415,247.53 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the I-201 day of fOo%rte ho r 201 T , with Obligee for LASIP County Barn Road Bid No. 14-6349 in Collier County, FL accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable In the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 26th day of November 20 14 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. 35 14-6349 LASIP County Barn Road C'A 11E Signed, sealed and delivered in the presence of: PRINCIPAL Doug N 1 lis,.Tu BY: jttLla. w Witnesses a to Principal NAME: I l /4 WI I f<l - ITS: Vi (,Q —r re y'61 t1 t' STATE OF M I Cu I,9a,V1 COUNTY OF VV(A) 1-6 The foregoing instrument was acknowledged before me thiscl9thh , ,qday of 1r0V � ' 20 , by1 A -VV](K ^ e , as V1 Cr - Ji. r5 4 M t of POu 1a S f C i rS SMt. , a ic1ii i '1 corporation, on behalf of the corporatfon. He/she- personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: /—/Uw7oc a52 -//alc_ ,,baNuocv--.' (Signature of Notary) NAME: sC YC-- K. Crc'brii (Legibly Printed) (AFFlXOFFICIAL SEAL) Notary Public, State of MIG/t( 3t 1 Commission No.: ATTEST: SURETY: Tinrrfnr4 Qrri'ant nn'l TnAamni r” r'mmnnn,, (Printed Name) One wart'nrd nln,,n, 7-4 unrtnr', PT nc1cc (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 36 14-6349 IASIP County Barn Road CIA) 1 1 E OR i) ,c4 Ojoik t, 1 As Attorney in Fact ,,� t , (Attach Power of Attorney) OOn 3 Heather M. Johnson Witnesses (Printed Name) PO Box 541 Ann Arbor,MI 48106 (Business Address) 734.741.0044 (Telephone Number) STATE OF Michigan COUNTY OF Lenawee acting in Washtenaw The foregoing instrument was acknowledged before me this 26th day of November , 20 14 , by Heather M. Johnson aS Attorney in Fact of Hartford Accident and Indemnity Company Surety, on behalf of Surety. He/She is personally known to me OR has produced Drivers License as identification and who did (did not) take an oath. My Commission Expires: (Signature EOM a3 ��n t5 Name: C��y' A A . `l�.`7 (Legibly Prlat$d) (AFFIX OFFICIAL SEAL) Notary Public, State of: Michigan Commission No.: N/A riotAwrc MARY CFtHlA EF i My Can isstn Egies _ � • of Z1.2D15 : , ; NO�qTF •..,...• ��+�t 37 14-6349 LASIP County Barn Road C'A lIE EXHIBIT A 2: PUBLIC PERFORMANCE BOND LASIP County Barn Road Band No. 35BCSGQ6950 Contract No. 14-6349 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins,Inc., 3390 Travis Pointe, Suite A,Ann Arbor,MI 48108 , as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza,T-4,Hartford,CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL , as Obligee in the sum of Seven Million Four Hundred Fifteen Thousand Two Hundred Forty-Seven Dollars and 53/100 ($ 7,415,247.53 ) 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 rei day of tJoo , 20 I'f , with Obligee for LASIP County Barn Road Bid No. 14-6349 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages,whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. 38 14-8349 LASIP County Barn Road ,LAC. 11E 3 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 .2Y4/— day of lel ut m�)e,Z , 20 II-1 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL ��. DC)C( ICES N ��`�,rls� Y1[ F BY: Lt (1 IwiLKkk Witness s asTo Principal 1/),(( NAME: r - ���lkI cITS: \I (�•-fasit, I 1 STATE OF /1/\1,,C11164" COUNTY OF 'OD 4kA.d The foregoing instrument was acknowledged kbefore me this cr✓41 day of N V evil V 20 11-1 , by K 1 11,9 f Vv, ( I as 'j a - Qof Ek Cts I-1-1I✓15, J-iC , a M I LG11( 6.Vl corporation, on behalfof the c Oration. He/she is person knawn to me OR has produced as identification and did (did not) take an oath. c^ My Commission Expires: 140-',?o,3v �l-Y�?Gr- (Signature) Name: 50116 Ct t`). 6lt-f'1 it (Legibly Printed) • (AFFIX OFFICIAL SEAL) Notary Public, State of: M (12i0OLn Commission No.: 39 14-6349 LASIP County Barn Road I('AO1 1 1 E ATTEST: SURETY: Iiartford Accident and Indemnity Company (Printed Name) One Hartford Plaza,T-4 Hartford,CT 06155 (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) ORQ\ Ail- V As Attorne in Fa• (Attach Power of Riney) fk Y C)-\-4C (, Heather M. Johnson Witnesse (Printed Name) PO Box 541 Ann Arbor,MI 48106 (Business Address) 734.741.0044 (Telephone Number) STATE OF Michigan COUNTY OF Lenawee acting in Washtenaw The foregoing instrument was acknowledged before me this 26th day of November , 20 14 , by Heather M Johnson , as Attorney in Fact of Hartford Accident and Indemnity Comparlya Corporate Surety, on behalf of Surety. He/She is personally known to me OR has produced Drivers license as identification and who did (did not)take art oath. My Commission Expires: 7- as - aot 5 (Signature Name: CA eel':L( t 1\ . (Legibly Pi'in d) (AFFIX OFFICIAL SEAL) Notary Public, State of: MI "" •mmissfon No, N/A ,,1�ese. LABFB/s__ Hamm auauc •C 4TY OF LEN VEE 40 14-6348 LASIP County Barn Road • ExPires mAyms : rZ rF OF M‘G`,00'� Direct Inquiries/Claims. POWER OF ATTORNEY THEHARTFORD Hartford FORD BOND T-4 aza Hartford,Connecticut 06155 call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-350851 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of unlimited: Heather M. Johnson, Joel E. Speckman, Tern Mahakian, David Harlock of Ann Arbor, Ml their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. `1 \it•\. sa r..r..fr i a 0.111:w La 4nur..,;:r5 Y fou .;A*� _''3►` �..rrr.ry • �.�NM� • ?9 7 r. � •y 7 .� 1979 A "1q.:, �lA/� iy•ts. • 'w'4 gait' uur �• p • Wesley W.Cowling,Assistant Secretary M. Ross Fisher,Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. o t • KathleenMaynard Notary Public CERTIFICATE My Commission Expires July 31,2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of November 26 , 2014 . Signed and sealed at the City of Hartford. • $'i, r �'. \ r • ge"..7t • .r.nri: ?,,�►td1.•v"'0 • 4.8•411•., • • a; rvsv �% �og t V /� 14 9y e • ,'‘. 5vr•`* r. • y Gary W. Stumper,Vice President lIE EXHIBIT B: INSURANCE 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 EXHIBIT B 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 EXHIBIT B 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- 41 14-6349 LASIP County Barn Road �C;AO 11E 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 coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverageW and charge the Vendor for such coverage) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 42 14-6349 LASIP County Barn Road 9 1 1 E Collier County Florida Insurance and Bonding Requirements Insurance f Bond Type Required Limits 1 Worker's Statutory Limits of Florida Statutes Chapter 440 and all Federal Compensation. Government Statutory Limits and Requirements 2 . :.®Employer's Liability $50O 000'single limit per occurrence 3. ®'Commercial General Bodily Injury and PropertyiDamage Liability(Occurrence Form)patterned after:the $1 000 000 per occurrence, $2,000 000 aggregate for Bodily Injury current ISO form Liability and Property`Damage Liability This shah:include Premises and Operations,Independent Contractors; Products'and Completed Operations and Contractual Liability. 4. E indernnifiOition To the maxirnum:extent permitted;by Florida law;th'eContractorNendorl shall indemnify and,hold harmless Collier County;its off cers and employees from any and all liabilities damages, losses'_and,costa; including,but not limited to reasonable•attorneys'fees and paralegals' fees,�to the extent:caused by the:negligenc e, recklessness,or intentionally:Wrongful conduct of.the Confractor/Vendor or:anyone employed or utilized by the!Contractor/Yendor in=the performance of this Agreement This indemnification obligationshall not be`'construed1to negate,abridge or reduceany:other rights orremedieS*1;lch otherwise may be available to an indemnified party or person described in this paragraph::This section does not pertain to any incident ansirig'from tl e sole negligence of"Collier County: 4. [Si Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per noted: Occurrence D 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 and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 43 14-6349 LASIP County Barn Road CA 11E ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 6. ® 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. For projects in excess of$200,000, bonds shall be submitted with the 7. ® Performance and executed contract by Proposers receiving award, and written for 100%of Payment Bonds 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. 8. ® 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. 9. Z Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® 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. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 44 14-6349 LASIP County Barn Road CA(1i 1 1 E , , ® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) i A 12/11/2014 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. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hylant Group Inc Ann Arbor Ialc°O.."No.Extl:734 741 0044 AX (fvc,No):734-741-1850 24 Frank Lloyd Wright Dr J4100 E-MAIL Ann Arbor MI 48105 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Insurance Company 35289 INSURED HIGGI-5 INSURER B:Continental Casualty Company 20443 Douglas N. Higgins, Inc. INSURERc:Valley Forge Insurance Co 20508 3390 Travis Pointe, Suite A INSURER D:Greenwich Insurance Company 22322 Ann Arbor MI 48108 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1553665279 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY U1061922047 12/10/2014 12/10/2015 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $15,000 !. PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X dE LOC $ A AUTOMOBILE LIABILITY U1061922033 12/10/2014 12/10/2015 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS , NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ B X UMBRELLA LIAB X OCCUR U1061922050 12/10/2014 12/10/2015 _EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$10,000 $ C WORKERS COMPENSATION WC161922016 12/10/2014 12/10/2015 X WC STATU- 0TH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED'? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Professional/ PEC0025095 12/10/2014 12/10/2015 2,000,000 Each Claim Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Additional Insured for General Liability, as required by written contract(primary)-Board of County Commissioners, Collier County. RE: Contract#14-6349"LASIP County Barn Road" CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail, East Naples FL 34412 AUTHORIZED REPRESENTATIVE irtUt-014 I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD liE EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor') releases and waives for itself and its 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 , excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (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, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of ,20 by ,as of ,a corporation,on behalf of the corporation. He/she is personally known to me or has produced as identification and did(did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of Commissioner No.: 45 14-6349 LASIP County Barn Road 1 1 E EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners(the OWNER)or Purchase Order No. Collier County Water-Sewer District(the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru [insert date] $ and stored to Date $ Retainage @ _%after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Less previous payment(s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ 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. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name&Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name&Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) 46 14-6349 LASIP County Barn Road I. I 1 E » # • kms \$ ƒ co- l- . I- 2. _ Ek m p2 . I11111111111111111111111111111kici . IIIIIIIIIIIIIIIIIIIIIIIE, { . IIIII,,,, � 111, ,,,,L1011111101111111,0„r J „,) �§oNoS® _II . § .Qj� ik Iuii& o t 2w> A - §4 ) a111111101111111111111111 0 Q - <tIIIMIIIIIIIIIIIIIIII IIIII 111111111111111111111 lail U § .= , ..% \ cO \/§ k A� Ems\ . a. = e a5 CC 2 0 2 ['7 F- 6. k \ � E :13- v 9 ) � � cooCC CO LU § k02 k27 i � ° 00\ I ' — . I 2 sb co Lu kms $ $ Y �k ` w Ia. 1 E co 0 I- W c CO C CO W p II ❑ ❑ T a ' N N 0 cL Q Ti; is 3 - U 2 E N 0 iC u a. •a o a) > m 'iya o m Tv 1:1 tv N A Q 0ID CD a - O .1..) d o E > Z 141 a tn a C 0 0 a z v c m° 0 U 0 ❑ 1 W 0- 17)m 5 c o � 11E EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: Bid No. : Change Order No.: Date: Change Order Description Original Agreement Amount $ Sum of previous Change Orders Amount $_ This Change Order Amount $ Revised Agreement Amount $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Cost Center: Object Code: Project Number ) 49 146349 IASIP County Barn Road EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work for 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. 50 14-6349 LASIP County Barn Road A ) E The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 51 146349 LASIP County Barn Road liE EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: , 20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Titie) By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name &Title) 52 14-6349 LASIP County Barn Road 11 E EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at 53 14-6349 LASIP County Barn Road Cy 11 E 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. 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 54 14-6349 LASIP County Barn Road ri,„) 1 1 E 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 limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. 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 Contractor shall submit all Applications for Payment to the County's Project Manager and/or his designee. 4.4 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 55 14-6349 LASIP County Barn Road /ci 11 E 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. 4.5 Contractor shall submit six (6) copies of 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 Purchasing Department and the Clerk of Court's Finance Department respectively. 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 stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum 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. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's purchasing ordinance and policies. 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 56 14-6349 LASIP County Barn Road r,yn 2 1 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 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 57 14-6349 LASIP County Barn Road E 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 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 Purchasing Department 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 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 58 14-6349 LASIP County Barn Road liE 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. AH 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. 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 59 14-6349 LASIP County Barn Road lIE 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 made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the 60 14-6349 LASIP County Barn Road C,� 1 1 E 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, pursuant to F. S. 119.0701 (2(a) — (d) and (3), 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. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 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 61 14-6349 LASIP County Barn Road 1 E 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. 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 Change. 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 62 14-6349 LASIP County Barn Road �(� G 1 1 E 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. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner 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 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 purchasing 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 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. 63 14-6349 LASIP County Barn Road l l E 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, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of 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 64 14-6349 LASIP County Barn Road E upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the 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 Exhibit B 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. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. 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. 65 14-6349 LASIP County Barn Road 11 E Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor'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. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's /vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors 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 vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 66 14-6349 LASIP County Barn Road 11 E 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. 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 67 14-6349 LASIP County Barn Road is I 11E 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 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 68 14-6349 LAS1P County Barn Road CCA!) lIE 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 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. 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 69 14-6349LASIP County Barn Road 6(-) 11E 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 materialmen 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 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 70 14-6349 LASIP County Barn Road 11E 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. 71 14-6349 LASIP County Barn Road /C liE If required by Project Manager, 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 72 14-6349 LASfP County Barn Road Y:.„} 1 1 E 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 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 N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 73 14-6349 LASIP County Barn Road 1 1 E " 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 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. 74 14-6349 LASIP County Barn Road 1 1 E 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. 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. 75 14-6349 LASIP County Barn Road liE 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; 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 76 14-6349 LASIP County Barn Road �*�\ I 1 E 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 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: 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 77 14-6349 LASIP County Barn Road 11 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 agreesthat 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 78 14-6349 LASIP County Barn Road 1 1 E Subcontractor commencing any work on the Project. 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. 79 14-6349 LASIP County Barn Road 1,( i 1 1 E 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 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 80 14-6349 LASIP County Barn Road r.. C;'1yl 11E 1 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. 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. If required, Vendor/Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department 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. 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. 81 14-6349 LASIP County Barn Road � h, liE 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. 82 14-6349 LASIP County Barn Road 1 'i lIE EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Supporting documents found at: http://bid.colliergov.netlbid/ 83 14-6349 LASIP County Barn Road (r.\-()/ liE EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS Table of Contents GENERAL NOTES 2 SUBMITTAL OF SHOP DRAWINGS 2 PROTECTION OF LOCAL ROADS 2 WATER 2 ALLOWANCES 3 FUEL & BITUMINOUS COST ADJUSTMENTS NOT PROVIDED 3 CONTRACTOR PRESENTATIONS 3 PROJECT INFORMATION SIGN 4 SFWMD BENCHMARKS 4 MAINTENANCE OF TRAFFIC 4 UTILITY COORDINATION WITH COLLIER COUNTY 4 PROTECTION OF UTILITIES 5 AS-BUILT/RECORD DRAWINGS 5 WHIPPS GATES FOR WEIR CONTROL STRUCTURE (OR EQUAL) 6 WATERMAN GATE (OR EQUAL) 14 CONTECH SLOTTED DRAIN (OR EQUAL) 14 CAgr 1 1 E EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS GENERAL NOTES 1. 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. PERMIT CONDITIONS See Permits for conditions which may affect project construction. Permits have been obtained from: • SFWMD (ERP Permit) • ACOE • SFWMD —Water Use Permit (Dewatering) • FDEP Permit: Water Main Relocations (County) - Pending • FDEP Permit: Force Main Relocations (County) - Pending SUBMITTAL OF SHOP DRAWINGS Shop drawings are required as set forth in the specifications. Payment will not be made for these items of work until shop drawings have been received, reviewed and approved by the Engineer. PROTECTION OF LOCAL ROADS This project is connected to many local roads. The contractor shall protect these roads and respect the privacy of the surrounding properties by limiting access to and egress from the project. The contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. WATER No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. Page 2 of 16 �Y ; 11E ALLOWANCES Included within the Bid Schedule are Allowances for various elements of the work that, although engineered, unforeseen conditions may occur, some of a public health and safety nature. The Owner has determined these allowances and considers them reasonable budgetary estimates to promptly manage unforeseen conditions, including those of a public health and safety nature. Allowance may not fully represent the actual cost of work. If the cost of work exceeds the allowance amount, the Owner will provide additional allowance funds to complete the work or accept the work in its current state of completion. Upon approval by the Owner, Allowances may be used by the Engineer to pay costs and expenses associated with the categories indicated below: BID ALLOWANCES: ROADWAY ITEMS ALLOWANCE $ 485,000.00 SIGNING & PAVEMENT MARKING ALLOWANCE $ 5,000.00 SIGNALIZATION ITEMS ALLOWANCE $ 33,000.00 UTILITIES ITEMS ALLOWANCE $ 38,000.00 FUEL&BITUMINOUS COST ADJUSTMENTS NOT PROVIDED Section 9-2.1.1 Fuels and Section 9-2.1 Bituminous Materials of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2014, are deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The county chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting their bid. 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. All costs associated with participating in this process will be included in the contract price of"As-Built Plans." Page 3 of 16 coo) 1 1 E PROJECT INFORMATION SIGN The contractor shall provide project information sign at each end of the project. Details of the sign will be provided by Collier County. All costs to provide and install the projects signs will be included in the unit price for Bid Item CC-PI-01 "Project Information Sign." SFWMD BENCHMARKS The SFWMD permits for this project require that all drainage control and outfall structures have a benchmark with a known elevation established. The contractor shall construct all such structures with the required benchmark as a part of the unit contract price for the structure at no additional cost to the county. The Contractor will be responsible for establishing the elevation of the benchmarks. MAINTENANCE OF TRAFFIC Traffic Control Plans have been included to show basic phasing and access requirements. Not ail required signs, striping and temporary pavement are shown. All maintenance of traffic (MOD shall conform to FDOT Standard Index 600. Contractors shall submit complete MOT plans twenty-one (21) days prior to construction for County and CEI approval. All MOT related costs shall be included under Pay Item 102-1. All costs for maintaining traffic, including but not limited to: temporary pavement,temporary signals, drainage, striping, signing etc. between phases and between milestone shall be included in the Lump Sum price for Item 102-1 Maintenance of Traffic. UTILITY COORDINATION WITH COLLIER COUNTY The Contractor shall coordinate any and all utility relocations or proposed interruption of services with the Collier County Utility Department (request an official meeting) within thirty (30) days of Notice to Proceed. This meeting will be to establish requirements with regards to any interruption of service during proposed utility relocations. Contractor shall note the severe restrictions with regards to interruption of services and limits interruptions to certain times of the year. Contractor will not be entitled to any delays caused by restrictions imposed on construction activities. If properly coordinated, the Contractor will have sufficient time within the Contract to construct required improvements. The contractor shall call for locates prior to any excavation. The existing utilities have been potholed during design, however the contractor shall verify all main and service locations when they are close enough to the work to be at risk for damage. The cost of potholing to protect existing utilities shall be included in the cost of the work requiring it. The Contractor shall protect these water mains from damage during construction operations at all times. Water mains shall remain in service at all times unless otherwise noted. Phasing will be required to ensure continuous service. Temporary relocations and connections may be Page 4 of 16 11 E necessary. All associated costs due to phasing utilities or construction shall be included in the contract unit prices for the various types of utility work to which it is incidental. Should any utility be damaged, the contractor shall be responsible for all repairs including the need for both on-site and off-site pumper trucks. PROTECTION OF UTILITIES The Contractor is advised that Collier County maintains a Fiber Optic (F.O.) Line along the east side of County Barn Road along the top of the ditch bank (Shown on Plans). F.O. line shall be protected in place during construction. Minor adjustments may/will be required and shall be coordinated with Collier County Traffic Operations. AS-BUILT/RECORD DRAWINGS As-Built/Record Drawings are to be provided to the County's Project Manager within thirty (30) days of substantial project completion. One (1) copy in the following formats: PDF, AutoCAD and a hard copy. When changes to the plans are required after contract award, all final drawings, specifications, plans, surveys, reports, computation books, or documents shall be issued by a responsible Florida Professional Engineer, Licensed Architect and/or Florida licensed Surveyor and must be signed, dated, and stamped with the engineer's and/or Surveyor's seal as applicable. The Professional Engineer and/or Licensed Surveyor may be part of the contractor's staff or the Engineer of Record for the contract plans. The Engineer of record must be notified of all revisions and/or modifications made to the contract documents. AND During the construction of a bridge or any structure, all foundation construction records such as pile driving records, shaft tip elevations, and borings shall be included as part of the as-built documents. These records provide critical information necessary for future inspection, maintenance, emergency management, enhancement, reconstruction, and/or demolition of these structures. These records shall be delivered to the Owner's representative at the completion of the project and prior to final payment to the contractor. • The Contractor and his Florida Registered Professional Surveyor and Mapper (P.S.M.) are responsible for the Project's As-Built/Record Drawings unless otherwise specified within the Technical Plans and Specifications. • Prior to construction commencement, the Contractor shall meet with the Design Professional and P.S.M. to determine the Project's critical points to the final As- Builts. The Contractor shall also coordinate with the Design Professional and P.S.M. to facilitate measurement at those critical Project points. Page 5of16 lt'1(jl 13, E • The Contractor's Final Payment shall be withheld pending the Design Professional and P.S.M. Certification of the contracted improvements is per design. • During the progress of the work the Contractor shall keep and maintain one (1) "Approved for Construction" copy of all project plans, drawings, specifications, and any addenda, written amendments, change orders, work directives orders, supplemental agreements and other written interpretations and clarifications. • It is suggested that there be an "Approved for Construction Ghosted Plan Set" for the Contractor's use. The Contractor shall also note to show updated construction deviations annotated in red line as well as any approved design changes authorized by the Design Professional. All deviations shall be initialed and dated by the Contractor. • All survey information depicted on the As-Built Drawings shall be collected under the direct supervision of the P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. • For final inspection, an As-Built set (signed and sealed not required at this point) is needed to verify the field work. WHIPPS GATES FOR WEIR CONTROL STRUCTURE (OR EQUAL) lVhipps, ine P.O. Box 1058 • 370 South Athol Rd. � Athol, Massachusetts 01331 Phone: (978) 249-7924 Fax: (978) 249-3072 PART 1 GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals required to install, ready for operation and field test stainless steel gates and appurtenances as shown on the Contract Drawings and as specified herein. B. The gates and appurtenances shall be supplied in accordance with the latest edition of AWWA C561 Standard for Fabricated Stainless Steel Slide Gates as modified herein. The allowable leakage rate for the stainless steel gates in this specification shall be 1/2 the allowable leakage listed in the latest revision of AWWA C561. Page 6 of 16 11 E 1.02 SUBMITTALS A. Provide the following information to confirm compliance with the specification: 1. Complete description of all materials including the material thickness of all structural components of the frame and slide. 2. Installation drawings showing all details of construction, details required for installation, dimensions and anchor bolt locations. 3. Maximum bending stress and deflection of the slide under the maximum design head. 4. The location of the company headquarters and the location of the principle manufacturing facility. Provide the name of the company that manufactures the equipment if the supplier utilizes an outside source. 1.03 QUALITY ASSURANCE A. Qualifications 1. All of the equipment specified under this Section shall be furnished by a single manufacturer with a minimum of 20 years experience designing and manufacturing water control gates. The manufacturer shall have manufactured water control gates for a minimum of 100 projects. 2. The specification is based on the 900 Series Stainless Steel Gate as manufactured by Whipps, Inc. of Athol, Massachusetts. PART 2 EQUIPMENT 2.01 GENERAL A. Gates shall be as specified herein and have the characteristics and dimensions shown on the Contract Drawings. B. Where applicable, Dual Leaf Slide Gates shall be provided where space does not permit a single leaf slide gate to achieve full slide travel. Depending on design, one gate slide shall lift or lower the mating slide as required. Special neoprene and UHMW polyethylene seats/seals shall be used between each slide (leaf). Each slide gate shall be designed to travel in its own guide slot. Leakage shall not exceed 0.20 gpm/ft of wetted seal perimeter in seating head and unseating head conditions for dual leaf slide gates. C. Leakage shall not exceed 0.05 gpm/ft of wetted seal perimeter in seating head and unseating head conditions for single leaf slide gates. D. The gate shall utilize self-adjusting seals. Due to the difficulty of accessing gates when they are in service, gates that utilize adjustable wedges, wedging devices or pressure pads are not acceptable. E. All structural components of the frame and slide shall be fabricated of stainless steel having a minimum thickness of 1/4-inch and shall have adequate strength to prevent distortion during normal handling, during installation and while in service. F. Slide gate frames shall be shipped fully assembled with the invert member welded to the side frames and the slide installed in the frame unless the overall Page 7 of 16 CAO liE width of the slide gate exceeds 96 inches or the overall height of the slide gate exceed 25 feet. G. All welds shall be performed by welders with AWS D1.6 certification. H. Finish: Mill finish on stainless steel. Welds shall be sandblasted to remove weld burn and scale. All iron and steel components shall be properly prepared and shop coated with a primer. I. Materials: Components Materials Frame Assembly and Retainers Stainless Steel, Type 304L, ASTM A240 Slide and Stiffeners Stainless Steel, Type 304L, ASTM A240 Stem Stainless Steel, Type 304, ASTM A276 Anchor Studs, Fasteners and Nuts Stainless Steel, Type 316, ASTM A276 Invert Seal (Upward Opening Gates) Neoprene or EPDM ASTM D-2000 Seat/Seals and Facing Ultra-High Molecular Weight Polyethylene ASTM D4020 Lift Nuts Bronze ASTM B584 Pedestals and Wall Brackets Stainless Steel, Type 304L, ASTM A240 Operator Housing Cast aluminum or ductile iron 2.02 FRAME A. The frame assembly, including the guide members, invert member and yoke members, shall be constructed of formed stainless steel plate with a minimum thickness of 1/4-inch. 1. Frame design shall allow for embedded mounting, mounting directly to a wall with stainless steel anchor bolts and grout or mounting to a wall thimble with stainless steel mounting studs and a mastic gasket material. Mounting style shall be as shown on the Contract Drawings. 2. All wall mounted or wall thimble mounted gates shall have a flange frame. Flat frame gates are not acceptable. 3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Guide members that consist of two or more bolted structural members are not acceptable. Guide member designs where water loads are transferred through the assembly bolts are specifically not acceptable. 4. Gussets shall be provided as necessary to support the guide members in an unseating head condition. The gussets shall extend to support the outer portion of the guide assembly and shall be positioned to ensure that the load is transferred to the anchor bolts or the wall thimble studs. 5. The frame shall extend to accommodate the entire height of the slide when the slide is in the fully opened position on upward opening gates or downward opening weir gates. 6. On self-contained gates, a yoke shall be provided across the top of the frame. The yoke shall be formed by two structural members affixed to the top of the Page 8 of 16 11E side frame members to provide a one-piece rigid assembly. The yoke shall be designed to allow removal of the slide. 7. A rigid stainless steel invert member shall be provided across the bottom of the opening. The invert member shall be of the flushbottom type on upward opening gates. 8. A rigid stainless steel top seal member shall be provided across the top of the opening on gates designed to cover submerged openings. 9. A rigid stainless steel member shall be provided across the invert of the opening on downward opening weir gates. 2.03 SLIDE A. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural components shall have a minimum thickness of 1/4-inch. 1. The slide shall not deflect more than 1/360 of the span or 1/16 inch, whichever is smaller, under the maximum design head. 2. When the width of the gate opening multiplied by the maximum design head is greater than 80 square feet, the portion of the slide that engages the guide members shall be of a "thick edge" design. The thick edge portion of the slide shall have a minimum thickness of 3 inches. 3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally. Vertical stiffeners shall be welded on the outside of the horizontal stiffeners for additional reinforcement. 4. The stem connector shall be constructed of two angles or plates. The stem connector shall be welded to the slide. A minimum of two bolts shall connect the stem to the stem connector. 2.04 SEALS A. All gates shall be provided with a self-adjusting seal system to restrict leakage in accordance with the requirements listed in this specification. 1. All gates shall be equipped with UHMW polyethylene seat/seals to restrict leakage and to prevent metal to metal contact between the frame and slide. 2. The seat/seals shall extend to accommodate the 1-1/2 x the height of the slide when the slide is in the fully closed or fully opened position. 3. All upward opening gates shall be provided with a resilient seal to seal the bottom portion of the gate. The seal shall be attached to the invert member or the bottom of the slide and it shall be held in place with stainless steel attachment hardware. 4. All downward opening weir gates shall be provided with UHMW polyethylene seat/seals across the invert member. 5. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage. Page 9 of 16 ter; lIE 6. All seals must be bolted or otherwise mechanically fastened to the frame or slide. Arrangement with seals that are force fit or held in place with adhesives are unacceptable. 7. The seals shall be mounted so as not to obstruct the water way opening. 8. Gates that utilize rubber"J" seals or"P" seals are not acceptable. 9. The seal system shall have been factory tested to confirm negligible wear (less than 0.01") and proper sealing. The factory testing shall consist of an accelerated wear test comprised of a minimum of 25,000 open-close cycles using a well-agitated sand/water mixture to simulate fluidized grit. 2.05 STEM A. A threaded operating stem shall be utilized to connect the operating mechanism to the slide. On rising stem gates, the threaded portion shall engage the operating nut in the manual operator or motor actuator. On non- rising stem gates, the threaded portion shall engage the nut on the slide. 1. The threaded portion of the stem shall have a minimum outside diameter of 1-1/2 inches. Stem extension pipes are not acceptable. 2. The stem shall be constructed of solid stainless steel bar for the entire length, the metal having a tensile strength of not less than 75,000 psi. 3. The stem shall be threaded to allow full travel of the slide unless the travel distance is otherwise shown on the Contract Drawings. 4. Maximum UR ratio for the unsupported part of the stem shall not exceed 200. 5. In compression, the stem shall be designed for a critical buckling load caused by a 40 lb effort on the crank or handwheel with a safety factor of 2, using the Euler column formula. 6. The stem shall be designed to withstand the tension load caused by the application of a 40 lb effort on the crank or handwheel without exceeding 1/5 of the ultimate tensile strength of the stem material. 7. The threaded portion of the stem shall have machine rolled threads of the full Acme type with a 16 microinch finish or better. Stub threads are not acceptable. 8. Stems of more than one section shall be joined by stainless steel or bronze couplings. The coupling shall be bolted to the stems. 9. Stems, on manually operated gates, shall be provided with adjustable stop collars to prevent over closing of the slide. 2.06 STEM GUIDES A. Stem guide shall be provided when necessary to ensure that the maximum UR ratio for the unsupported part of the stem is 200 or less. 1. Stem guide brackets shall be fabricated of stainless steel and shall be outfitted with UHMW or bronze bushings. Page 10 of 16 C1r liE ' 2. Adjustable in two directions. 2.07 WALL THIMBLES A. Wall thimbles shall be provided when shown on the Contract Drawings. 1. The wall thimble depth shall be equal to the thickness of the concrete wall in which the thimble is to be mounted. 2. Wall thimbles shall be fabricated stainless steel construction of adequate section to withstand all operational and reasonable installation stresses. 3. Wall thimbles shall be constructed of 114-inch minimum thickness stainless steel and the front face shall have a minimum thickness of 1/4— inch. 4. The fabrication process shall ensure that the wall thimble is square and plumb and the front face is sufficiently flat to provide a proper mounting surface for the gate frame. 5. The face of the wall thimble shall only be machined if recommended by the gate manufacturer. If the wall thimble is to be machined, the front face shall have a minimum thickness of 1/4-inch after machining. 6. A water stop shall be welded around the periphery of the thimble. Wall thimbles shall be designed to allow thorough and uniform concrete placement during installation. 7. Studs and nuts shall be stainless steel. Water stop may be stitch welded. 8. A suitable gasket or mastic shall be provided to seal between the gate frame and the wall thimble. 2.08 MANUAL OPERATORS A. Unless otherwise shown on the Drawings, gates shall be operated by a manual handwheel or a manual crank-operated gearbox. The operator shall be mounted on the yoke of self contained gates or on the pedestal of non-self contained gates. 1. The gate manufacturer shall select the proper gear ratio to ensure that the gate can be operated with no more than a 40 lb effort when the gate is in the closed position and experiencing the maximum operating head. 2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator to indicate the direction or rotation to open the gate. 3. Handwheel operators shall be fully enclosed and shall have a cast aluminum housing. a. Handwheel operators shall be provided with a threaded cast bronze lift nut to engage the operating stem. b. Handwheel operators shall be equipped with roller bearings above and below the operating nut. c. Positive mechanical seals shall be provided above and below the - operating nut to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. Page 11 of 16 1 1 E d. The handwheel shall be removable and shall have a minimum diameter of 15 inches. 4. Crank-operated gearboxes shall be fully enclosed and shall have a cast aluminum or ductile iron housing. a. Gearboxes shall have either single or double gear reduction depending upon the lifting capacity required. b. Gearboxes shall be provided with a threaded cast bronze lift nut to engage the operating stem. c. Bearings shall be provided above and below the flange on the operating nut to support both opening and closing thrusts. d. Gears shall be steel with machined cut teeth designed for smooth operation. e. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller bearings. f. Positive mechanical seals shall be provided on the operating nut and the pinion shafts to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. g. The crank shall be cast aluminum or cast iron with a revolving nylon grip. h. The crank shall be removable. 5. All gates having widths in excess of 72 inches and widths greater than twice their height shall be provided with two gearboxes connected by an interconnecting shaft for simultaneous operation. a. Interconnecting shafting shall be constructed of aluminum or stainless steel. b. Flexible couplings shall be provided at each end of the interconnecting shaft. Couplings shall be stainless steel or non-metallic. c. One crank shall be provided to mount on the pinion shaft of one of the gearboxes. 6. An extended operator system utilizing chain and sprockets shall be furnished by the manufacturer when the centerline of the crank or handwheel, on a non- geared operator, is located over 48-in above the operating floor. Chain wheels are not acceptable. a. A removable stainless steel or aluminum cover shall be provided to enclose chain and sprockets. b. The extended operator system shall lower the centerline of the pinion shaft to 36-in above the operating floor. c. A handwheel may be utilized in conjunction with a gearbox in lieu of the extended operator system if the centerline of the pinion shaft is 60-in or less above the operating floor. 7. Pedestals shall be constructed of stainless steel. Aluminum pedestals are not acceptable. a. The pedestal height shall be such that the handwheel or pinion shaft on the crank-operated gearbox is located approximately 36-in above the operating floor. b. Wall brackets shall be used to support floor stands where shown on the Drawings and shall be constructed of stainless steel. Page 12 of 16 1 1 E c. Wall brackets shall be reinforced to withstand in compression at least two times the rated output of the operator with a 40 lb effort on the crank or handwheel. d. The design and detail of the brackets and anchor bolts shall be provided by the gate manufacturer and shall be approved by the ENGINEER. The gate manufacturer shall supply the bracket, anchor bolts and accessories as part of the gate assembly. 8. Operators shall be equipped with fracture-resistant clear butyrate or lexan plastic stem covers. a. The top of the stem cover shall be closed. b. The bottom end of the stem cover shall be mounted in a housing or adapter for easy field mounting. c. Stem covers shall be complete with indicator markings to indicate gate position. 9. When shown on the Contract Drawings, provide 2 inch square nut, mounted in a floor box, with a non-rising stem. a. The square nut shall be constructed of bronze. b. The floor box shall be constructed of stainless steel or cast iron and shall be set in the concrete floor above the gate as shown. c. Provide one aluminum or stainless steel T-handle wrench for operation. 2.09 ANCHOR BOLTS A. Anchor bolts shall be provided by the gate manufacturer for mounting the gates and appurtenances. 1. Quantity and location shall be determined by the gate manufacturer. 2. If epoxy type anchor bolts are provided, the gate manufacturer shall provide the studs and nuts. 3. Anchor bolts shall have a minimum diameter of 1/2-inch. PART 3 EXECUTION 3.01 INSTALLATION A. Installation of the gates and appurtenances shall be done in a workmanlike manner. It shall be the responsibility of the CONTRACTOR to handle, store and install the equipment specified in this Section in strict accordance with the manufacturer's recommendations. B. The CONTRACTOR shall review the installation drawings and installation instruction prior to installing the gates. C. The gate assemblies shall be installed in a true vertical plane, square and plumb. D. The CONTRACTOR shall fill the void in between the gate frame and the wall with non-shrink grout as shown on the installation drawing and in accordance with the manufacturer's recommendations. Page 13 of 16 1 1 E E. The CONTRACTOR shall add a mastic gasket between the gate frame and wall thimble (when applicable) in accordance with the manufacturer's recommendations. 3.02 FIELD TESTING A. After installation, all gates shall be field tested in the presence of the ENGINEER and OWNER to ensure that all items of equipment are in full compliance with this Section. Each gate shall be cycled to confirm that they operate without binding, scraping, or distorting. The effort to open and close manual operators shall be measured, and shall not exceed the maximum operating effort specified above. Electric motor actuators shall function smoothly and without interruption. Each gate shall be water tested by the CONTRACTOR, at the discretion of the ENGINEER and OWNER, to confirm that leakage does not exceed the specified allowable leakage. WATERMAN GATE(OR EQUAL) TYPICAL SPECIFICATIONS FOR MODEL AC-31 Aluminum Slide Gates, where shown on the plans or indicated in the specifications shall be Model AC-31 Aluminum Slide Gates with resilient seal as manufactured by Waterman Industries, Inc. or equal. The gates will be self-contained, rising stem of the spigotback design for attaching to corrugated pipe [or flatback design for attachment to head wall with anchor bolts], [or flange design with drilling suitable for attachment to 25 or 125 lb. ASI companion flange]. Guide frames shall be of extruded aluminum shape, of sufficient section to carry the operating forces of the gate, and shall have UHMW polyethylene inserts on which the slide assembly travels to minimize friction. A spigot ring will be welded to the guides and have a seating surface at minimum 11/2° angle to which a resilient J-Bulb seal shall be attached or held in place by a substantial section ring. Dual Headrails (Yokes) shall be welded to the guide rails and so positioned that the slide is removable from the gate. The slide shall be aluminum plate suitable reinforced with extruded structural shapes for the head requirements specified and will not deflect more than 1/360 of the gate width under the design head. Suitable side guides will be welded to the slide, which will travel within the guides, and place the cover in an angle corresponding to the seat surface of the guide frame assembly. A rising stainless steel stem having modified acme type threads shall attach to the slide with a clevis and pin arrangement. The stem will be designed to have a Ur of 200 or less and to withstand in compression at least twice the rated output of the lift at 40 lb. pull. A suitable handwheel or gear type Page 14 of 16 (��ll lIE operator should be mounted on the headrails (yoke) of the gate and will require a maximum 40 lb. pull on the handwheel rim or crank handle to operate the gate. Flatback gates shall be attached to headwalls with anchor bolts or expansion anchors. Gates shall be installed on the anchors with nuts both behind and on the flange face so as to position the gate without stress or distortion. See manufacturer's installation instructions. Sealing between headwall and gate flange will be by dry-pack non- shrink grout or other suitable mastic sealant. Spigotback gates will be attached to corrugated metal pipe by field drilling the pipe with 7/16" holes and secured with 3/8" stainless steel bolts, maximum spacing to be 8" on circumference of pipe. Sealing between pipe and gate will be made with a suitable mastic sealing material to assure water tightness at this joint. The gate, when installed, shall have no more than 0.01 gpm leakage per foot of sealing periphery for seating or unseating heads up to 15 feet. Aluminum and stainless steel will be mill finish. Paint for lifts will be manufacturer's standard [or prime paint as specified elsewhere.] MATERIAL Aluminum Plate & Shapes -ASTM-B211 Alloy 6061-T6 J-Bulb Seal - Neoprene ASTM-CB610-625, D-2000 Fasteners -ASTM F593 & F594 Type 304 or 316 Stem -ASTM A-276 Type 304 & 316 Handwheel Lift - Cast iron ASTM A-126 CL B W/manganese bronze lift nut per ASTM B- 584 alloy 865 Enclosed Gear Lift- Cast iron ASTM A-126 CL B W/manganese bronze lift nut per ASTM B-584 alloy 865 CONTECH SLOTTED DRAIN (OR EQUAL) See attached pdf brochure for specification. END Page 15 of 16 CA() 1 1 E This page is intentionally left blank. Page 16 of 16 t( ��) 1 1 E EXHIBIT J: TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ 84 14-6349 LASIP County Barn Road i( 11 Lys/ liE • C :: � ENGINEEREDNTECHSOLUTIONS Slotted Drain �g, a of 4 . .. i(4C. 11,5:.,,,"-‘.,IiirLft''.':. "'%,..,,..;,.....:..:41441..,:'':,-,,,.'.', :" '14'. "1:47''''.. •.''..••r'''''';''.11.4".:41:1.iiiiiii.;.illiii'iii:ii• b ii r " p .... .: ........... : .'�' i i it ... • • • • e'n • • Wi:' [,r: vegy «. • ." ': - H.,..., s et. • 5 >a - • — g i. TT tld • P'kf" + r , - Ota 4 Y7 . `. I lIE Contech Slotted Drain Efficiently Removes Surface Water Contech" Slotted Drain is a practical,aesthetically pleasing Contech Slotted Drain has a variety of inlet for the efficient removal of surface water on streets applications for removal of surface water and highways. It also is widely used in parking lots and • Curb inlets other similar locations,where it removes sheet flow without • Inlet system across driveway cuts complex multiple grades or water channeling devices like • Shoulder drains along median barriers asphalt dikes,berms and curbs. • Pedestrian thoroughfares,malls and bicycle.,paths Slotted Drain is fabricated from Contech Corrugated Steel • Replacements for curbs and berms where those Pipe.The pipe is cut along a longitudinal axis,and a obstacles are undesirable for safety reasons trapezoidal or straight-sided grate with reinforcing spacer • Ground-level floors with drainage requirements plates is welded in place to form a 1 3/4-inch-wide slot • Parking lots or other continuous paved surfaces opening.The slot collects runoff and channels it to the pipe • Sidelines of playing fields in stadiums below,from which it flows to the appropriate outlet. • Airport aprons,taxiways,hangars,and deicing areas Slotted Drain is faicated at plants throughout the United • Railroad intermodel facilities with heavy wheel loads br States,allowing fast delivery no matter where your project Certain,aspects of this prodr.ct are protected by U.S.Patents,5,380,121 is located. and 5,564,857 and 2,105,787 in Canada. The trapezoidal design Parallel side grate is typically of the slot plus slanted ' , I "i t i available and is used in spacer plates improve ii , variable-height grate the hydraulic effi- �. x applications. For , 1 ciency of Contech �,'�!, „ile ' . . , variable-height grate , Slotted Drain information,see `` and provide - Pages 4 and 9. ' for easier ;it, r/;_. maintenance. ¢Ρ.1f �`- t a a . ry �' l'IF f z a. 2 5111 1 1 E Contech Slotted Drain IsProven Superior To grade are eliminated. Slotted Drain also minimizes hazards to two-wheel vehicles. Other Drain Systems Fewer debris problems Long,successful history FHWA testing on straight-sided grate has shown its efficiency to resist clogging to range from 73%to 86%. Slotted Drain Contech Slotted Drain has been used at countless locations will retain its effectiveness even when a localized blockage throughout the United States for more than 40 years... occurs in one area. Under similar conditions,a conventional simply because it is the most effective solution to water drain would be severely restricted.Debris is less likely to removal problems. block Slotted Drain's trapezoidal grate.Anything large Improved drainage efficiency enough to fit through the top of the slot opening will fall harmlessly through to the bottom of the drain. The grate on a standard 20-foot length of Slotted Drain will intercept up to 50%more runoff than most standard 2' Easier to maintain x 2'grate inlets.*With solid cross plate spacers tipped at There are no hardware or heavy grates to remove,and there 30°,runoff is directed into the open slot for more efficient ore no protrusions that can be damaged with snow plows. Ii interception. (The hydraulic information on Page 7 will help is cleaned by flushing with water from hoses. determine the lengths of Slotted Drain needed to meet your No unusual freezing hydraulic requirements.) Structurally sound When freezing occurs,slotted drain will handle ice, snow and runoff equally as well as any conventional Contech Slotted Drain is constructed of thick grate and thick drainage system. spacer plates to resist deformation under heavy traffic loads Easier to install and thermal expansion.The design hos been tested using truck loading parallel and perpendicular to the slot. Field experience indicates that the installation of Slotted Drain is much easier than the installation of conventional The grate height of six inches is the most widely used height • for standard AASHTO H 20 loading. catch basin systems. 'Source: Figure 15,Hydraulic Engineering Circular No. 12,U.S.Deportment Better safety of Transportation,March 1984. This document is available from the National Technical Information Service,Springfield,VA 22761. Because Slotted Drain can be installed so that it extends only two inches from the curb, hazardous dips and ponding in 0-14 gouge pipe ❑—16 gouge pipe p—Benklemon Beam measurements in shoulder ores. 20 Rood II-SD.805.3.5/7.3 20 A p p2 1—Location 1 0.25'AC 2 0.50'CTB 2 3 1 2 p 2 2 2—Loeotion 2 1.25'AS 0 S O 4 0.25'AC Qa 1 4 15 ❑J ❑ 0 3—location 3 0.40'AB 15 00 N■ 0 Vor.AS .n Road II-SD-805-17.5 0.25'AC e_ u - 4 0.45'AB Y c (A.C.Backfill Var.AS 10 Truck perpendicular to slot 10 a Rood 07-Oro-55 0.25'AC 5 0.50'AB (Grout Backklq Truck parallel to slot 0 Note: '-`���" 5 v •• � v 1.Excavated material used for bocklill 5 v Isssr� i at location 1,2&3. t 2.location 2 hod o 6%cross slope. 0 50 10D 150 200 250 0 50 100 Average Deflection,Mils Average Detection,Mils 3 ,---- (( -ti(it 11 E Product Details Modified Pipe Hugger Band Pipe Slotted Drain made from Contech Corrugated Steel Pipe "�� with HUGGERS Bands meets applicable portions of AASHTO i �� Designation M36 and ASTM A760. Pipe is fabricated w from galvanized steel for excellent durability,or from 1116 Grate ALUMINIZED STEEL"Type 2 when more corrosion resistance is required.Pipe is available in 12-inch through 36-inch 11111 , 1 ' 1 ' �. 'i , diameters and in 14-gauge and 16-gauge.Thirty and thirty- odified Hugger Band—Top View six inch diameter pipe is also available in 12-gauge. 10'or 20'Nominal Pipe Length Grate 1.4_ 12'Through Grate Welded to Pipe 36"Diameter The Slotted Drain concept was developed in the early — Sea Grate Welding Detail 1960s in California. From the beginning,a need for certain 1{ ' ...1.‘..- ' '''a i j; structural requirements was recognized in the grating design Alli ii i ti t1,40, .A.i. ' 'i and in its attachment to the pipe wall.The Contech grating Typical Pipe Section system and design is the result of many years of experience and is still widely used on State of California Department of Heel guard Transportation projects. When Slotted Drain is installed in areas of heavy pedestrian traffic,expanded wire mesh can be specified for installation Fillet weld at each side of grate at every Nominal other corrugation on the tangent across the top of the drain opening.This helps prevent 6"Centers Direction shoe heels from being caught in the open slot. One-half- (Typical) of Flow t_A inch (#13)standard galvanized expanded metal mesh is s .f 6 .. welded directly to the grating at the plant.As an alternative, I�'�'�+ point wide,bright yellow warning stripes on the pavement o.1 Grate Welding Detail A adjacent to each side of the slot. 3/I" Fittings Solid Web Spacer. 3/,e"Thick A complete line of standard corrugated steel pipe fittings is Bearing Bar. 1. available to simplify installation of slotted drain under many 3/1e"Thick 8 conditions: On a curve,through a change in elevation or a through a change in pipe diameter. ia.....%11111.., Pipe a Fittings include 90-degree tees,wyes and elbows with 12 y."fore'/3": annular ends for attachment of the HUGGER Band;stubs, LGrate 3"for 6"Grate special junctions,angle/tee combinations and special end Note:Parallel side grate caps.These fittings do not hove a grate. also available Section A-A—Standard Grate Detail Pipe diameters can be changed with a plate reducer. Variable-height grate Joints and couplers Variable-height grates'(straight-sided grate only)can be Standard 20-foot lengths of Slotted Drain normally are supplied for installation on flat grades. Generally,the grade joined with a modified version of the HUGGER Band. built into variable-height grates is a maximum of 1%.See Because the grate is extended to within one inch of the end Coniech Drawing 1008732. of the pipe (to provide a fully continuous slot),the bond is Tolerances(20-foot length) trimmed back to accommodate the grating at the joint.A single band bolt is provided for band tensioning. The design engineer should be able to work with the manufacturing tolerances of vertical bow±3/8 inch, An alternate jointing system is the use of closure plates.The horizontal bow± 5/e inch and twist±'/2 inch on a 6-inch closure plate jointing system helps align the grates and gives grate. On special requirements,the engineer should call the a more finished appearance as desired in some applications. local Contech Sales Engineer. *Heights up to 31 inches ore available in special straight•sided grates. Coll • your Contech Sales Engineer for details. 4 j(1kt) \. c=on Contech Slotted Drain is a versatile and cost effective 0 solution for surface water removal on many sites. r ) ,,, ., , . a • is 'Y a • C� srd f Y x a r ,,,6, �y. N . fes 'W� ';' /� dA Rh ta1:91 ...J- #"yrs-.i.. S 3, 13i= 117 ce ,w7- +_ear JI1,1 8 k 3� .�' a����A�� � �p�t�1 9ypt�a t •1�1a CA �. :E r 4 ;i11p" 98. ) 9 4 F'6Ca L ., ,z;[ i .. About 3,900 feet of 12-inch, 16-gauge Slotted Drain in the Indianapolis, Indiana,area allows water to drain between Ihndiana- barrier and,the shoulder. Replacing curbs'and drain basins with'continuous lengths of Slotted Drain opens up an obstruction-free and single grade roadside that greatly enhances the effectiveness of the shoulder to improve the safety on the highway. T. i k IV''. Mf ,, , _ y A .id "., yEs�1 r. 11 Slotted Drain is widely used in parking areas and driveways,where its ability to provide efficient drainage, without the need for hazardous dips in pavement,is a safety asset. . ____ 1 1 E Grate Inlet Hydraulics FHWA Test . . Slotted Drain can be used to intercept runoff in any one of the following ways: 3. Overland sheet flow 1. Installed in a typical curb-and-gutter as a slot-on-grade Slotted Drain is used effectively to intercept runoff from wide, to intercept flow from streets and highways. flat areas such as parking lots,highway medians—even 2. Installed in a typical curb-and-gutter at a sag or low tennis courts and airport taxiways. In these installations,the point in a grade to accommodate carryover from drain is placed transverse to the direction of flow,so that the preceding slots on a grade and to intercept surface open slot acts as a weir intercepting all of the flow uniformly runoff sloped to the gutter. along the entire length of the drain. The water'is not 3. Installed in wide,flat areas to intercept overland or sheet collected and channeled against a berm (curb), as required flow(as on a parking lot). by slot-on-grade installations. Slotted Drain has been tested for overland flow(sheet flow). •s' ,. These results are published in Report No. FHWA-RD-79-106 41by the Federal Highway Administration r . d 7 The test system was designed to supply at least`0.025 cfs •re' `ep per foot,which corresponds to a rainstorm of 15 inches per I p` }ti hour over a 72-foot-wide roadway(six lanes).. a,.'e;4,. 4 ,,rte- At the design discharge of 0.025 cfs per foot,the total flow =r"'6 fell through the slot as a weir flow.The tests included flows �'.'%-"+ up to 0.040 cfs per foot of slot. 1. Slof-on-grade In typical curb-and-gutte).— Slopes ranged from a longitudinal slope of 9%.and o tof For any given flow into an inlet,Q,cross slope,5„,and 16,to a longitudinal slope of 0.5%and a Eof 48. • longitudinal gutter slope,5,the required Slotted Drain length The water fanged in depth from 0.38 inches to 0.56 inches. can be determined from the nomograph (Figure A)on Page 7. Velocity ranged from 1.263 ft/sec to 0.857 ft/sec. It is common practice in curb-and-gutter drainage design to Even at the maximum discharge of 0.04 cfs per foot and carry over up to 35%of the total flow at an upstream inlet, maximum slopes,nearly all the flow passed through the slot. Q,to other inlets downstream.See Figure B on Page 7 for the carryover efficiency curve.Q,is the capacity of the grate to Only some water hitting the spacer plates and splashing intercept and discharge the runoff into the CSP below it.Any over was not intercepted. bypass flow,Qb,will flow overtop of the inlet and continue Using: down the gutter to be intercepted by another slot-on-grade Q= CIA,then A = Q .. or a slot-in-sag. Because of the larger diameter pipe typically. CI used,i.e., 15"and 18';Contech Slotted Drain has a much larger system capacity than the competitors'systems. Where: Q given as 0.04 ft)/sec/ft of slotted drain Typical cross section of combination C = 0.80 to 0.95 for asphalt pavement slot-on-grade and a slot-in-sag After the engineer selects C and I (ft/sec),A can be Slotted Drain calculated. Since Q is per foot of slot,A is ft1/ft.of slot. Since Slotted Drain In Sag the units for A can be reduced to feet,the value of A.is also On Grade Curb the distance parallel to the flow intercepted by one foot of slot. ' ev 10, - ""� Example: C =0.85 Road I = 10 in./hr or 0.0002315 ft/sec Z. Slot-in-sag A = 0.04 ft'/sec/ft 0.85 x 0.0002315 ft/sec When Slotted Drain is installed in a sag or at a low point in A 203.3 ft'/ft grade,the length of the slot is calculated from the formula: Therefore,at the selected C and I,one foot of'slot will L = d intercept flow from 203.3 linear feet upstream of the slot. Normally a safety factor of two is used in a sag. LS = 2 x L,. 6 1 1 E - Figure A: Nomograph—Slotted Drain on Grade in Curb-and-Gutter EXAMPLE: - 45 Given S =.01 ftifl Z =24 . — 40 Q =.4.5cfn SOLUTION: - 1. Connect points from S and Z to turning linea — 0.001 — 6.0 2. Conned point no turning me to Q. 3. Read Lr=25 feet - - 30 4. Next use Figure B. - - 5.0 r — — 48 - — 4.0 - — _ ` -- — _ ' — 40 s_ o a - 32 _ r — 20 V- 3.0 °" 1e — 0.005 O .! c g 24 _ _ _° c u — 0.01 — 2.0 - The nomograph for the slotted dm n inlet - length is bowl an: — 10 )n=0.015) — 0.05 L, _(4.762)Q'In S :05 Z 766 if n x.015,1,=II .0151 m' ` n - - I 0 iErtrapolotion aot recommended.Formula — 0.009 and nomograph derived from testing over lettite,d lenge of 04 — 0.8 • Figure B: Slotted Drain Carryover Efficiency Definitions S -- ft'Longitudinal gutter or channel dope,fl/ 100% S,, •Transverse slope,fl/ft Z -- Transverse slope reciprocal 95% d — Depth of flow over the slot,ft Lr --- length of slot required for total interception,ft Ls .-- Selected length of slot,ft 90% - Q --•- Total flow into inlet,cfs Qi -- Intercepted flow at inlet,cfs C3 Oh — Bypass flow,cfs CI C ..-. Runoff coefficient t -- Roinfoll intensity,ft/sec ' 80% A -.-- Area clrainen,ft':/ft Ui w 70% 60% 0.5 0.6 0.7 0.8 0.9 1.0 Relative Length-L5/1 r) Example:Solution from Figure A is L, = 25 feet. If a standard 20-foot length is used, relative length ratio L;/L, = 20 ft/25 ft = 0.8.From Figure 8 with a relative length rotia,af 0.8,the efficiency is 95%;therefore,the intercepted flow at the inlet,Q: = 0.94 x 4.5 cfs = 4.23 cfs.This flow is intercepted by the 20-foot length, and the remaining bypass flow runs down the gutter to be intercepted by the next slot.The bypass flow of 0.06 x 4.5 cfs =0.27 cfs must be added to the flow downstream of the slot in this example to be intercepted by 7 another slot or drainage structure[fixture),such os a slot-in-sag inlet. I✓A0 Grate extensions Insta II ti on G ate extensions are available if the height needs to be raised at a future time. One of Contech Slotted Drain's primary advantages is economical design and installation. Unlike typical parking Iw ,fl t; i lots that require grades to be sloped in four directions for " t err each storm collection grate,a parking lot with slotted draintt f. ' -t requires only one transverse and one longitudinal slope " i " for the entire drainage area.That translates to a lower-cost s„ ,'.1, t A installation for the contractor and owner;and less stake-out s • . r ' for the engineer.And because of slotted drain's efficiency in g 4 } -.-. Bili suis removing surface water,fewer collectors—and fewer laterals st. M , under the roadway—are needed. '• it When properly installed,Slotted Drain provides a better- r ,,i ' • j looking, more efficient drainage system at a lower cost. -re,1I.0`' r rOilibi {� "' Photographs illustrate the basic steps for installing slotted itii14)1, :'f4...=..t ,,i 1'} , 14„+ + t drain as a curb inlet.The procedure is basically the same in ,11 t - other applications. — y _ '� �' Experience has shown the best method for installing SlottedHigh Slump Drain is to place it in a contoured trench, level it to grade, Fnish Course Concrete toTop of Pipe backfill with high slump concrete,then pave with the desired surfacing material.The pipe must be placed so the slanted spacer plates are facing upstream, leaning against the e, direction of surface flow. O 0 �aa In long runs,construction joints should be placed 0 . Trench perpendicular to the pipe runs. ,' sha�e❑Bed Top of grate < _Q 1 should be recessed r� Modified HUGGER Bands or the closure plate jointing ' o - . 6 . approximately 1/4 p a P system is used to join adjacent pipes. inch below finished grade.The concrete Your Contech Sales Engineer can discuss various installation corner along the edge techniques with you. of the grate should be High Slump beveled or rounded. ` r Concrete to of Finish Course Leveling to grade a o • ci Contractors have developed many methods for positioning finish �0 0, 'a e . p Slotted Drain in the trench prior to the backfilling. • Course . o One popular method is to use positioning devices fas- •nI , O, r- Tiench tened through the slotted opening with a toggle bolt or .1 shaped Bed similar device. , r c., , Another method involves leveling the pipe with granular o - p- O material at selected points along the drain pipe.The remaining area is backfilled with high slump concrete. Recommended installation practices Anchoring devices may be required to avoid flotation Ask for Coniech Drawing 1008607 during the backfill process. For installation aids,call your local Contech Sales Engineer I 8 High slump concrete Surfacing After the Slotted Drain has been leveled to grade,it Once the Slotted Drain is backfiNed with high slump is important that a high slump concrete or lean grout concrete,cover the slotted opening before surfacing and (minimum 750 psi compressive strength} be used as bockfill. leave it covered until the paving operation is complete. Duct The high slump concrete helps ensure a uniform foundation tape,metal strips or lumber can be used to cover the slot. and side support and transfers the live load to the surrounding earth. In non-live load areas,A-1-a AASHTO Ml 45 backfill or cement stabilized sand is sufficient. See Variable Height Grate Drawing 1008732 t '611 Slope as Required1.:,.:':`,. i 4,, `f. 4c• -; A F3 v lei „H" NW_ "H.. (sl (l i�.k IIIS 111111 4 � ) A Std.Length 20 Ft. HEL-COR°Pipe (12"thru 36"Dia.) ? — Slope= % Side View Plate Extenders 7 Ga.Galvanized Plate perASTM A761 Slope as Required 2-1/2"or 6"Standard Straight Sided Grate (Size and Slope os Required) Per Table – ,...W . o , �., ;tau v ^t{" v 0 11 . s e3 2-1/2"or 6"Standard r p .: Stra ig hl Sided Grate +' (Size and Slope as Required) • °pa-- "";`,"{ ` ' - L . t ,�x....*i'•,'-',.:;.,...„:.:.......C.,:,'–;-1:- ' ' ta......_ '` _ d. ., HEL-COR Pipe w.m. :' t12"thru 36"Dia.) Section A-A gp Loading Condttien Standard Maximum �� t 1 Extender Heigh(—"H^ ° "' <H10" g" e.,. Granular Backfill 00'-1:4 • H20/H25• 19" $ ! 750 PSI Concrete ! Airport" I2" --i i.!'.',7' - 1000 PSI Concrete 125 PSI Tire Pressure .....„.7.11,1':.::.' "195 PSf lire Pressure ...:-':::Ti,': § 9 11E Specification . Slotted Drain Specification 4. Galvanizing 1.0 General 4.1 The grate shall be galvanized in accordance with ASTM A 123 except with a 2-ounce per square foot 1.1 This specification covers Slotted Drain used for removal galvanized coating,total weight both sides combined. of water as shown on the plans. 5. Grate Attached to CSP 1.2 The corrugated steel pipe used in the Slotted Drain shall meet the requirements of AASHTO M36/ASTM A 760. 5.1 The grate shall be fillet welded a minimum 1-inch The CSP shall be made of ALUMINIZED STEEL Type 2 long to the CSP on each side of the grate at every (AASHTO M274).The diameter and gauge shall be as other corrugation. shown on the plans. 6. Tolerances—Finished Slotted Drain Grates- 2. Connections 20-foot Lengths • 2.1 The CSP shall have a minimum of two rerolled 6.1 Vertical bow is ±'/a inch. annular ends. 6.2 Horizontal bow is±chinch. 2.2 The Slotted Drain bands shall be modified HUGGER 6.3 Twist is ± '/2 inch. Bands to secure the pipe and prevent infiltration s } of backfill. BS 01111111----• -- — 2.3 When the Slotted Drain is banded together,the adjacent ' grates shall have a maximum 3-inch gap. * ,t ;ISM rx 3. Grates r< - 3.1 The grates shall be manufactured from ASTM A 1011, Grade 36 or ASTM A 36 steel. The spacers and side• �.r' .. plates shall be'/,6-inch material ±0.008 inches.The 'zittl •t plate extenders are minimum 7 gauge and made from il; ; ASTM A 761 or the above materials. 3.2 The spacer plates shall be on 6-inch centers and welded r a r on both sides to each bearing plate(sides)with four 1 ttt x i VI.-inch-long'/,6-inch fillet welds on each side of the ',,trsf rrr bearing plate. r� r t' Pri 1. 3.3 The engineer may call for tensile strength test on the f+r E-i# .254_) grate if the grate is not in compliance with 3.1 and 3.2. Connecticut 1-84 Nu+tfard/Boston Corridor. If tensile strength tests are called for,minimum results for an in-place spacer plate pulled perpendicular to the bearing plate shalt be: - " ,i1:, .._ 4r , 3 air d t T= 12,000 pounds for 2 '%2-inch grate - ii ii; T= 15,000 pounds for 6-inch grate r.4+ c +, �' ` g `t 1. t a a} r '1 3.4 The grates shall be trapezoidal with a 1 :i/s-inch r. k - �r(71 "xt r 9 f l opening in the top and 30"slanted spacer plates unless _t rt x ;xr`IN f : �� shown otherwise on the plans.The grate shall be 2 tJ, � - �It, t inches high or 6 inches high as shown on+e plans. ,fit lw� - .-:',1.'4-: Note4r Vc ; r For Slotted Drain installations with other than 2'/::"or 'r I 'I rt . 6"standard grate, i.e. variable height and for all special ,, -f , loading conditions,contact your Contech Sales Engineer. f r'...i,.,,, ,,::-. - 10 , _ r , +aw r vx w P q�F1 �, ' ',;?.•i....r -. ' ei4 Slotted Drain is often used at airports p � :'. ..a' x" ,t where large fiat areas are necessary r' "' " � , x � r ,, ,...:,-;:,,,:.,1,,,, ,h,.:41,,,,„,,,..; to accommodate airplanes moving { . a 'r tr?r in and out of terminal areas. The .,',.,i.:,-.',,,, ,,,, -ra >5 as „ -;,-,54-„r,.,--, municipal airport at Colorado ar st ..,;. a Ott ¢?”° . : Springs, Colorado,solved water ',R.,. , ,, ponding problems adjacent to the , r 4€: airport aprons with Slotted Drain. It _ AfL4 " intercepts sheet flow before ponding .i" ,,,....,,,":7''.:,:, - begins. For airport loading(tire Mp ,r pressure in excess of 125 psi), ask i i,I t4. "1k r r ;; your Contech Sales Engineer for ��'� r' ,Y * i � t ,� . 1' Drawing#1008136. t l r. - i` e ke n .• l ....,,,,w,,,„,....0.,.,„,,, 4 - , riIt al 'sa . 11' '44 o . , 6 ,4 IW ..fawulfi..�� n+ V _ .So saes..-'Y , P t4 _ :41.41,Mr-r7.".2.4.7-tafir-.''•'''':',,,'. '4 i..)., ,,'"`'-1 il:i'i,l,'f-1 .." 4 ' a,i.'''-' :".,..,,t ...,,,,..' .*.i.F.''''.'-7 ='''''''''.-. ),.'Al'' ' • ...,,,-.-....,,,-.....!...144.-,, .,ia_47,0904. ' d -19�V��ip R Vi i; a = 61 � . .' " ,Alirg ,,`. ''} ,»p ' r, ye', • e. 111 ugX.A1 ' ."'*'*.°'.` 1'1, 1„1- ;.T x .. 1„ o r '4.tt. Fid,fl....w'ia - r , 44 .oP Designers and engineers installing walkways and promenades around sports stadiums,civic centers,ishopping malls,parks and other pedestrian traveled surfaces have used Slotted Drain as an integral part ofthe landscape architecture. • 11 E • • • . . • • . . . ..• . • .• • Contech Engineered Solutions LLC provides site solutions for the civil engineering industry. Contech's portfolio • includes bridges,drainage;retaining walls,sunitaryaewer, stormwater,erosion control and soil stabilization products. • For more information,call one of Contech's Regional Offices located in the following cities: Ohio(Corporate Office) 513-645-7000 • Colorado(Denver) 720-587-2700 Florida(Tampa) 727-544-8811 Maine(Scarborough) 207-885-9830 Maryland(Baltimore) 410-740-8490 Oregon(Portland) 503-258.3180 Texas(Dallas) 972-590-2000 Visit our web site:www.ContechES.com • 800.338.1122 SC.LU& 1 .1 CNTECH' o. r',. ENGINEERED SOLUTIONS . rrll ®2014 Cordech Engineered Solutions LLC { All Rights Reserved.Printed in the USA. ree NOTHING IN THIS CATALOG SHOULD BE CONSTRUED AS AN EXPRESSED WARRANT .' 0 d• . t OR AN IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE.SEE THE CONTECH STANDARD CONDITIONS OF SALE(VIEWABLE AT WWWCONTECHES.COM/COS)FOR MORE INFORMATION. • We print our brochures entirely on Forest Stewardship Council certified paper. FSC FSC Get Social With Usl certification ensures that the paper in 1"1 lig our brochures contain fiber from well- /0 ell- 111t;H managed and responsibly harvested ��( forests that meet strict environmental and BRCISD PDF 3/14 MC limo/ socioeconomic standards. 1 1 E EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ 85 14-6349 LASIP County Barn Road 1 E EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.net/bid/ 86 14-6349 LASIP County Barn Road 1 1 E EXHIBIT M: PLANS AND SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ 87 14-6349 LASIP County Barn Road 11 E EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Ken Fritz/James Nelson Construction Superintendent Brandy Bartolone/Anthony Silvestri Project Manager • 88 14-6349 LASIP County Barn Road