Loading...
Backup Documents 01/24/2017 Item #11C t = IORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SI irie `• F.' EDPrint on pink paper. Attach to original document. The completed routing slip and original documents are to be forwar 1 �� -.e' T. o e at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. FEB 0 8 2017 **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures.dates.and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2.complete the checklist,and forward to the Coupw148naOfn 3nt Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) 1. Risk Risk Management 2. County Attorney Office County Attorney OfficeOlio)/-7 3. BCC Office Board of County Commissioners \S 5/ Z'tol t-i 4. Minutes and Records Clerk of Court's Office (11 21101(1 L5p►n. 5. Return to Procurement Services Division Procurement Services Contact: Barbara Lance PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Barbara Unice 2/08/17 Phone Number 239-252-8998 Procurement Staff Contact and Date Agenda Date Item was 01/24/17 ✓ Agenda Item Number I LA Approved by the BCC Type of Document Contract .17 Number of Original 2 / Attached Documents Attached PO number or account N/A Solicitation/Contract 16-6694 Heritage Bay number if document is Number/Company Mstr Pump Station to be recorded Name /Douglas N. Higgins INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? cAL ��C 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 BL signed by the Chairman,with the exception of most letters,must be reviewed and signed od'' by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney' 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 fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above'and all changes made Jink 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 N/A BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature.' I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revise .24.05;Revised 11/30/12 11C MEMORANDUM Date: February 13, 2017 To: Barbara Lance, Purchasing Tech Procurement Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Agreement #16-6694, Heritage Bay Master Pump Station Contractor: Douglas N. Higgins, Inc. Attached, please find an original copy of the contract referenced above, (Item #11A) approved by the Board of County Commissioners on Tuesday, January 24, 2017. The second original contract will be held in the Minutes and Records Department for the Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 11C Co ier County Administrative Services Department Procurement Services Drvtston Heritage Bay Master Pump Station COLLIER COUNTY BID NO. 16-6694 COLLIER COUNTY, FLORIDA Swainson Hall, Procurement Strategist Email: swainsonhaII( colliergov.net Telephone: (239) 252-8935 FAX: (239) 252-6334 Design Professional: Stantec Plummets Setwess['Maxi•3,327 Tanuana Trail Fast•Nap es Ronda 341124501.73S 2521407•onsw wlliergo4.nespructtremsniset4 ses 1 Construction Services Agreement for Public Utilities:Revised 06132016 tic TABLE OF CONTENTS PUBLIC NOTICE 3 PART B - INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 12 BID SCHEDULE 13 MATERIAL MANUFACTURERS 14 LIST OF MAJOR SUBCONTRACTORS 15 STATEMENT OF EXPERIENCE OF BIDDER 16 TRENCH SAFETY ACT 17 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 18 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 19 BID BOND 23 BIDDERS CHECK LIST 25 CONSTRUCTION AGREEMENT 26 EXHIBIT A: PUBLIC PAYMENT BOND 33 EXHIBIT A: PUBLIC PERFORMANCE BOND 36 EXHIBIT B: INSURANCE REQUIREMENTS 39 INSURANCE AND BONDING REQUIREMENTS 41 EXHIBIT C:RELEASE AND AFFIDAVIT FORM 43 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 45 EXHIBIT E: CHANGE ORDER 46 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 47 EXHIBIT G: FINAL PAYMENT CHECKLIST 49 EXHIBIT H: GENERAL TERMS AND CONDITIONS 51 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 80 EXHIBIT J: TECHNICAL SPECIFICATIONS 81 EXHIBIT K: PERMITS 82 EXHIBIT L: STANDARD DETAILS 83 EXHIBIT M: PLANS AND SPECIFICATIONS 84 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 85 2 Construction Services Agreement for Public Utilities:Revised 06132016 11C Co , r County Administrative Services Department ProrAxenr tit Services DIv,s,on PUBLIC NOTICE INVITATION TO BID COLLIER COUNTY, FLORIDA Heritage Bay Master Pump Station COUNTY BID NO. 16-6694 Separate sealed bids for the construction of Heritage Bay Master Pump Station, addressed to Ms. Allison Kearns, Interim Director, Procurement Services Division, will be received at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112, until 3:00 P.M. LOCAL TIME, on the 31st day of October 2016, at which time all bids will be publidy 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. A non-mandatory pre-bid conference shall be held at the Procurement Services Division, Conference Room A, at 10 a.m. LOCAL TIME on the 12th day of October 2016, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. All Bidders shall submit all questions via the OnLine Bidding System located at colliergov.net\bid. All questions will be answered in the OnLine Bidding System. The Engineer's Estimate for this project is $1,900,000.00 Dollars. Sealed envelopes containing bids shall be marked or endorsed, "Bid for Collier County Government, Collier County, Heritage Bay Master Pump Station Bid No. 16-6694 and Bid Date of October 31, 2016". 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 Procurement Services Division Online Bidding System website: www.collieroov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent(5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either be executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. 3 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C 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 Three Hundred and Sixty Five (365) 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 27th day of September 2016 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Allison Kearns Interim Director, Procurement Services Division 4 Construction Services Agreement for Public Utilities:Revised 06132016 e 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 12 - 25 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 Collier County Government, Procurement Services Division, 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 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 and 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 and twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) 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 Reject 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. 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. 6 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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, addressed to the Procurement Services Division, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days 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, shall be sent by mail or fax to all known Bidders at their respective 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. In instances where the Owner has deemed the pre-bid to be mandatory, the Bidder's failure to attend the pre-bid conference shall result in the rejection of his bid. 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 Bidd'ng Documents thoroughly; 7 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C 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 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 25% from the estimate at the time of bid. 8 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C 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 Procurement Ordinance. 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 procurement professional of the Owner's Procurement Services Division 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 Procurement Services Division 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 Procurement Ordinance. A copy of the Procurement Ordinance is available at http://www.colliergov.net/I ndex.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. 12.5 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.orq/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 Construction Services Agreement for Public Utilities:Revised 06132016 1 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." 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 Bidders 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, 10 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C 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 project 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. 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." 11 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Heritage Bay Master Pump Station BID NO. 16-6694 Full Name of Bidder Douglas N.Higgins,Inc. Main Business Address 3390 Travis Pointe Rd., Ste. A,Ann Arbor,MI 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 ()VDU To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter caned 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, including Addenda issued thereto and acknowledges receipt below: Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement Included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 12 Construction Services Agreement for Public Utilities:Revised 06132016 n Coder County kristoferlopez©oolliergov net Telephone:(239)252-8944 11 LP Administrative Services Division FAX:(239)252-2810 Purchasing ADDENDUM #1 Memorandum Date: October 18, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#1-Solicitation No. 16-6694 Heritage Bay Master Pump Station The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: Change 1: On the Table of Contents add the following Item under Tab#V Permits: • Landscape Site Development Plan-Insubstantial Change to SDP-92-140-By Johnson Engineering-Approved by Collier County 9/24/16; 3 Sheets numbered C-01,L-01, L-02. Change 2: On the Table of Contents add the following Item under Tab#VII-Heritage Bay Master Pump Station Plan by Johnson Engineering: Landscape Site Development Plan-Insubstantial Change to SDP-92-140-By Johnson Engineering-Approved by Collier County 9124/16; 3 Sheets numbered C-01, L-01, L-02. (The work show on these plans Is part of the project) Change 3: Posting Updated Bid Schedule and Landscape Site Development Plan (See Attached) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Wayne Karlovich, Project Manager 1.\\ A \\tp .r\N 1 1 C Co ler Countye Email swainsonhall@colIiergovnet Telphone'(239)282-8935 AcirriristrativeSetvices Ofvision FAX (239)252-6334 Purchasing ADDENDUM #2 Memorandum Date: October 28, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#2-Solicitation No 16-6694 Heritage Bay Master Pump Station The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: Change 1: Current RFQ Due Date-Monday, October 31,2016 3:00 PM Updated RFQ Due Date-Wednesday, November 2, 2016 3:00 PM Change 2: Drawing Sheet C-OS SITE PLAN Add the following note to each of the two'GATEScrossing the 24' Pavement: "The gates shall be 8' high with a 26' opening, refer to industrial Ornamental Roll Gate detail on Sheet C.12 and specifications for requirements!' Change 3: Add the following directly after Paragraph 3.2 U. of Specification Section 260651 - CONDUIT SYSTEMS: V. All under roadway conduits shall be concrete encased as shown in the attached detail: "DETAIL-TYPICAL DUCTBANK SECTION". VAA\ Page 1 of 3 1 1 C Co ler County Email, kristoferlopez ecolliergov.net Telephone:(239)252-8944 Administrative Services Division FAX:(23g)252-2810 Purchasing ADDENDUM#3 Memorandum Date: October 31, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#3—Solicitation No, 16-6694 Heritage Bay Master Pump Station The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: Change 1: Drawing Sheet C-02 LANDSCAPE AND IRRIGATION PLAN—LANDSCAPE SITE DEVELOPMENT PLAN Delete the words lain,OTHERS)" from the chain link fence and concrete wall labels If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c Wayne Karlovich, Project Manager \\‘41 ‘,9 Page 1 of I 1 1 C BID SCHEDULE Heritage Bay Master Pump Station Bid No. 16-6694 13 Construction Services Agreement or Public Utilities:Revisel 06132018 1 1 C e m N 0 O O O 0 y-. 0 0 0 O O 4E • 000Nco CN vr 0 0 0 sir 6 6 {o N N V) N N N UN N N I. CO y CQ L nr O Y O N }}}}N}N}W}}}} iy N N Z 1x Vf Efl fA ffl Y! 0.. O O O 0 O V 2 ONO 0 0 0 W wa O) 16 0 0 , a- V O O N N N N G) N N N H N C.o O N }}}}}}}}}} 0 U V N N ...:(1 co O ea EA N9 to, N Y o 0 0 O 0 �6 C O O O O O f� O O O O 0 O N 'y O 0 0 0 O 7. 0 IL) O O N N N V) co N N N co CO V) a o m ma) wG ) , a) a) 6) To HC) o }}}}>-}>->-}} c e- N r .) 2U EA Ea CO to CO co Q 0 0 0 0 0 0 0 . 0 0 0 0 0 0 0 is CC 0 .- O 0 N NN N V) CO N CO CO CO CD r 0 a N N N d) d N N N N N cacti Z`m 0 • :. a co CO Cl" & E9 CO e» eA d► o.5 o 0 0 0 0 R EtpEa '0 7d • o o 0 0 0 'c o. 0 co 0 0 0 m C9 % Z . r- O O O h O LL SE (Q U) O O N N N N N N N V) 0) N ;+ u) E `0,.. N .— •7 O O w d a) a) an d a) a) v a) CO 7 c2 a o co 't 0 O m p p = 9 d N fA CO d9 CO 10 di d enr = N N E N j j$) 0•V+" C....., N CO O G Q r.J 3 S v E E W O m E Ct m.4_.m t a)11 = cn 2 n m o c 8u'�wUU uaa w , n ao owdE W_ C OD z. O 7 c c `p ‘7»= a i c .2 J ° d'oE me U CO C c3 c4 LN N d g J s U c .a0 ;i w r+ 'a N 0 wE O) Z 5 y C Q a p) tri @ t O c N lE' F a d a v N ua E2 cc6 2 iii e � CO C v H a o c p =J 0 A C « 3 m e o w Q N O LL n c O Q c m = 0 c d 1- 11 2N u o 2 p w 61c h — V y d U g@ N w d , 4' o m v 3 0. eoN U W Q 0 p_ C C m {�J J y ; mF.+. r N M I- a a O 1iC. Bld Form Collier County,Florida Heritage Bay Master Pump Station Collier County Public Utilities DepartmentPPMI?Project#70060.6 RID ITEM DESCRIPTION Roots of Payment Total '' 1 Construct.Heritage Bay Master Pumping Station Lump Sum $ 1,526,760 00 2 Electrical Service Allowance T&M $ 15,000 00 3 Access ManagementAllowance T&M $ 40,000.00 4 Owner Directed Allowance T&M $ 100,000.00 TOTAL BID PRICE(TOTAL OF BID ITEMS 1,2,3 AND 4) $ 1,681,760.00 TOTAL BID PRICE(WRITTEN IN WORDS:= One Million Six Hundred Eighty One Thousand Seven Hundred Sixty Dollars and Zero Cents i 1. C MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255,20 to provide lumber, timber and other forest products produced and manufactued 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 EngineerlProject 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 QE,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: Douglas N.Higgins,Inc. Signature: Izettirr. Date: 10131/16 Section 15(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. a , 4. 5. Please insert additional pages as necessary. Company: Signature: Date: 14 Coistruction Services Agreement for Public Utilities:Revised 06132016 1 1 C 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, as amended and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above, Major Category a Subcontractor and Address Work 1. Electrical - e . I (4,,, PCMittv At- A4tes,, Pt 2. Ele4-tricei 1-Pri A- EieL t 4k - FL ilkmAe. rc 3. Z tt C. Actitg. Cim-vet c.r_Taiw - A- 4. .r... H. 5- LoAmiCutp i Al RI/et n-Lae, LameNit s 6: p.ri - PL /4 " RAV 0, - AL Vdtit e cc- a- ,., jeoc. 1 , . ) Company: Douglas N.Higgins,Inc. Signature: A aLtput 16tut Date: 10/31/16 15 Construction Services Agreement for Public Utilities.Revised 06132010 1 C 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 Referent 1 See Attached 2, 3. 5, 6. Dated 10/31/16 Doutelas N. Hiugins, Bidder BY. 16 Construction Servos Agreement tor Public UI hes:Revised 06132016 EXPERIENCE STATEMENT•SOUTliWEST DIVISION 1 1 1 P,roitip3Nome; Mackie Pont nhaso 3(A)Improvementsat ninENotrati Isle of Capri-Pflane I Water Main Improvements Owner -Ad___lioaL.11,.elect Mariann-PnerK Qwn4,01tost,,,proloclyienoner%Phalle- City of Marco bland Collier County Public Ulitilais SO Rola 1,04gla Drive 3301'ransom!Trail Bast Maori Island,FL 34145 Naples,VI 34112 '. Diana Demi 239452-4215 Einitinter,.t‘rtitIrtIr..-.Mot& ErkaintrtzitailDrUzitstnt ; Arneiteeni Engineannip Consullonis cil Marco Island,Inc David Sawmill,P.E. 573 Baal Eagle DIN" O.Gir44),Minor Marco Island,11'$4145 3803 Via Del ROY (239) W4.1897 Denier Sweats.U.34134 239-047-1144 Willti,tgit6Kg January 1 ,2010C,9111184..P.R.t% April 3,2010 FIrtot Contract Arnatift 5240.100,00 Find CerOrogLArnounl53303,000.33 P.P1110a414(1 P11% Aprk 30.2210 Gompleism new,. January 2,2211 erojesjiloardIrapii-, Elin90.Thile',419119ri, , F.Mli rheravatiann IS itriLifla'Neal asphalt wolkivny enema lake,now Installation or TWW Water citstneullon pipaNno Met connects to this Ooltnal liontino,new take founien,newt-in-noon shake existing I 23rtori woler 11onS1195clon main oar tiles Into leo Iglus or Coen Perri Collier BlYtl, includes Inalaltallon or approx. 4500 I F of 12"PVC and 4500 LP or•3"PVC. Work also 3lvo.es loslallailon of now service linos oml cross ourinmilat devices al each service locolion,al000 wlin amoral flaIN lire hydrants and road raet.tqaticm atrinct Nom Wirweruerry Drive 41 Scoria Hoolevroori 011W! EralogLitoos, UPS 104 Reclaimed Water Main Seep Water Main Improvements crasaal_:,..elstktfa.:„219.01sairrittattiz,,P0M6- Qtyrarr-alatkra)a......P1OlacildlOrm4r-pnot. Cky or Marco Island Collier County Pubic IA11111114 SO Bald Emile Dove 3301 E 1 armalnl Trod Marco lewd,It.34145 Naples,14.34112 Tlinuthif E.Pared,Pl.,KOK:.Werke Dinedoi Stianali Soidnar 2.111,..32416000 239452 5345 Lnoinrier-Address.Peons; E mime!-..141t611L-et/2401: AECOM Toolatical SerVicrea,inc. Greeley oral Hansen 4415 Mena Pork-1.44.,Sudo 404 15417 lisyley lone,Stitt 201 f°I%Irma.FL 3301 9 Fon Myers,Fl 33907 Anted J Wel,P r. Kevin fllopinsert,PE 230-279.71390 2394313,9900 01f MAX& March 4,2010 .91.11r.liripillt Apia 27,2010 final contrail Arnaud; t 190,0111 37 no 00.0SIViefit1P1a 5246.008.80 Qi_inot fikLiggis11,,o , October 25,2010 2811R1411211.21111; January 21,0011 Frolocl Poss.:104w- El 1590115(00' I8'Interconnect to existing 33-'audio eon wolermasin Construction or Approx.240 LF or 16 WO MU 10 Inch reclaimed waler mien and Improvements to a wastewater Humilis slatton.Incrultoo one trarttorttai errec1onra dna roadway crossino and all pipe,Fittings.ariptirtermpee.Vaivera. salmi:idiots to Leming roclainied welts meet,et-release wives. 1111000 restoration,testing,and placing new reclaimed water main and purnpIng sIanon unanaverranis to service f.:1144ples Rieit\Paredr.triAEvernamse Statement 01151644tt 1 1 C EXPERIENCE STATEMENT-SOUTHWEST DIVISION „ — Pronto'Nornir Irentokniee&Eyehaerdats Intersection trnproveinents Proicol Nantes Popush Creek Preserve Irnenuatrinents aunt.stbin.818ist_-,,r119,fte. L'AupeyAdertes Protmltdennster_-_,aten...0: Cedar County Board at Corerniesionore Lee County Board of County Cunirressioners 3331 it/Wenn Tr*Len P 0-Elos 3M3 Naohni,r-t.33412 Fart Myess,Ft,Mgt/2,03E1e /siege KanninAleuni 238-ri3.158131 LteRlAsSiX.ste4grOtt.7.,P11.00t, tiettlift9kr..tt.MOM11,...E1K0F.; Calk!County?ECM I V.Lin InSorrectionet 2865 Horseshoe Dr. 2400 First St„Sta.200 Nantes,FL 34100 Fon Myers,FL 33001 Renard tositao Jr,11..E 12321 332-4840 genagSMINE August 2,2010 Q,90,8,1451P.8Lai December(14,2010 ft10511,C411Kkaf3W0111: $0010900 Final Centrael nt: 51.036,426.18 G.8810.1.0211Didt, Novernber 8,2010 coatoletion(1e1 Juno 30,70'1 ettLiPOLDPIcli0911i F1RSLLPIALP1IP1Atri: Ssibosarrece Agreemeni with Beller Roasts,Imo Work at Popash Creek consisted of construction external bet MS ore'Nee stays al the 307 acro Present1,03031luclk10 some Internet awns la Itis Sown fee&towering tha coasting ef44444441 bawl(inpatti of thy bilOrc4kpial trilert),Insister* 30 and 4e RCF-^s,channel excavation as part of Lake I. sand cement np tap installation,tip rap tintatiorron,sheet paing.wear gale'installation as siSeil as area ml .rIioml •iri iprovernorstv. efoled1Lam, North County Water Reclamation Ersciety filegatlarne; Leen-lendry County ConstriKifion of Flow Meter Replacement,Phase 2 litlaction Wee sunace Entities Collier County 13oare of Dearth/Coin rerun/note Lee County Solid Waste Diviolos 3301 Fart Tennant Trell 1U5C0 Bucktnoham Rd. Naples,FL 34112 Fest Myers,Ft.33005 Claude erosern,Sr.Project M . Keith flowed,Solid Waste 239-262413110 239-533-0017 kte,tvdater21416,3A Arttiluks-PAank E0,0,13.18.2-.2%1041S2„i,Bient Hello Manes MitillArneileac,Inc, 11122 Encore Way 14311 Metropolle Ave,Ste 101 Naples.rt.34110 Fent Myers,FL 33912 39-254-2000 Croton Koons*Ponta.P eennedieus 234,23450011 contrROII:8110. may 21,20 in tayerart oft; Jfinuery 26,2011 $182,094,05 EinaLrelattitsitma; $1,455,900_89 Otn1rIele0en..R.819. Oietemeor 6,2010 Csamisoltais; Noyornbar 15,2011 autasulamaitiou emin.,Ostuttipst Furnish PIM install EU Lank Gan 921211011 of a 2 acre Inieetato S401210 Pond,Inatislation of tarnish are! ntell OX Ditolt dtsjtdo CCSIIIIrrneht HOPE pi/1)m tar treader n1 150411410. installation of an Injectron watt we monitoring well,Inatalatain et an minutia 14114444e lank foci with Orogen,Inslailealen of monliorng well pumps,tranadu:cis and Eppunenences along tieth inicotnte transfer,sell,prInang,non-clog,nonzontal pumps.Project also Invraveki 04144141ton 041 associated electrical earl 12omplicals4 insduntuniellort eyelet')le ester for the safe transits of leachate trots VilriaUS staralga ponds ego tholreeelvers wet. ei\shpist.tt401..arEl I ii40,44pknieocip Streame4t 4,1 15 14 AO. EXPERIENCE STK,E WIEN/.-SOUTHWEST DIVISION —....... _,,. , ermg.t..Nomp. t akes Park Ventre fluty Imprevernentsf',.',014ctNet01/.. Fast Naples/Saone Road Ramp 1 1 C Station hoprovemcres Jar Nb.a50 10 Owlet,-Adele* Preleatielildili.:tUal.,,i,; gwiLtE,..„ .oci Managre-/Nile.: Lee Covey gourd of Cc..inly Can11111500nang City 01 Niles-Public Widnes Noma P.O.Dos 3911 380 Riverside Curie Iont Aliforli.Ft.Z3902-0396 t4nplea,11,34102 Mum Kenna•Muni ()aye Greta 23ei,533,813 I 290.213,4710 Enalradel„-,#,1,788.enis.,7,.P.9pne. Lnaneer.Arkkees-.1„,tag,t, NM Engineering&Surveyng,tuc, l'utre Tech 5300 Lee bilvd. 201 East Pion Stied.,Ste.1050 Lehigh Acres,IL 19971 Naples,FL 34102 LOO Flral.I3,E Johniter Woodall,P C. 239.,3.12 4569 407-899,3056 Wpicitali.uig; April 28,2011 P.IIIIII4I.Oktf.; March,20IC ELiAID1A21.8maka Sol/.985.130 Eine!Contract Arm& 52,500,000 ad Q9111P.Mtm Data October 30,2011 cnindaann(-18231.1 February,209; protect neAsaiDlioa 1.?.19W.D.SM;r11MS,`, C011 sinxisnl two wen ikekat conirnt alnirderes(ilft 4 and 5)to enhance Ropeacement el high services pumas.inetadallon ol otectrical current flew patterns and redline stagnant/0409 at the north and south roans and root modifcellons,VFD Inglallathm,609ter emirs of 11w went bike, MA Iwo iodating control snuck:rot(CS 1 and 5) generalta inslallsoort as wen as other MadWiaal,ainKlinlak ware meddled by Iiistalling Slide gala to rackaco How thfouott Chase electrical and instrumentation improvement:al Iwo boaster 111(10111V1. 1 he project Man involves cawing had grading of lour stances, existing spell islands to create Istoteu shelves by the romevel of evalica awl spot inateitsi and die ptaul tog of roam vieto.nd vegetation. prowl Nerns,! Nnwar fltpliir 5 Sludge Presses Etotacillarm SCRWT P ChWeallori 1rtiptuvio0e0t6 ceagsr,,_-_,Aggraepteeel Monstier_J1399,d; Qtreet,z_rtite.21..-„Bolact Marone Gnaw County tioara of Cennty CorreNssioiers Coeur County Pulok Waive 3301 East Tamiarn1 Trail 3301 8-Temlarel Tali Naples,9..34112 Naples,FL 34112 Claude Nesbitt,St.Piclect Mgr Alicia Abbott,Project Manage, 239..252-IIMII) 239-252,5144 EtittklePt..7...Mckent7,4!bellti E058009L9S102.42 Komi:no-Sandmen F,,ngirenatIng Corp. I etre Tech 112 its:nut Ave, 201 East Pine Street,Siv,1000 Peepaclr,NJ 070/7,0257 Naples,Ft 3,4102 Steven Lukacs Jennifer Woodall,Pb, 900,2341030 40/4C,10.3,955 CAVirect I ale° Juty15,2010 re.218111,c(Oele. Jure 17,2011 Final Cuelt4clAmo111; 5143A0 00 fjaillf.:sausio-Ammart. $04531.00 ,0111 ok,119f.i..alb; November 14,2011 ri.910221,0011.12ate: Nevernitor 3,2011 Politic!Desert:Um erb.1M112,11ACtiettetal Meant sludge r4feiSe0 all,2,3,6 and 6 Extend two existing chlurb le feed Mee arid installed chlorine residual analyzers. ,..„ . eL91§0,144n9; NCWRF Deep Inteciiun Well Meg Meter Hapiecelbent ezi?Jixt Name., 14)0*Greenly line Segment Rapti:mermen' Wang Venda:tun tiewe 260.t.,.....14.,..:,..,c P.p. I,.. ., L:.1.teutz Powbddrblie'Froieci kl12112WL...--E.1114111,1 Collor County Public Utilities Cehtne Ceounly Ratbite Latent% 3330 remised Trail F.,Ste.303 3301 Terflistni'nail E. Nolek Ft.04112 Neatens,It.34112 Craig J.Freer,Project Mennater &MOB SfilitiilLia ProJeci Manage/ 230 252 2554 238•252.4286 Longer-Addrese-PAO= t:,04311X_:Alillino•Pleale, 140k rifei ailirA51..LIalt. Jetpuilly 10,=II conitoct Ottec, August 18,2011 allIt.CaSliatelataL 524,525.72 Fklat calkiNtAll%trit $.15a.ocaor analisdi.1. 'r September 13,2011 ';0111rdt1Orl..0.44r. September 23,2011 E.'t.9igc.I09440009.,% ett=1.,C201.5018420, Ficertove and Install NCWRF 01W Mogi-14g.Flow Maaana.electricalfour 8"paint repaint on Vandetb1 rime arsonnneeilon and teconneellon,provIrJud and Installed 24 loch Mega, lenge sANtolt:Nies\Shama f,lesikkoetronc•Statorront in 13 1840 EXPERIENCE STATEMENT•SOUTHWEST DIVISION 1 1 C Etainct Nemc Wyndernme Country Cam Rernmen nurse 43 Fire Rpples&Nome: NCWRF Cumpitance Aseuranos Hew was&Valves r -' ._:-Isttkiv_,PrtLesilA3calapLiktart: r.aupty Water Distribution Cotter Co.inty Public UMates 4370 Mon:nails Ave. 3301 i. 1 401!At11;1 roil Naples,:L 34101 Wales,Fl 34117 Pam Libby Polar Sdaili,PUP 2:18.2.S2.4739 ERLIL(100..:id3118118.18, Efillinevt7„040:04,t,e,94..08, mrA Hole Menem.Int; 858 Encore Way Naples,Fl 341 tO Clifford Pepper.P.C. (239)254,200a VROIr9c199l9;. 8eptember 5.2911 S:9.119951.9.11E t401t4t011441 8,2089 FiO aeolamiNn2s191: 596,350 CO EirlatisallIPPLAKett S8,683,000 OD ,D91111801.28,DA% Swim-Oar 21,2011 S;P(N+2111.119,L November 23,2811 e.r.9102.1,1125219929, el9imalls,995499,. Remove/Install 43 Fire Hydrants Valves Upgrade to existing odor control system. InsiNiettun of 4 now 120(11m/reinstall 3 I ilma Valves odor antra/units Construction 0C1 HDPE rued wake Install 1 new InkinVolvas storage pond*, Repairs and reshaping crime/tang panda, Upgrade to eXi41111g MLE Avignon Lanka*Jading kw bubble rename systems,comritugal blower and odor control covers. Slormwater upgradan throughout a4e Inductile)pones and *weal limeades and inodilleations to existing chemical supply slams Pplect„Narne, Vertdeibio React.IASTU,Guff Shove t}rive UtiMy 1.,,roact NarrItr L:lalle 7 arra +tapioca Csisting migalion Relocate Main OwneL,:. t..ti •• cl • Q`441114...:Ilcilett!Mower-Mere Cosinly Public Ualitles I Inhibit tease LLC 3338 Tealorni Trail E.Ste.303 782 NW 42444.ve,,Ste 1130 Naples,,;t.34112 Miami,FL 33125 Mark Suwalt PE.(Prolect Manager Miti-445-nft8e Lortleare Addriew•pnrear, EIXIIMIX-.4041131NL-289a9: Melv-Ifte Pante 0ariks kilt/01443ring 4315 Metro Pkwv,Ste,520 19511 Oen C PtaftPkwy Ft.Myers,FL 33910 FL Mytes.FL 33989 739-9305480 c_ontroct Data. November 28„34:111 CPrat45.3 D4te: Lkleet110411.5 2011 FlOaLcIONLOPI Amount S12.1n50 filal.001ltvg...&191401., Ice.712,1t Companion Dear Jaftisilfy fl,2012 cornett:dice Unit: Januely Ia.7012 pipicaDeicrigliee, l'fr4c11:1t5911999M Relocate,remove/abandonment or specified Portiana of aasfilig 8,rtril Replace Eaisdno Irrigation Main asbestos camera miter pipe,Installation of now B Mos PVC watt"pipe, cannecions,Iwhloge,waves,jDiii rastiains,mechanical ratings and appurtenance*,eamvatino,pipe beddingtbackfilling,Sifildf110,sod Installation.Maness ol pipe and earth prialetIal,roadeny and*Ile resicaretion. 5:AN aplAs 11141.111umod I ie aiwece Stator:0g 01 15 1 bArx EXPER1E74CE STATEMENT-SOUTHWEST pivistori i tic l-'0219.Pthenipt, Pump Station 312.29&312,41 Rsturtnetiment !Prroligthillnei Hendry Cosenty•Connrucliert el CR 75 Fringe 1A11.19 Drainage lour overrernts (2,mtot &1e -Piedra:4 fdsp4her j?ligtro, .r)‘/rML-MdTD*1"--M-q-5A-tertElont-12,AlVt Collier County Puttee Utilities Hendry County Beard et County Comm 3339 lartharoi"RAI 6,Ste 303 Pt).11w 1507 N.Ø .FL 34112 leu Eel!Uludelye Way Zausira 1)111 Tore,Piceeel Mgr. LaBelle.FL 33975 230-252-6279 Shane Parker,PE (6433)075 5/22 •E0.061.0751c.-.M.drell-MOJA. Fillimer.L..-,..6&1411WL:P9O116' Teta)Ttall,Inc. Johnsoa Engapowing 10600 Doevrolet Way,SW.31X1 251 W.I-Hoboes:bee AVil, Estero FL 3302.6 LaBelle,FL 33535 Barmy Nelson,P,E. Jannis,V.Lenore.Jr, 230300-146? (863)612,0504 CI161110.D.61.6U Alsaust 23,2011 cesitarlDlltr. December I,2011 f.r1 '.. .... s• , .;. $267,222 12 Eingl_Cinggalwegya $765,516,07 CI) e Pigii; April 25,2012 1.7.011Pi1t2lian: July 10.2012 PrdleeCi.P.44.5filiildel, PS 312 29-Refurbishment et existing PS 312.2010 halal!now HOPE Remove&Inslail rursavooy gunwale be/tore/rah+and houlivabs. dachrsge pining.caw cheek and plug valves,now pumps and pH protxt installed concrete sediment Wean&duds lituale,steel Musa Na0 nevem:MI orriting electrical control panels to Wow for new pile.grade Welk ref Slope0 and rerocalon of swaies and comportures, Haw curt*.atinie,&landecupeng IIIMaled, ditches,remove and replace guardrails ard emoted PS 312.41-Refurbishment ret extsling PS 312.41 to nstall now HOPE install pedeshian picket railfwg,rip-rap,drainage Pate.*L‘d. discharge piping,check and ohs]valves,pumps,oteellical control panols. signage and salt:Amp. gonerator wail ATS,new telemetry along win new Ring n pump stollen Privacy sials wore also IiiSlellaa in oxisling yenta aleaR with now Mono innateripag, . , . proietligaw; Trzalitions,GeV Residences and Violas ell Gray Ones 1.!r0ftw r441ra5; Michigan Street Sidewalk noted, 0 es- •so •, - er,,, te tilallff...-Phone' g.W.0.9.1.,:-&94196S-PARrifeiL0,0i0L-ettotierr- ... CCC Trrdibens,LIC City rtf Bonita Springs 145 Sesi Woe ice Ave. 9101 Bonka Iloach Reed Coral Gables,FL 33146 Bonita Springs,Ft.34135 (230i 049-6262 David ilccarci F.001000EAMII.Z320l0 eilliklettzAddfltkE..:...E1200.6. teammates LIT ineering lake Hickory Menliatin,Inc 2000 Go-den Gain note/. 22210 Fairmont CL Nantes,FL 3,4105 Estrire,FL 3302.8 CJ Brown 1236)896-4306 230-202.2000 l:•('Mead Olikr, /snuaty 1,2012 cmIrtirt UaieAagest 15,21112 flatcon4/Kl.i3/nount; 5363,596•03 1Jnetlitaligrletlf5.90`, $116,734 00 oninietion Date Jt.ty 13,2012 GOMPItilloti Pater Sectembec 26,2012 !!illieSt V.12$ll.101V.D: protect Descdclin fvtoclificalion of editing sanfterY sewer SVssiorn Nom 110910 bully Furnish end installed Paranoid Gement Coscrete sidoswelle Mang Inane layout in niall-ramlly hinny layout now elly wafer 3f3lern, 'P10 revise tido of Mionlger Street tram Bolts Beech Road to modification er orating drainage syslam, Penavyvvrtle Ave, Peeled consistent of 2220 LF of sidewalk, 15 24',and 30"reirdarced concrete pipe Inkared owl saceons,yard&dirk 1,Vodkah headrest F 041 approved Naha,II malarial,sod,sleavage,striping,and various Sickle:mid Item 11. ....., 1 '.. SAtisnisirirrikSturtis Roiteseerfeence Rine:rent el 13 34410 EXPERIENCE STATEMMIT-SOUTHWEST DIVISION 1 1 C proittet•Natme;, Immorinane Storattomer Downtown improverneets eidagagmal Gateway'Trienole Reddened Area '.. ternary SIMITNyeltf System Improtroments t. te.„,,,-- ,4 maul.-.....PI.Katei. 9wraii_r_Atts141172,r0tiralidaraakei..../litaaa; Caliter County 88Ngt1 Of Cooney Commissionets Cobol County Hoard of Courtly Coomoss'anent Inandolise Area CRA naysaore Gateavey 1riongis GRA 1320 N.15th SI 4069 Hay to Di hwrioitalee,FL 34142 ftiaples,FL 34112 Bradley doom Anhtny Crissvet (2391 867.4121 4202 (239)643-1115 E9411111141.:111.90e: ,EitiVeti,,•„,60,11reS.Lt.Phoot, . CUM Smith,Ene. 0.Grady Minor and Assoc.,P,A 2160 West FirSi RI.,0403 2800 Via Del Rey Fest Myers,FL 21901 Donee Springs,FI,34134 Marc Sttoehonarr,P,E, Deoto Schmidt (210)9349616 (23916471144 Q5410.140; JOndart 24,2012 CIX1101,3 Ogit; MarCh 30,.2912 Eisicgabsoimmt $2700,297,14 Fib ackairgaml9unt. 5 1,731 9T0 cwmoto.o.0,019, paraembar 213,2012 g32610120202911: February.2113 e3.902010120112020; LtRitrat8364-14113M`,. Constructed 7.6 Rae frierUinn pond and Approsimsidy 16,500 tr.of i This project was designed to reduce known flooding In the RCP storm sewer ranging In sire between 10 mid 47 Inches. Trie went Gateway Mangle. Removal of existing mavens,inflated toes was cial7Plakal In a alma-dean part or Irnmokides,FL and dee Inducted and onvetiesys.inseserstion el over 10,000 LI o'culvert Pbm, 262 LF of 4 x 6 ben advert paraltel to and under ret existing road. over 400 mitered eater,300 driveways teerailinWteoegoment in gfriSS swain rand pavement overlay of Shier bed areas. ..... .. Pierer-A Name' Irrianliall()utility Water$ims-Prority Group 2 Sims erjayzagm RCMP Multiple Protects-Bleach Piping. Knife Gate Valves,Channel Waste..Ceram, Potable Water Interconnect VArinni„- em"-Potent Wiesner-Firiene' Collar County Pubac USIMILM Golfer County P0bUcl.1111111411 3339 Timken!Trail E.,Ste,303 3330 Tenant'Trail:..Ste.303 Naples,FL 34112 Nudes,FL 34112 Arson Csurnetr,P101. Craig Parer,Project Manage, C230)252-5339 ( 30)252-2654 Ent11010.0-...:14..alkkaSt.:..PrIV,050 Loamstthildrtss-Phchec i Hatt Mantes,Inc. Hole S4o0bas,Inc 950 Erstairs Way 950 Encore Way '.. Naples,FL 34110 Nispitti,PI_34110 , Frank Penney,P,E, jeTry Torteske i (239)254,2900 (239)254-2000 clgrami„,,atell tanoary 24,2012 ;011011C100(1; July V,2011 Fetal 0i:sweet AoretsC 1515,474,13 Fetal centred Aranunti $451,031 30 .. Contithdleet.Datat February 13,2013 ContentionQA2, June 21,2013 ., Proied Decorletiom frgLiNUMK.FOlort,. Allow irriptchMEI co Altai nail maritodhf)at 40 Water twee at Tarpon Cave, Uljeuttpagg-Remove,reptapa trod petit I Ur,r&3'PVC Celina Hay,Veteran's Pant 81141 Vineyards Elementary School Properties bleach seam and valves re the Norm filsosen Fasinty Installation of 4 mete/taisenitsles damoriatal of en MOV,electromagnetic tspjje„,Gete,yalves.Remove 3 existing 30'knife gine valvel at dowmeter.flow metro'valve and al associated pewee told oratiruls the mixed liquor spieler box and roplce with 3•39"plug valves notate/tire ono snavaue, robs11100111EIN 4 Rerrive 4 Itt WWII I Ile illiaara and itiPlocai 70111 4 1hp softic.01101k1 shah ogta arlakt Illii(CtS teamed In the PALE Aeration Reser influent channel, Flont§le_Waterlittraggfigagj-Install 6'ti 4'ductal piping,wakes and!matinee pi eV0t401 In curnua Om 0F0 Hoosier Pump el the Sludge 1100611roa Wading to the potable water system. .P.L41ifierA...0,..t,1•Remove end replace drive sysitTs,144601S7 eerier alumna,replace cello,leStolt,replace tied aril corroded meet piping and valves. 1 s.ttieusrs t sekskeite rtetatement UI LS 1.4,4,0i EKPERIENCE STATEIMENT•SOU Tt!WEST DIVISION 1 1 c , EleirKt..4oma, Cly of Naples•WWTP Filter Rehab prolottfieurno: NCWRF Filler Set t Fehab94alloo . Jon No 332-13 Job No.357-12 Q.V.O_OL.,,i3dOftSe—aoi..031Mapriner„Phone, Q 0 -a....!. P o;eta ,r46/e.../zA)16C1 CO of Naples-Public Wanes Colter'County Public 111*os 330 Riverside Cr,. 3339 Talnlarril Frair E.,Ste,303 Naples.Ft.34102 Neaten.15.341*. Justin FredeilkssiL P 14 Ware Karim/oh Y.E. 239.413 4762 (239)232-5)72 t41311teer...18451193.1:-Mrlej LtIttillinf•Atitlin:_llang: AiNninAllt attic Syelems,tee Flab Mantes.lac 950 Encore Way Naples,Ft.34110 Frank Feeney,P t, 12391 254-2009 CPUISPCIP,911!„; February 6,2013 ZehtO1d-R61.11; Jew 28.2012 EgaLC.4J6.1.01.3LA1ount: S451,4316,90 Phren Conn ga6rpovol, $1,435.517,97 fiLmainlij21 Aligual 22,2n13 QPIRIllamtWitia; Jew 26,2(313 Pluiv4,Ottlieigniert, fN111O-0030-16763 This project was comprised of the complete roltabilitirtion of two t2) Complete Removal r1 tour said bed d4toortelk beck...rash 90'x 16'eulornadt bacawash filters,including removal and teraucoritork Nita sytterns, Structural Impievernonts to bad belling etaKeels Of all existing niedki,pardar plates.Counting and reireend angles, Wet,.teSUOIXiilla of Interior altor walls,aril tristakatIon or four Also Int..1vded was pernevel and I eptecerpect of this abet bridge rolls now avlomelic backwash Mier systems Stooling uncivil:rens; and UtiMW backwash shoe on inch system. Same Inandtrital CallattIV thelikl.acid Illttiamtcal equipment, patching was potter/tied,as wall as kik startup and piffonaance lersgfig elsko..thantr. Southwest Florida Inlernatiartal Algol Rreirkralletne• MPS 313-litaitt-o)-Way Taking KWh:0 Tonna*"Apron Expenatcn&Taxiway Jab No 918-13 Job No 935-12 0e4144-..A.g0t444....ErglegiMatigiltitli0gc,i •Owner•AilitteeSS•Tr120.Xt., tkivimu,z_ttarl Lee County Port Authority Cellist Cetaily Piddle Unties aro Manhattan Construction(Flonda),int, 3339 Tamienti Trull E..Ste.303 .37(15.1 Wealsiew Or, Naples,FL 34112 Naples,IL 34104 Wayne KrelovIck P.C. flack)!Vann,Protect Mgr ;239)252-5372 220-543-Agge 0.10.0eS2.,....1.9,2M14.200.20.: 0221138124t021_Mom: AECOM transportabon Johnson Engineering 4415 Moire Pkwy...Ste.404 2350 Stanford Ci. Fart won,r 1.33916 Naples,FL 34112 013)434-0333 200•220-29ee ,lam(Brawn CaL0110sir4jIE Juno 25,2012 ;300fitage10., September 9,2012 f.1.141...c.401.F1A,M5a $2,732 733.46 finaiSdatisLeunakaZ S182.018,22 CalliatiSt: February 11,2014 Comptokon tijajw. may tt,2614 Plalm(1,102F410.22(i . 1 -.... '.11.ow Construction of stem water infrasinrcfsou improvianants within the Ownotillon of Retaining wells,foots,and other site*no SW Fla downtime Airport rawly expanded taxiway and terminal arms. Reconstruction of the demolished Improvtmonla, Work consisted ol Instelang cost-inIdace end preces!storm SittildureS, Roush CH puntp station,replace eat*lion pipe With IlOPE, approximately 5700 LF of RCP ranging In*ixe from 3)0 It.72"x II 3, stiondoolog 11105111W'vaults 41 recorillgure Me moinfibypass, (2200 LF of winch a lenge dfarnater).and implernents devnitorlog systems sitteletly. Leettliedtgt&irrigation replacer ant, to enable construction of work In dry soli conditions. SiVWFININ*AS,Wid neearesessIcit ttstensent e 1 15 lb Jilt EXPERIENCE STATEMENT•SOUTHWEST DIVLSIDN 1 1 C efeitatialilfr Pktawevdtt&tfellael&al&I mitt Wolof&Tem, PICciocittiattLit Master Pump Station 312 RehabItilatron enproverrionix Job No,912-13 Job No, 723.14 Quaint •-Addt esti-Pluto:I Matetiger,Therg, cewier.Addrese-Protect Marteder-Maw_ City of Naples-Utilliktu Deportment Cattle County Public,Utilities 380[Overrode Dr. 3330 TarnlarnITm4 P. CO.S303 Nipi01,FL 34102 Naples,El.34117 Davie Stan Pawl.SrAoli (239213471n (239)252-5343 figellauteassdfOre Etet8i.hitilEKetitentateel EPaDlef.-../MIeld•(Irene; Emmet•Adatesa,; City of P41plo3'Utilitific Dopeiniaaa Agnoll,Bober&Brundage,Inc. 380 Riverside(31 7400 TardlitrtIl Tull N,Ste.200 Naplan,It.54107 Napier,FL 34100 (239)5.97-3111 Steve Martin,P.E.(hatirOnftgatibm.con) i11111811.1.kait Joky 8,2014 110ittasinkiK Felatiely 12,2019 Ent Gault/Kilt/Mt $111,015.08 Elna&ntragLegsa, $5,752,145,14 COMPletlen,Qtge; October 11,2914 cto1110919131161.0,1 March 6,2014 EtSgthiLatigli PINOSLPgSC[91991; Install If'not laps vain salves,Install approx,165 ft ot 0'C800 PVC, Complete rehabilitation of wetwell&control Whiling, directional rill 611,111in 10 0119 pipe and 10'HOPE pipe,ir hot lap IncludInJinstailelion of bigeonater In%Wei With itititinit Willi waives,transtIon connect 10"HOPE to 0"tap end fr PVC,110th orlor caned equipment Work included a new sewage pump 13(01/6U10 10111,and(Vitale. Aephisl(Wyatt, installations,extensive electrical and creams work,deviviefixt, refictilt,ilItAivik.ole. protect Name', tbontesseei[We 24 loch 1 ore°1.1ilit Patted%VW; WW1 P Supplemental Water Ltne Job He.92414 Ion 720-14 OtilwN'-AcIVIiiWi•Pliiifiet tittiAVOttj,Phone: 0.15.8: •ri,i 1 -, -*a.,s',' .. at4 o.__-1110)21 CeaLett C 5tirrty Pubho Litanies Cly ol Naples-Peek 1111111les 3339 Taniend Frei C.,Pio.101 280 rgee CII, Naples,fL 34112 NePliti.FL 34102 (139)2b2-53/2 Justin Frederiksun,P.E. Wayne Itartouick RE, 239-213-4732 wistakarlsilicliticolieranx.ria tiss4sitlesulLieullouNlizei Loki -11eLJA821111-..P.119119.: Fiinititiala.:...hislike.4.4..-....t 'I., .3011E110A emomeering City of Naples-Ullbtlee Deparenerd 2122*Prison St,P.O.Sox 1553 MO Rivefrlati Cir. Ft/*yid,FL 33902-1550 Naples,Pl.34102 Michael Dickey,I,L'. Justin Frectenksen,P.E. MidiElohes.m.37..igte Iffulallheattlaehtiarer,c93I cavitaciDatal April 29,2014 Convect 11Mez June 11,2010 Ha.0.1.C.00.a0 Nolaint 5174.390.00 ElliefAdrigglymgga, $03,126.00 S40010111k0n Dale; July 22.2014 contotel,on Dale, September 16,2014 ProreCt raSkOtlelget; Prclacf Deecilvdm Approximately 2100 LF 01 24 mon force main,plug values,Mums and into/maim 111 11 lapplomonial water line Mine Cky's SIVWTF1 appurtenances.Tte roma mato wog incoliel In ane unwed heavy effluent tramline station. lio1 tapping en azirtmg 6"DI water line westing taillies Included in Ore project was 2 road crossings%al were easier ha Coy's Equipment SeMoss racily,melentacknoor open cut arta 42 Klh NAVA Cwins[edged. asserritly,pipeline through Oen!,discharge oestanbly,yolvsia, 110.1(11,nava( 515 LIF of 5"DI apti,approx.165'of 4'Di .0.1131*ro..s hwarrarn restoration ot arluesooadeonei, agagyalaing; MPS 300 Force Maki.Prtoco 1 PrOiticifirens, LAMP Davin Blvd.Canal Improvements Job No 140-14 Job No.900-13 Droner-Address PmleaLMenalla.:„.E1125e; Owner•Ai o i ,-•t' oi ' ite.er-• Collier County Public Utilities Wier Cuinty Geovoth Mornt,tuision 3330 immune sra,i i,St&302 2886 South Horseshoe Drive Nap4o4,FL 34112 Piapletts,FL 34104 (239)252 5372 (239)252-2885 Wayne Malawian,P.O. Ted Pius Prultaci Mgr wereritstbtod n„ifkcjIgiggo= tralulisflcadialbl.o.g knairwar.r.A5140* •Plionc Lialiasar-Address-elitirity AE COM Technical Serviced,Inc, COM 3111 110 4415 Maim Nog.,Ste,404 12E01 World Plaza LII.,8819.51 Ft Mysti,I-L r3016 Fl.Myers,FL 33907 (239)278.7898 (239)9311-enori 60034011S.Briancon,P.E. Jane Voiliiins,P E. CgrifitC1 Clete', March 24.,2014 C820.8igill91st January 7.2314 Eta „n_g_ratect..finiskra: 5820,089.00 E1lii&gait0SLAM 31.727,244.43 CoinlegtalRitg; July 31,2014 cometaltori tbile September 23,2014 EgagstDemqgjigt PielocISIA Directional drilling tuna 111 30"111)1,Er force main,000'8 1108'lied Reglad ng 8,400 If at Flu Davis alvd,Canal Fterostabbehing inualitier wail alt)"piig wallo,open rat 300 of so'docile iron laces mamn. control sui repining atooan 81019 1114 fairs length Wes ri connoc110 HOPE tragoanai dill with a 310 plug valve,connect eiThre priouly on me Job. Extreme).ham 10.8111,039 onwurttoroct lLine to wooing force mein. throughout most of Ina prolect, A cast In place control weir wan hula 8 our forces in coordination 4111 Ilit'County&,91a SCV41402. „ . S:Ntoio0osf5111t.sh4reg Fi.r4fiNpv4..mr suommt 111 15 lbaiut 1 1 C EXPERIENCE STATEKiNT•SOUTHWEST DIVISION CIPPel Name' SC.WR).Orial.,',•aniroi Bloweown Disposal Protect Nemo; ARV Runt Program-Phew 11 Job Ho„750.13 JobNo 58(1-13 Owner 4,,,,4,, '. .,t,:ft.1.1 tt,I irtir.f b.9.AN .QMPLoo.A012-1,1-ooPorMer,L044notter-Berne-. Collier Camay Public Utilities Ceiba County Pollee Uillilia4 3339 Taoism!Trati E.,Sta.303 33301 eminent Trait E,,Ste 303 Naples,FL 34112 Naples,rt.34112 (2381 2.52.6344 (239)25242 Aurae Abbe*,PM Corrine Titan,Project Manager eove4aelitsettarsoacmot CoderalriaeLIPsellarteorrontl E.111001119footte01.911-Memo, CttilIDLAISP121.,.^..P.I1g1t; LPH Cdtp, AECOM 5001 Mona Si.Ste.240 4415 Metro limy,.Ste,404 Tampa,,,L 33509 Ft Myers,FL 33010 0131 285,0,135 (239}2757990 W Thief Wood PE Dustin Ghlaran,El GolgrEICI.D111.4, NOYeelber 14,2013 .C;J28871S1 DWI Jane 25,2013 Faset.Cooinact Au mat 5352,625.51 F,,.. t.ti I'1, '.. ;322,790.0C CALORIAIL1.20; Avgiat 14,2014 Goineletton Llate_:, August 14.2014 eagg 1.24,st,” P.19wcawrop.tismi, trate new duplex sump elation ineiliding an axle mann warwal, Remoen&replace over a hundred de felosto earves on mem* 2.3hp tuerriersible pumps,control panel,elocnorhagriette flow meter, existing force main Fries. Most of the replacements Increased ph metre&MC tu provide ph antra of effluent 200!)or 3'force men the size of the air release valve Pons a boa toe Vireo Men, was installer!to mate pump Mallon discharge to the Ow injection welt a WO1101 to the estuary moll system Is provided an an auernare chscherm leeadon einiect Name: Swallow Ave.Drainage,Phase 1, Project„Norm J 8 C DO Roadway roprevementa Joh No 79(1-14 Job Nu,940-11 Owner -AOrtielk-PieleCt.telehregt" ghEtt.z.M4frolltzZA,9a-M8080er-Floone• Cdy of Marco Island Caliber County Transept:Man EA trepr, 50 Bald Figgie or. 2805 South Foorseahoef)r, Marco Island,FL 34145 Naples,Fl.34104 Timothy Peter,RE. Julio Wore: (239)381,5018 (238}252.5702 reinterigebrolintrolaland.CALD fulimbleratait.966reethnet &10.1119.10.7...6051M.4.;„PlIgtlgi tingilleaf-LAdarrete.Phone AEC er Marco I stei ei,Inc. banal,Vetter and Brundage,int 573 Solid Eagle On. 7400 Trail flint 1200 Marto island,Ft 34145 Naples,FL 34108 (239)344,1097 Edward F Tryka 111,P.E. (238)597,3119 Cr218=D8111; June 10,2014 Cs991/310intEt rebraary 11.2811 11001 CrinIteCt.An'teurit $541,087.00 fittolc,900,Ammat. $1,480,479 30 CAMPIPtio.O.Prlit September 21,2014 C.40110/010111915. September 30,2014 P1182S112.0201698, E101ecageS430.1100; Install of 2 large structures and Int&metes storm Wan pipe systems Piejeci consisted of drainage leriproveinteitt,excavating existing from An minding oath* Approternately 505 LF of reinlorced concrete CMP and reale:dm web 5,080 II el now RCP Pip*. Extreshe ppo and 820 LE ol smooth will NDPE pipe Mac,slcrm mein,riliers %wale grading and the addition of 120 CalA1 Bonin slarvieres, and mina Miley wail‘and ewes gradin(approx.400 V). Sad rn addllen the road was widened in DWI deettieris funding In reniar.entere and MSC restoration 2-4 ft It en finntlIgn with a 1"overlay with raw monism and __, ;II.„In,, ,,, -- Warne and sod, PfeleCt Nein% SCWRF Proposed 30'&24'Force Main Phase I Protect Perms. Golaan Gate City Stormer:gar Drainage and MPS 306 Force Main Masotti improvements Job No.745-14 .14.1b No.785.14 fatr_t_eL -Andress-ProjecAlleetteSIK-PlICK1LE Ovmel -?Wrote,-Prolesi.M8J.wer.-,..PliarAt, Collier C.aunly Public laltilles Celia County Growth lAgmt.Dlr. 3338 lantern,Trull E.,Ste.303 2885 S.I loaeshoe Or, Naplee,rt.34112 Naples,FL 34104 Wayne anenvitah,P.E. Tad Ploc,Imamate, (2314 252.5372 (219)252-5709 trIsearialokettostrateurote5 TerglameseEreauseet Lnelneer.Atimes,,agra P118118, Hale Mentes, no 0,Grady Minor 8.Associates 850 Encore Woy 38110 Via Del Ray Naples.Ft.34110 Bonita Sponge,FL 34134 David Schmitt,I,t, Bowl Addison,RE. (239)252-2000 (239)047.1144 C4arafttclP1tl6 Jon.13,2014 ..gcgtrzt_p_pre; October 20,2014 Juji_cdmunammunt $410,677,23 Eln9t,c901080.11=14.11:, $525.318 25 C42.111egitaft,f= November 26,2014 Quilvgin Delp; March 11,2015 Protect Dirac:riskier, "' Ot Install one(11 30"Remelet HOPE x400'horizontal diredional drill Ince ikarrioper mid Wino*Improvements-Solative end teptited Maki and ono(1)30"diameter HOPE a 809'horkerilaidrecketell drill ierialing drainage siruclum end solved a;neural row drainage Won 200'of ductile Oen terse Met. InC144142 ail valraz,appurtenances sirussuins and niavints;in driveways,peewee*end sidewalk and reeterosiuto,.. ,, peteelm,swelel9rarlIngimal misc.elle asslorattur 5',114p1. If lastShanA t ets‘ExpettirceStStcrutraUL LS 1.6.414 1 1 C EXPERIENCE STATEMENT-SOUTHWEST DIVISION Vreigplignic„, Royal Honors Wooer Symern improvemeres,Phoso I Protocol Nomveritades City Wow System l.rpgreilit Pnoso II JO No.800,14 Job No,025.13 1,r - -4 r ti:-PJAIN-Maideo,-PhLvw Otatior_-.Addralu,21018stfolonnged.... City of Naples-Ubtaisr.Dept. Cay ot liveigladee CNN 380 Rrverside Cir 102 Copeland Ave. Naplee,FL 34102 Everglades CIty,EL 34139 AlySOn Holland,Deputy DoreCIM Moryor Sammy Hamlion,.1( I.239)213-4711 4230)855.3701 ataltivdersenitoinreisear. rearabarelaisqleaokeam 0..naineel--81,8aftsfr,,,,Phew: Lrlitirditi_TE9F.Lt; Teen Tech,Inc. Ailleficen Enghwarbie Cornuirallu 101300 Chevrolet Way,Ste.300 573 Bald Eagle Dr. Esteso,It 33928 Marco Island,FL 34145 Oren Mermee,PE. Racy Joel P.E. (239)393.1467 (239)154,1007 COKOL17K1 DOW' May 21,2014 cr_081111141,Pah74 May 25,2013 Lif_10.cOttrea,A.M2,901. 52,072,901.($ HEIttl...f.a1101.0AWASIN: 32,634,168.05 Coon[orating Da4ra Merit 27,2015 gritalekbn.D.811; Joneory 14,7011 Protect Dascrgarfor P.A.98S1Patsfithilimo., Repllrr 14,701)LF no ershpslot contteni wain(Mains Mit 4 Wch and R :ion eta new membrane filltalion system housed In a Inch PVC vaster insin,(2)10 Inch 1.4DPE dmittanal Mos underneath new slruo/una,upgraded transfer pumps,chemical systems, the liaehootniira canal to loop'Ihe sysleni Installation of 950 IF et 4 standby generator and coesiacieted Insitumeohniort and elostricro Inch PVC force main to replace detericaellna dtone Turco moil horn eupply,Inshallud to new TOMOS 111641 le the Copeland LC Station; ttn Offs Lel Stallan and mrprcht,21)0 LF a112 men corrugated PVC umparled the Comestown 6 Copeland Lb Stueons:upgiadca wile*Pones 6 fetaGOd existing PS roof It booster Notion. PZIrod Kum Loviribston Road(5 Water ASR System Well proJeciNging; WPP laandlOnerdmil Replacement Below Me LiSOW•MOM 2 Job No.730-14 Job No.1000-13. Qvirlef_44AllItILLI..!.(91041.Manarter..Phone' tli_vrial,,Agr=3,4,,„2aggildd9000.r....1111211/4 Calor County Public JIMMY City of Naples•Utilities Dept. 3n9 Tarsaml Trail E._Stn.303 301)Riverside Cir. Naples,.L 34112 Napes,FL 34102 Zernirs belTare,PM David Grob.PM (230)2500270 330.2114710 ZOokistisaleadkrehlateraiord oloriffelantitteay.sorn E0.31110-974.M1/0211,4.!...00110, LININLV-,',..182&8241-4-E.092a. COM Smith City of Mock.,-Utilities Dept, 2180 W,Firid Si„Sic,430 380 Riverside Cir. Po.Myers,FL 33501 Nivea',FL 14102 Jason Sriandros,Pk, DaMd Crab,PM (230)936-0800 230.213-47111 cientrataftaht, Dveirratior 11,20(3 ri9.58.3111-0.0191 October 29,2014 f_108.1S4988.82-00blia 62,551,180,45 EkleconlfectEm-2.91-k $64,728.00 COMP.1.9-1081.1.1.0% Janorrry 30.2010 Qamaidszn.kalz. February 4.2015 etcatml28.1181bIl0a. Pa1tELEAS500,120: Orkeng&testing or WO Class V Group Three ASR Aeolian woe system, Removel or aub-ilandard HandiGuardrad Systems In Wee areas designated AS12.2, Construction of ASR Pipeline. trotooketion of Owe of the Water Ireelreent Kent with new aluminium Fiend/Guardrail g10/111.1 mechanical piping and%olives.etechhoril equipment end colonel Systems meeting OSHA Standards etaaprnenl removed to provide space(or the retorired wed drill*Wel Perform all associated misc.wont.rasoorailm ar10 aronuli. .„ ,.... Protect,Name; Hitching Pool Focco Win lihrsvosnlerds FroleCt thello• Vandertib beach Re I Soudibay Or. Job No,1425-15 Water Mien forlooshon Job No.050-15 0848or-A/811104.--alblbeaddiaittio_Allatie; Collier Courtly Put4te Ulliaree Calker County Pottle thditles 3339 1 onleml 1 roll E.,Bubo 303 3139 Temtenti Iran ii,Suite 303 Nepali.IL 34112 Naples,FL 34112 Gary butler,SFoki 011114)Cued.PMP menadtatagOlibroott donaeirKelmikaatuDal (23E)262-1377 4209)252-1988 rhUiritiet:..Mtat. Et0d1031...40 .801a Johnsen Engineering,Inc Agnati,barber and Swinge,Inc 2122 Jolinson S1,14.0 (Ocx 1550 74110 Tornterni Intl N,,Ste.200 Fal Myers.FL 33002 Naples,FL 34108 lAkehnal:hooey,P E Dominick Anita/.PE, onetelothalueoraboste instefebbonsAnars (230)451-2465 (2310 597.3111 rd/liEiriliAllt. March 31,2016 CerIlloic.1.91tot. Apre MO,2015 LiggiSigryiezAngum S174,913.00 6311LCQUI1IERA31v/Mol; 3128,287,0C C.211112.11e111.12.4181 July 1,2015 ' rody_ogkketPjgg; August 7,2015 ereleO1POS011etiV6. E5l04l 12.0101620:. Install 8 Inch Wastewebar For-outman Pipelines.Valves,Air Release Irestelladon of approxlmatety 059 LF of new 10'water mein Vohs*and connect in existing system,tack and bore ea-osseous,backlit', Inciudeg takes.Nang*.mid"'beans,fre hydronle.MOT, brking,&met%dl,pavement end reatorelion,pushing&pressen: downtering,reAtTIMAli and disposal of asDanlos concrete water tooling. County attached materiel, mein,beck laling,oomprocbon,sod,lendscaraing,!cavern ant, sidewalks,driveways and toed raelorribon slo,nastie I it*AShaki i kAtventme 5tuarneit 01 15 art.41,31 EXPERIENCE STATEMENT-SOUTHWEST DIVISION 1:V91901,Na:3M SCVVRF Grit%totems/1:Q Pump Motbfictillon erleralsom NCINR*,Victoria Pion keno Mein 1 1 C Job No,950-13 Job No,095.14 re30419L.:“Z' 0.10.111_,..2G4091.61enatoor..Phone: OW1164„.. MOICAS_:20.1143011.4iinaner_-Mink , Collier County Putstr.Utilities Collet County Public iJilas 3330 Tedilaint Trap E,,suns 303 3339 Tomlomt Tr*,F.,Suile 101 Norden,FL 34112 Nophrs,FL 34112 (239)2524214 (23c/)292-0372 Oscar titerbner,P E Wayne xariovich.f1.e. ersertneertieftsollerstanst netnelvekeichssvister swot! E.111110M4ItStfitgwAtting.. LIttattloor.:_ftlittil...7...F.fttlflit: 1 loie Malls',me Hole Montan,Inc. 9$01-1con)VV*/ 093 E nacre Way Naples,FL 34110 Naples,FL 34110 David Sebon,P.E. David Schmitt.P.E. 4239)254.2000 f230)2/44-2000 P.10.14001,P141r Jane 19,2013 coeirvl, Oanber 1,2014 4.• bi ,, 4 o, ' 5I.522,124,59 Final_CmitrAcf,__Arnitunt., 1247,020.24 c.Ingml,.. ..ftegi Apra 30,20thCefillfifillefl—D.A= June 15.2015 radOg.P.I.eirifte.i ?Awl Description; Remove 3 exisling firrl tiesseita systems II pumps:aoknanict new Innalh 1300 Li Fr PVC force wed. Eiternato oxstaig 24" equipment pialfortn&Instalt new elasniflars.pumps.'ted&drain Pining race mains,hot lop&bold 24r 0b098 ground Intercoronaco. Upgrade 6 modify todeang=trot syslenin. Ranee 3 solseno Gal king ConseurA chain linkenclosure. test all piing synlatoos and dynamic avostelove, SlracWiel modalcaboris of bulk/110, fferflovw restore romarsrlaciere&reinstall 3.16 E.0 n141N3 Pores. — . . ErgiepThiamt. SCRWT Llpgredes In 1103o19 ttenoe Panurnel, &enamel Tribe-Decanter Itaplocaroenl Job No.570.14 end PAW WW1 P Improvements Job No.7 IS.16 0100ft-:Ji4d0OWt....XiSilac114504119.L.:X=114 QiN1191...:,601E231.7.219.1sEilMe101091...F1tOne.; Coffer County Public UtAtios Seminole Tribe of FIorI4n 3130 Iterated True E.,$uite 303 31(2V ft%ale FId.r hovels.Ft,34112 Hollywooit FL 33021 Alicia Abbott,Project Molager Ankita Patel.P.E. itikticreatattsonekscsan (239)352.5344 000)525,5370 Pete -Address•Phone; COM Smith C HAI Hill 21130 West First St,Ste 400 550 W.Cypress Creak Rd.,*AGO Fort My444,Ft,13901 Ft.Louden:Ode,FL 33300 Jason St:Andre,P.E. Ron Mattingly,RR, EittlendtatIvalchrs,csan (239)930.9900 c0511,11oLD0116. August 13,2014 296119011),140- ktny 28,2015 Et!cesha60 1268,400.00 nantcyrilrackAam‘aili. $392,571.91 Comfit/kV NAP: September 3,2015 C0WRIC140010at0 Reetember 11,2015 U.02.10.11slEf..01199:1 eLffkifiLDSA010420i Provide end Installs*receiver nsenulacivrered by Jamison Prattle:Is, 0412 Gyptess WI r-instilled Nequeneing 13411411 rentaan decanter Flesh,pressure Intl and Mania:4 the new systole.Install pressure modifications Including new VED's&conlrol ponst:%SR Onset gauges end i.inInia,166,03,1A ir11164n9 10`11641166,,pilver061 w1111 510' waste sludge piping roodlicallons;Armacn btsvar creadiarge Zorn Willens Moine 37SAS1 Naw rdp6.owl Winos ow hood with piping riddllicaiions;Equalization Basin SJUrnersible Pump Ceranitp sr PL00•Ctsernic Epoxy, Paint all now and owing aping, Station 6C661,MedificaleiOnt;Ort tyak61160111164 panel and salving and the eranor ol the pig receiver. Replace lemincapna and compressed ail soRply system rtearilIcenorts;Screened irtgalinn wastewater Widest piping maffillo00004 Proinot Na/046' Livingston Rd Walhalla 11660X41n6C.1 Prolociblamez Sooth Winds Drive Water Stain Upgrade Jot,No,1426-15 Joh NO 1433-15 , .i'd,' '"0....4 1.44. , s. -4' 4V4: 3 CoR.o C'Jkinly Public UlILfoo C4y of Naples..Lownes Deprotnent 3339 tasinsoi trod 5.,Ste.333 380 Filtawslcle Cede Maples,FL 34112 Naples,FL 34102 Wayne barlovich,P.E piece Graff (239)252-5372 Arve.(9.nseltaite. Wronin4r/erkbE,pellinablant 4239)253-5894 fillifig.b.t...-Eildretii-Phone-, i400411.E9f..-...40.410E1„711.1911.0. dentition Eligineeriso City el Naples..Ulltlen Department 2350 Staniced Ct ?An Riverside Cede Napes,FL 34112 Napiev,FL 34102 (239)434.0333 Jared WWI,P F c09.1.06L.PJ040; Apill 27,2015 ,conjractsygg: July e,20i 5 Etutrawrizegito; $41,623.00 RIO Clotted Armed. $119,390.00 Lion).9.10P.X Clati Aapunt 29,2015 C.91101101LOED_P* September IC,2015 Protect nescotop., efoLgoili9g41999131 Installed a new ow'or*upp1196 10 MO pw:I0 main and shove ground await of emproxfinehily 7294 of 6"10inlat enain pipit{). Praided interconnect assembly Molts/Pig pipes.valves and Nines all restraint Minos for deflections,trearilitos,and ow, Disinfect weirs nes and fiusn. Connect new services to tending wow motets,remove old Eta hydi ants and cepipitig valve, plug old scnfOn OM,and meters alt roads,tide:malt.curbing. inigallon,driveways,iandscaping. „--- sAitunies tliosVitlano FlrelEiTniettzs Statement 61 15 MAC% EXPEDIENCE STATEMENT-SOUTHWEST DIVISION nagrationm Mogen Pen Road Water Main ninrovements erone.-LNerne.. ANVTP Rause Penni Replimernstid Jeb NC. 760.15 Joe No. 810 14 ,031naL_A01111.0W-EtA1151/161t, Owner -',darns-Prefect Manailer,,,plexte, Colter Oaenty Public Ulth1104 City ol Napkts-Utilities Deportment 3339 1 Sentanto 1 rail F.,,Ste.303 380 Riverside Circle , Naples, I.34112 Naples,It 34102 Orono t)uer I Covld Graft t2.39)252.4218 ,tatatOrmalthia.103) lbsoetIvelbfolosatexell (238)253.5004 Effittlesr..t.A018034.42.11000. L.11912r F:.AMMs...:2.6.11V,„ Jultrisurr Eno seserno Tees Tech,Inc, 2i22 J011,1,3011 St,P.O.Rex 1550 10003 Cnewdlet Way,Ste,300 Fort Myers,Ft.33002 Estero,FL 33828 (239)334,0048 (239)3901467 Abased Ditatear,P F. fradthanewreesaiare cia3101a1.121119.: larch 10,2015 1ontract Oahu' Jur*11,2014 E-410-tk&-Crs11012.9.0L 3591,13130.46 Lirs_Lcarliar 11379.972,75 CM119/91/911.12111.e, December 10,2015 CsiiTtehltn.5ktie; November 13,2015 etolo0 obiorkkei Eagolikwittlim meson of 440n Ir at 12"dreier Mein And 15110IF of 6 tomcat M . Intlallatletri Ot 1 new 600 1IP Von'crit habilis Pomo OSSOC1111011 Dare and pall It approx 1000 1 F of 12'1,4,1 under exlm0 canal I creek piping end valves Provide and program 4 new VFO's for the Grout F.Can 5400IF of 12'WM.miedny 4500 IF ef Aarrbalt sidtwasik. 4 Reuse Water Pumps Replecernent of coneola far the*imps Concrete and aspiring restoration of drive and walk ways tot 20 residences, and prosrammlio,Remove Old 140.0 mitt provide new HVAC Removal&Disposal of t 290 L of 0"asbesion Gement Pros clods,'0 old 15 ItWt Walt mamas ....,...—„„ ... , Piniv0 Nene. Pelican Marsh Bernardo Scheel Wale(Service Priest Rams: Bay Wets Wider Main fLeplec.enierrt Replacement .101)No,6a5.15 Job No a44(,.15 00,1114 -Address-Proust Manager•phone: Owner-Mat211,2.T9triLt.e. 11. Corner County Piratic UtiRkre Colkar County Puteic Wales 3331)Tankard Trail E. Ste.303 3339 Tenderer Trail E,.Ste.303 Nankin,',1.,34112 Rapiers Ft.34112 Nathan Beak Diens DUer, OM 252-2583 (239)252.4216 ogeseplar, 1.5010-11ttlaseIlleanav,ret f neInner•Address Mane f minkat:..A4tiv.m.:.rim O.,Gordy Minor F.Associates,PA, Johnson Engineednd 3800 Vla Del Rey 2122 Jaime:in St,P.O,fies 1510 Banks Sorinits,FL 3413-1 Fort kayo*.FL 33902 i239",947-1144 1239)3344046 Justin Fradeolkeen,RE, Michael Drckey,FL. ikarAlanitlattiltell006610 11310.1ehestromatistra Contract Dote; November 11.2015 reellz8.146 May 11.2015 Etna Contract Atno991. $100,1330-45 Fino1,.. eolrect Amount. 3442,671.00 Centntetienctota; February 17,2015 Catnnitlibti rebrtsery 1/2010 Noise'Desert/Wok ef.FLOSIP92011.1915, Install a new 101A11 1113PE water Servk.e to the Petcon Mann School Install Acores.2500 IF 014'and 6'0000PR 14 PVC Water by directional*Ono under Airosel Milano Hdeel 0/E01 to armory Ii an WIC.onto valves.install 1water services,waned to existing exialinu 10'DIP water nerl,instal valved,adaptors,Mange,ate. welt Mrtift,cot In sewer clean Ws,abandon 5 smut royally Carmen to nrhoorrs metre assettlay.Odom*realoreltrso.handrail wake-main. Furnish&instill permanenl tit1170 ground blow-Lars, roolacrtment.air relsone valve. Groot 6 abalone Iher aviewp ir 01P Rosloradart of tendscapino and sod. w1114!Mw14...._...,110,...1!11111....116d _.,P11,,.!..1.?.V.11"d trid Protectefielre: NOW Ii.) Waite Main Abandonment Phase 2 F.1911.1SIN0010: Tiny Colony Shone Fee Mao Cerworston Job Flu.1445 18 Jab No.590-15 Owner -Address•Protect Maloney-Pharke Pt 0.1.: ...tit- -• t.,. . ,.1.,...,,t- cosier Caaily Public Olt*, CoVior tittuntr ItiAlgtc wanes 33,39'lamina-II Trail E.,Ste,303 3339 Tarniami Trail E.,Ste,303 Naples,Ft.34112 Nolle,,Ft 34112 Nathan Beath Dona Oued (239)252-2003 (21.10)202•4219 tiathediathrsaturecerd liNtrafitarldocalinacovott f mariner-fidOoNS1,P'hone. fiXIM...;..13110L959.:„...rh00.0. RWA Eng ittoot It tv Ii Grady Miner 6 Asemsten,PA, 0810 Wdow Park Dr.,Sle,200 3800 Vur Del Rey Naples,FL 34109 Bonita Springs,Ft 34134 (239)097.0575 (232)947-1144 Mink Suva.P E. Frank Feeney,P.E. MtsolasAterudkrendat iterrerferadrminetrers cOaltrociLDOie, November 20,2015 ',901LittlPSALt March 19,2415 f lon1 Contract,Anirrent $185,910.58 E0.111.-C12111930,80513110t. 1577,815 77 C001140011.P.SLO, Match 10,2016 csOLTIONOn 0111e; Minch 2.2111(1 Protect Cesonmsh; noittstikosteltgetr Abandonment&grouting of nerd ex.0011011 of 8'water main located Convert mangling fita main system to a sots*water systemprirnetity waren thomettlen Cl Airport-Pudins Rd.bessoen Pelicnn Marsh New wale!main construction to extend the system and Mies E laniantary&taxi and lminoltsiee Rd. Disconnect 5 locations from err oatmeal Me est:tong lire main, Cleaning,Waning.disinfection extralrio LC voter main and connect 3 locutions 10 a It water main, 1 urout Me abandoned te wntor mast one F.bucterfolostical chnearros,extension of row vadat itirvitta, new wilier melon and backflow eekes,testing water main systbm abandonment end talitor011On. ‘:t.i44r4oc FliaAilianst FPor‘isorrisoo%mown Ol t5 Mee EXPERIENCE STATEMMT-SOUTHWEST DIV oNp 1 1 C LAS11.County Barn Rd.Slormwrger imps swimsuit profeaftgagg; Pump Station 151.00 improvements Job No 700.14 Job No 851.15 Owner -Andress-Protect Managet-Phone' I gOYEXL:A0Flit234. ,Rrstimi Manager Phew Collier County Transprention Engineering Cutler County Public Wales 21105 S ,iorseshos Or. 3330 Torniand Trail F,Ste 303 Naples,FL 34104 Naples,FL 34112 (236)2512686 Corinne Than,PM James Areal',PM (239)252-4233 liteltitoredirunterny,w .,areinfildfi'vorttenwei.ost E.ad 1 rett tot 0.; EnaincrattLed4-__Xttfant Ninon,Barber end Brundage,.inc. Stallec Consultor)SendLea,Ha. 7460 IasTheill 1r00 N. Ste,200 3,200 Bailey tom Sta.200 Naples, L 34106 Naples,FL 34105 (2391 501-3111 (236i 0494040 EtlYand Kelly Blahs, kin.,101Ittedon1sszte gnatitei..Datt, November 18,2014 frtlitltoalMes February 20 2015 ROI,00100 Amp". 517.01D.t3210 Feat Cataract Artraunt. $428,301 71 0.4101111/120.111Z Arall 13,2010C.-.M0NLO11.1201.0-: December 3,2015 CO216S.1kelirr0R10.3, °Nonage Improvement praftel covering 2 Mlles on bAir Sere/01 the meet Remy*and Incise 12)20 lIP roarmertaAte purnos,elboWs, T hoer-311r(,length el the owl was Aeons°wIln anon* 130011.01 the MAL elect:10441 dpOrald1,1%,mumble frequetCy dnues,pump station toad completely reconstructed with new signalizellen and aliplage coned NICIdRLIftf,control riStaMennefr-telents,Closei throughnut meal. Dramoge Included 1200 It.°lbw culvert. emergency pump. lIsa Wont also Included a wetwall coating 400011 of varying sites of RCP pipe Min approx.30,lectures, system,necherge pearls*110140 pole varlet honetrbty, slaboltzed rowans drive,weiwall bypass cannatterio,relocation vrahoi warwit.io,tooth soled Uermatiliom ard site restoration. N0RWIP Chlorominatkin Imprevemeits Prefect Name' J C Blvd.Phase Ii OsidaF linproverneds Job No,512.15 lob No.942.15 N35r....:1,,ttikorruirattr.lit1stut,Proom- Ownlif -AddIVIS PratsbaKinilleLt.EINOS6 Collier County PutrhellillIdos CoXiot County nonsportelion Eniplaentig 3319 Tastier*Frail E.,Ste.163 2665 Horseshoe Or.S Naples.,ft.34112 Naples.FL 34 104 Tom SiVgd,PE, Junto OldOrMi,P.F. (239)262-5376 (230)252.8102 TsManealPsnlihrtawaet 11111t11:Inlmortlihnilterthwq eassnovL 5.0.01.01111.7.A0.4.1.1i1E.L..„Phagia; CPH Engineer Agnott,Better&Brundage,Inc. ii I?F.Robinson Sr.,00 7460 Toluene Tial! Orlando,ft 320014025 Naohtra,IL 34106 (407i 425-0452 (239)592-3111 Molise LAO8,P F Daniel Brundage.P,E. aisnildesshrornsom Slittaticsilletkomyrn .C.99.116c1Date; -My 27.2015 gene-del DaleApra 14,2015 Einet,Cutdttsitrtemna 1102.051.70 FinrticgdortAttttttret 15436,203.00 Moy 20,2616 ComPlelion Juno 14,2018 Elogyr Destrlutlin Installation or Wee new snropting Motormen's,all manilla httee,,armThis was a drainage itriphWerti ere prolecl Cosigned to Improve seddie wrirecgont,valves,switches.back pietas,candid,instienenterion flow of clormwelet 6 replace coasting damaged pipe I tall1440, and rorarnes APEPIfidry to automate that disinfection nychen. Insfollaton Inriudet1 appals,15000.of new RCP Om cleaning arta deratel of 1300 ft of meeting ono and tnstalloOon 0411 new structure a boadwiels olds 22 aro Meted ends. viotagaidam, Immokofee Rd./Corer Bird.24'and 16"Forcomain Jolt No.024.14 CrOlf0,....M002.41_-_CArglect.Mtmes. horre; QWfter....-:„Ntirptit tRoislitrUnaget.t.MM Oehler County Public 1.11100es 3339 Tennant Tree E.,SW.303. thcleig.FL 341 12 Cfrile Peer.P.E. (239)252-2554 cajeyieirk.sukrgetpei Eiddieet:tAllnit.:„.Ebgat CH2M HO 0(101 Patten Bay Olvd,,Sits 605 Naples,FL 341011 Big Oluimar,P.E. (239)431..9222 Del 6ranarfirCII2M,,ann Ceraletel Pate: November 24 2014 fintintia$0.; 904.1..Q5intiestAfilettfiti 1645,044,42 611411-Crots/ELLaaagnt r:ornoiteton Oale; May 12.2016 ca3161011.01LQat atoga,piaokroc„; PIS115aDSItaRkia instaleiton of 24*1Nasterwater forcienaln ato(1g I mnickaire Rd.:connect to existing OA ware at Ertp/mnade Country Club ran la Hi Glum Back Rd. part of which wens enclosed in a 42-steel casing. knotted(2)24"Walla, water forearm:Ono tanning northward along the oast 4140 of Broken dock Rd.approx.050&capped. Installed a 10"rotterrlatf to canned to the Culler Prbal,forcernain over the canal then lamed nalhward to a directional drill untie Irnmoktgee Rd.10 lye to(3)24'maim, Removal of existing 16"torctonnin along linntokates Rd.and Mandan uolno Foestsneed illes1Erparienceltmernent 61 15 185350 EXPERIENCE STATEMENT-SOUTHWEST DIVISION 1 1 C INtyabje ra 1 „. ,. 1 _ .. „. i.4„Napio4 1 Ittn414an vd KW%\Experi`efirm 1tator0ftra 0115101w 1 1 C TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Descrip ion) (LF,SY) 1. ) 0, Or i sv 4 t.00 2. leptlit if) s, 00 ;0:. C: 3, 4. TOTAL$ I -0 I 00 Failure to complete the above may result in the Bid being declared non-responsive. Dated 1011/16 Douglas N.Higgins,Inc. Bidder BY: tatilqt 1`7, Construction Services Agreement for Public'Attie&Revised 08132016 11C C. 7w Co swtty Administrative Services Department Procurement Str ocos Di:isvn Immigration Law Affidavit Certification Solicitation:16-6894 Heritage Bay Master Pump Station 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"stbidder'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 enrgllment in the E-Verify 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("INA'). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA, Such Violation by the recipient of the Employment Provisions contained in Section 274A (e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's Bidder's proposal. Company Name Douglas N. Higgins,Inc. Print Name Kelly A. Wilkie Title Vice President Signature Date 10/31/16 State of Michigan County of Washtenaw The foregoing Instrument was signed and acknowledged before me this 3l st day of October , 20 16, by Kelly A. Wilkie who has produced Personally Known as Identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Sandra K.Garrison Printed Name of Notary Public I-/0 Vit] ,LCI Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. SANDRA K GARRISON 18 NOTAPY PUBLIC-STATE OF MIBMIGANn Services Agreement for Public Utilities:Revised 06132016 COUNTY OF WASHTENAW My Commission Expires January 10,2020 1 1 c Company ID Number:364882 To be accepted as a participant In E-Verlfy, 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,toe. R Suzanne Hawker Name(Please Type or Print) Title Electronically Signed 1011512010 SIgnaluro Data pepartment of Homeland Security Verification Division USCIS Verification Division Name(Please Tine or Print) Title Electronically Signed 10/15/2010 igUiTature bets information Required for the E-Verify Program Information relating to your Company: Company Name.Douglas N.Higgins,Inc. Company Facility Address:13390 Travis Pointe Rd. Ste.A Ann Arbor,1V11 0108 Company Alternate Address: County or Parish: WASHTENAW Employer Identification Number: 38160774S Page 12 of 13 E-Verify MOL)for Employer 1 Revision Date 09/01/09 www.dhs.gov/E-Verify 1 1 C E, ''' "' e i ' r . 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 thau I site?if yes,please provide the number of sites verified for in each State: . MICHIGAN I site(s) i FLORIDA 3 site(s) Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name. Kelly A Wilkie Telephone Number: (734)996-9500 Fax Number: (734)9%-8480 E-mail Address: kwilide2004yahooxem Name: It SEzenrie Hawker Telephone Number: (734)996-9500 Fax Humber, (734)996-8480 13-mail Addrus: rshawker@johoe.enin Page 13 or 131E-Verify MOU for Employer 1 Revision Data 09/01/09 www.dhs.gov/E-Verify 1 .....' State of Florida Department of State I certify from the records of this office that DOUGLAS N. 111GGINS 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. 1 further certify that said corporation has paid all fees due this office through December 31,2016, that its most recent annual report/uniform business report was filed on January 7,2016, and that 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 Slate of Florida at Tallahassee,the Capital,this the Seventh day of January,2016 , •-•iwilik. .....1 I, • ..ii `"L•\' . ,1, 1.-.:' :i'"! re Secretary ofState '441.4213.e. Tracking Number:C04525019233 To authenticate this certifieoteotisit the following siteon ter this number,and then follow the instructions displayed. https://services,sunbizorg/Filings/CertilleateOfStatusiCertificateAuthentkation 1 $1. Colter County AritrinisiraNe SWANK Dapartrel Po mug,'vA SHWAS N4F,I0 COLLIER 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 the following 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 arid return with your quote or proposal. 1. General information(provide all information) Taxpayer Name 1.5• . s H .` s .11 (as shown on income tax retum) Business Name Same Of different from taxpayer name) Address 3390'1 ravis Pointe Rd.,Ste. A City Ann Arbor Slate Michigan Zip 45103 Telephole 734-996-9500 FAX 734-996-8480 Email Dan Iliad nhiggins.com Order information Remit 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 Tirandyllrairinhigginscont Email t $ I, a), • • .1.B.S.00113 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 Cc)3) C Enter the tax classification (D=Disr:!ardoci Entft C=Cor • i1onPPwlriorehfpj. 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 38-1807765 _(Vendors v$tio do not have a 11N,will be req wed to provide a social security number prior to an award of The contract.) 4. Sign and Date Form Certification:tinder penalties of perjury,I certify Thai The information shown on this form is correct to my knowledge. Irv' •too'vs' Signature Date 10/31/16 Title Vice President Phone Number 734-9%9500 19 Construction Services Agreement for Public Mies:Revised 06132016 1W 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 thatsince time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby exp'essly 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 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 Three Hundred and Twenty (320) 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 Five (45) 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 Wilkie , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Kelly 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. 20 Construction SMILE'S Agreement for Public Utilities:Revised 00132016 1. 1c (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. Iiiggins. 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 ViaiSsart Kelly Wilkie,Daniel Higgins,Brandy Bartolone The Vice President is authorized to sign construction bids arid contracts for the company by action of Its Board of Directors taken July 1.2ØI ci , 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 Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. 21 Construction Services Agnssurent for Public 11111111m ReViseti 06132016 it C CERTIFICATE OF SECRETARY The undersigned, being the duly elected secretary of DcuillaS N. Hi ins, 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, 2016 and that said resolution is in full force and effect: "RESOLVED, That the following listed persons are hereby authored to execute, on behalf of Douglas N. Higgins, Inc any and all contracts and documents." Brandy L. Bartolone / Daniel N. Higgins j4 . Douglas N. Higgins David J. Wilkie Kelly A. Wilkie Kelly A. iilkie Secretary Dated: July 1, 2016 1W DATED 10/31/16 Legal entity AI ti-t44: BY: Dowlas N, Higgins, Inc. Witness Name of Bidder(Typed) ,,,, Witness Withss Va. 4.t.tiuka, Signature Vice President Title STATE OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 3101 day of October 20 16 , by Kelly Wilkie , as Vice President of Dougla,N. Higgins.Inc. , a Mich'gap 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: it--/0-e?1/41, 44,‘: 1 ..„4.., 4.S. AAAJ,A A i (Signature of Notary) NAME: Sandra K.Garrison (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: SANDRA (GARRISON NOTARY PUBLIC-STATE OF MICHIGAN COUNTY OF WASHTENAW My Commission Expires January 10,2020 22 Construction Services Agreement for Public Utilities:Revised 0132016 11C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Douglas N. Higgins,Inc. (herein after called the Principal) and Uarttoyd Accident and Indemnity 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 Hartford 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 it the attached hid 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 Heritage Bay Master Pump Station Bid No. 16.6694 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 thereo' 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 31st day of October , 2416 Douglas N.Higgins. Inc. Principal BY /,'-d(v. • (M (Seal) 'G H. W+((�-4& ‘ inti '; -r a tf8rd ccident o1 Indemnity Company Surety y , II Y ,ti r1 it C. ,, OWA_Attorney in Fact (Seal) Rt .i •; FL Resident Agent Countersigned —DNA"-"- •. , . , 111. Local Resident Producing Agent for Hylant Group.24 Frank Lloyd Wright Dr., P.O.Box 541,Suite J-1100,Ann Arbor,MI 48106 23 Construction Sorvicas Agreement for?ubilc Ulihti©s:Revised 06132016 Direct inquiries1Claims to: THE HARTFORD POWER OF ATTORNEY , SONO Tii12 One Hartford Plata Hartford,Connecticut Oe poreeCialmregthettarrfeetcorn co4:880-2664180 or fax:860451-5835 Agency Name: WLANT GROUP INC KNOW ALL PERSONS SY THESE PRESENTS THAT: Agency Code: 21-211417 El Hartford Firs insurance Company,a etnporution duly orgatuzixl under the laws of the State of Cenitecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana FT Hartford Accident end Indemnity Company,a corporation duly organized under the laws of arc State of Coartrxtieut Hartford Underwriters Insurance Company,a corporation duly organized under tile laws of the State of Connecticut I Twin City Fire Insurance Company,a consolation duly organized under the laws of the State of Indiana I j Hartford Insurance Company of Illinois,a corporation duly organized under the lows of the State of Illinois Hartford Insurance Company of the Midwest,u cotixtration duly organize]uncles the laws of the State of Indiana =I Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the Slate 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 uniimi Led Heather H. Johnson of Ann Arbor MI, Suean Hurd of Dublin OH, Vicki S. Duncan of Toledo OH, Monica Mills, Kristin A. Pudvan, Dawn Radabaugh of LAKE MARY, Florida I their true and lawful Attomey(s)-ln-Fact,each in their separate capacity it more than One is named above, to sign Its name as suretypes)only as delineated above by 0, 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,end as authorized by a Resolution of the Board of Directors of the Companies an May 6,2015 the Companies have caused these presents to be signed by ils Senior 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. ,-..., " •rer 4 ,,,,4;,,T - . i(44 . ,4,;(7,./,‘',.. ,sAirtioati4i, 1,.• ?, • 00..% • .07i, . '. 6 , ,k I 0-.ru. -•iixt J— 1 is . al • . 41 i I a ;.,I , I ' J ,11;:,,t.,-...p:',• N., .0,:•m•toty. %mat il,/ ‘,.Salt la 7 a ilif , 91 t ,,„ • '‘‹ --„.: ',.,:4--k--!..„4- -47„.„„," c:, . ..,,, •,,,-;;;.:. 41-4..,,.. ik, ;$5-' - ..- . . John(fray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ) ss. Hartford COUNTY OF HARTFORD On this 11th day of January,2016,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 Senior 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;tnat they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by Ike authority 0%7 /7: M ,-A Hoe H.SIninko Notary Public CERTIFICATE toy Cominifition Expati Mandi I I, I,the undersigned,Assistant 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 Ail force effective as of October 31, 2016 Signed and sealed at the City of Hartford. 3 ir,' , ',,j494.. -fr.,',.i Pso,""hiti, 169* '•A 0".•.4 ir.......,44.1 ' 'r alp/ liji .,' , I-- ,,,,i .i,,; ,ii' 11107 • r c . . - . .1 .. .... .. ....... /Al.", Kevin Heckman,Assistant Vice President I.V..Mk 1 1 C BUSINESS CONTACT INFORMAllON Douglas N.Higgins,Inc. (Firm's Complete Legal Name) Main Business 3-390 Travis Pointe Rd.,Ste. A (Address) Ann Arbor,MI 48108 (City, State,ZIP) Contact Name Dan Iligitins Phone No. 734-996-9500 Title Vice President FAX No. 734-996-8480 Email addressDanITradithigginS.COM. ADDITIONAL CONTACT INFORMATION Send Payments To (REQUIRED ONLY if different from above) Douglas N.Higgins,Inc. (Company Name used as Payee) 4485 Enterprise Ave. (Address) Naples,FL 34104 (City, State,ZIP) Contact Name Brandy Bartolone Phone No. 239-774-3130 Title Vice Presidem FAX No, 239-774-4266 Email address Brandyficwanhiggins,com Office Servicing Collier County Account /Place Orders/Request Supplies (REQUIRED ONLY if different from above) 4485 Enterprise Ave. (Address) Naples, Pt 34104 (City, State, ZIP) Contact Name Brandy Bartolone Phone No, 239-774-3130 Title Vice President FAX No, 2;39-77k-4266 Email Address BrandylVdnhiggino.com 24 Construction Services Agreement for Pubbe Writes:Revised 06132016 11C THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Procurement Services Division BIDDERS CHECK UST 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, Immigration Affidavit completed. 7. Certificate of Authority to Conduct Business in State of Florida. 7. If required,the amount of Bid bond has been ticked, and the Bid bond or cashiers check has been included. 9, Any addenda have been signed and included. 10. The mailing envelope has been addressed to: Procurement Director Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 11. The mailing envelope must be sealed and marked with Number—16-6694 <ProJect Name Heritage Bay Master Pump Station <->Opening Date—October 31, 2016 12, 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) 13. If submitting a manual bid, include any addenda(initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.nettbid. The system will date and time stamp when the addendum files were downloaded 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 ke i 4 t Vice President Signet &Title DATE: 10131/16 25 Crnsirun Services Aereement for Public utilities:Revised Ot3132410 1 r STATE OF FLORIDA �' �;a� '` DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 1 C ' „,,..-:,..'% r CONSTRUCTION INDUSTRY LICENSING BOARD 850 487-1395 '.4:e..41, 7 2601 BLAIR STONE ROAD 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 nearly 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 baro que 1 DEPARTMENT.OF BUSINESS AND restaurants,and they keep Florida's economy strong. ��� - PROFESSIONAL REGULATION Every day we work to improve the way we do business in order z CGCOS0189 i b 08117/2016 to serve you better, For Information about our services,please i log onto www.myfloridalicense.com. There you can find more CERTIFIED GE1+ ONNTRACT(R infwauation about our divisions and the regulations that impact HIGGINS,DANE v, ` o` - you subscribe to department newsletters and learn more about DOUGLAS N HiG, 1 s'. the you, initiatives. �, Our mission at the Department is:License Efficiently,Regulate Fairly.We constantly strive to serve you better so that you can rs G ERTffitiEy under the provrarssn� of Choles t s. serve your cusio sers. Thank you for doing business in Florida, and congratulations on your new license! A 3+,rata rre�Tacase DETACH HERE RICK SCOTT,'GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD ,`T r,, t.Irase NUMBER r , c coeo,se _ , s The GENERAL CONTRACTOR , Named below IS CERTIFIED 8Ar Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 13 HIGGIN3, DANIEL NORMAN . DOUGLAS N HIGGINS I t R 3890 TRAVIS POINTE R. ass . .`1 .i. SUITE A BOR ` Its 1 X18108 - r ISsuEO: otttfiiit ti'” ""--' DISPLAY"AS REOUIR e LA► s SEti L16sit3txiititi2s5s 11c COLLIERCOUNTY Bt'S1NESS TAX BUSINESS FAX NUMBER: 000464 COLLIER C{7UN1 Y TAX-OLLECTOR 2800 N.HOASE$96I t RIVE-WAI..Es FLORIDA 34104=(239 252 2477 LIS!t: WEBS E A :www.coIIic lax corn THIS RECEIPT EXPIRES SEPTEMBER 30, 2417 i M DISPLAY ATPLACE f�F BUSINESS FOR PUBlz IC INSPEkTION , LOCATION:4485 TER, 13E AVE /A' c FAIL RE TO O -O IS CONTRARY TO I CAL LAWS, ZOt ED: INDf TRIAL iC 1 ('t ' '= r y e , r + THIS TAXIS tsS�N=RI=i=tll~I .BL>: - BUSINESS P�1bNE 774-31,'0 CORP`' , P CORA I Ip , STATE LIC: CG000188 ` '�v 1y ,� I ' pOUGLAS N,H1Gt31NS,INC HIGGINS,DANIEL N ` for �1,,,r.41.,,,v..:11‘:.,,,,,.,,,,,iti.',. � , ��J�TERPRI�SE AilE-r I ' ti NAPLES FL'3+1104 tt000 „ ,? �," NUMBER Or EMPLOYEES - 1.10 EMPLOYEES 4w ,,,, sc grr CLASSIFICATION GENERAL, ONTRACTOR ` G '- DA, E. 9}712812016 CLASSIFK IO14, N t I36���1001o, „ ` AMOUNT X,,0Q3 . �Thls doaarflent�s as�tl in s fax only is snot certification that licensee is a---- d' RECEIPT , 3205.42I It does not r,' it'tjh a lice see to sl a' axial�, g atory zoning laws tri the state,county or c itee4- • �. nortfa s it eit rripl#hts Fac n `a°fr ri any .otk�a taxes r Perm #h�tanay be resjuirecC 4a+u.- + 11c 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 34104, a corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Heritage Bay Master Pump Station, Bid No. 16- 6694 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Stantec, 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: One Million Six Hundred Eighty One Thousand Seven Hundred Sixty Dollars and Zero Cents ($1,681,760.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, 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 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 26 Construction Services Agreement for Public Utilities:Revised 06132016 () 11C www.fms.treas.00v/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 Three Hundred and Twenty (320) 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 Forty Five (45) 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, One Thousand Five Hundred Thirty Two Dollars ($1,532.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. 27 Construction Services Agreement for Public Utilities:Revised 06132016 1 1C 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 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 16-6694 Heritage Bay Master Pump Station. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements 28 Construction Services Agreement for Public Utilities:Revised 06132016 11c 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 Stantec and identified as follows: HB-MPS_ProjectManual_20160331 as shown on Plan Sheets 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: Wayne Karlovich, Project Manager PPMD, Collier County Public Utilities Division 3339 Tamiami Trail E, Naples, Florida 34112 Telephone: (239) 252-5372 FAX: (239) 252-3989 Email:WavneKarlovich@_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: Dan Higgins,Vice President Douglas N. Higgins, Inc. 4485 Enterprise Avenue, Naples, Florida 34104 Telephone: (239) 774-3130 FAX: (239) 774-4266 Email: DanH(c7dnhiggins.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. 29 Construction Services Agreement for Public Utilities:Revised 06132016 11C Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 30 Construction Services Agreement for Public Utilities:Revised 06132016 61 11C Section 15. Change Order Authorization. The Project Manager shall have the authority on behaff of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Procurement Ordinance and 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 including the Owner's Board approved Executive Summary, 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. **** 31 Construction Services Agreement for Public Utilities:Revised 06132016 f� C , lic IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Douglas N. Higgins, Inc. _ 11k„, Li vy By: oL, 14 FIRST WITNESS Kelly A. ilkie, Vice-President 1/24/17 Sandra K. Garrison Print Name and Title Date Print Name , o- SECOND WITNESS David Swaine Print Name Dates a-13-f)t 1 OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNiiipDA Dwight . Brock,Clerk BY: . �: ' a' I0.-A- 0 4 BY: _//, i1_ Attest as o Chal an's Penny Tay Chairman 1 24 t'X 'signature only. Alcoved \to F 1 a Id Legality: liAL ounty Attorney Oe It. CA k... --1G 4 v� Item# I ...\, ,e2. t Print Name Date da i ._n D tl3-to, t---, ' /LI' t' 40, ... ' l1 0 32 Construction Services Agreement for Public Utilities:Revised 06132016 O 11C EXHIBIT A:PUBLIC PAYMENT BOND Heritage Bay Master Pump Station Bond No. 35BCSHN9589 Contract No. 16-6694 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. , 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 C°otriicifCeun' .t ' Commissionegs Obligee in the sum of Qne M li .n •IcAlndre. One Thousand ($1.681.760.0)for the paymentMo = 'tlFs,-j'•' Helit,leitecutors,personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Obligee for Contract #16-6694 "Heritage Bay Master Pump Station 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 obigation 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 fled by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 24th day of January 2017 , the name of each party being affixed and these presents duly signed by its under-signed representative,pursuant to authority of its governing body. 33 Construction Services Agreement for Public Unties:Revised 08132016 11C Signed, sealed and delivered in the presence of: PRINCIPAL Douglas N. Higgins, Inc. David Swatng �/ (�, Q �,G �./ r BY: t ME: KellA. Wilkie Witnesses as to Priv pal � Michael Haeussler ITS: Vice-President STATE OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 24th day of January 20 17 byKelly A. Wilkie as Vice-President of ouglas N. Higgins, Inc. a Michigan 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. 9 �" My Commission Expires: i�!// 1'Ia /6- 01/10/2020 -(Signature of Notary) NAME: Sandra K. Garrison (Legibly Printed) Notary OFFICIAL SEAL) Public,State of Michigan Commission No.: ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) PO BOx 541 Ann Arbor. MI 481_06 (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) • i 34 Construction Services Agreement for Public Udlitles:Revised 06132016 11C OR l't►Jt Ll Ai__ s u� G • Attorney i Fact (Attach Power of Attorn ) Heather M. Johnson Witnessesa)4P-rit/11)1-\---- (Printed Name) PO Box 541 Ann Arbor, MI 48106 (Business Address) 734.741.0044 (Telephone Number) STATE OF MI COUNTY OF Lenawee: actin¢ in Washtenaw The foregoing instrument was acknowledged before me this24th day of January , 20 17 , by Heather M. Johnson , as Attorney in Fact of Hartford Accident and IndemniepnW npeny 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: 07/23/21 Q- (Signature • Name: Cheryl A. Bemis (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: MI Commission No.: Norsousuc cis Coutayne MYContr Op M%G* l� -moi.//////'/ 35 Construction Services Agreement for Public Utilities:Revised 06132016 I - • • 11C EXHIBIT A:PUBLIC PERFORMANCE BOND Heritage Bay Master Pump Station Bond No. 35BCSHN9589 Contract No. 18-8894 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. , 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 as firmly myObligIn thed sum to Board of County Commissioners, Collier County , of One Million Six Hundred Eighty-One Thousand Seven Hundred Sixty and 00/100 personal representatives,sr uccessors se sssorrss and assigns,jnt whereof ointly and severally.nd erNour heirs, executors, WHEREAS, Principal has entered into a contract dated as of the day to , 20 , with Obligee Contract #16-6694 "Heritage Bay Master Pumn Station" in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof,and is referred to herein as the Contract THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract;and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including,but not limited to,all delay damages,whether liquidated or actual, incurred by Obligee;and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall In anywise affect its obligations under this bond,and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes,shall not apply to this bond. In no event wil the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the nurr ber of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 24th day of January ,20 17 , the name of each party being affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. 36 Construction services Agreement for Public Unties:Revised 06132016 0 11C Signed,sealed and delivered PRINCIPAL in the presence of: Douglas N. Higgins, Inc. David 2 �;J BY: a - ��(.�� lfic �, Witnesses as to cipal NAME: Kelly A. Wilkie Michael Haeussler ITS: Vice-President STATE OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 24t1 day of January as 20 17 , by Kelly A. Wilkie Vice-President of Douglas N. Higgins, Inc. , a Michigan corporation, on behalf of the corporation. He/she is personallyy known to me OR has produced identification and did(did not)take an oath. My Commission Expires: . (1l(4t, (Signature) 01/10/2020 Name: Sandra K. Garrison (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Michigan Commission No.: • 37 Construction Services Agreement for Public Utilities:Revised 08132018 0 11C ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza, T-4 Hartford. CT 06155 (Business Address) (Authorized Signature) . Witnesses as to Surety (Printed Name) OR Q1tBJhL in Fact#469' Attorney (Attach Power of Attorney) Heather M. Johnson Witnesses (Printed Name) PO Box 541 Ann Arbor, MI 48106 (Business Address) 734.741.0044 (Telephone Number) STATE OF MI COUNTY OF Lenawee acting in Washtenaw The foregoing instrument was acknowledged before me this 24th day of January 20 17 , by Heather N. Johnson , as Attorney in Fact of Hartford Accident and Indemnity Comptinb' Corporate Surety, on behalf of Surety. He/She is personaly known to me OR has produced drivers license as identification and who did(did not)take an oath. My Commission Expires: CQt2T7.. (Signature) 07/23/21 Name: Cheryl A. Bemis (Legibly Printed) (AF. rte` • ) Notary Public,State of: MI � = Commission No.: OMNI Nat MOW OF MIME 38 My(*MOM mine '. Construction Services Agreement for Public Utilities:Revised 06132016 R3,Eel • ti4 �Ne�.•GiP4c1. a Direct InquirliClisC THE HARTFORD POWER OF ATTORNEY BOND,T-12 Bond.Clalmslet ehartford.com call:888-266-3488 or fax:860-757-5835 Agency Name: HYLANT GROUP INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-211417 E-1 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut f H• artford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana n Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Fl Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut I 1 Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana n Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois • H• artford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana r-i H• artford 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 of Ann Arbor MI, Susan Hurd of Dublin OH, Vicki S. Duncan of Toledo OH, Monica Mills, Kriatie A. Pudvan, Dawn Radabaugh of LAKE MARY, Florida their true and lawful Attorneys)-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 0, 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 May 6,2015 the Companies have caused these presents to be signed by its Senior 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. 3• `��� � ��. sl lee? % 7 g ^,r tt 11 ,,,Z-:,♦ milvrttliti,� Nom►,j sail g rage1 . ,i/.. ?"/ John gray,Assistant secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss, Hartford COUNTY OF HARTFORD On this 11th day of January,2016,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 Senior 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. ,,,,,twl.\ 11-4--A.71%.14--A Nora M.Simko Notary Public CERTWICATE My Commission Expires Marab 31,2018 i,the undersigned,Assistant 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 January 24, 2017 Signed and sealed at the City of Hartford. bei\ 42- �, .f..,;.'-:::3:„:' tri L. 04 ki `S� • Il ,;� '.+r'`..L.a; ,lrannmh�„ tiNNI►f! 7. 1.7• ) vta7s } 3 6 • ,. ..•.•icy :`� y'k„r•++• ••nn' ,_ •., .. "---...„....... /0.......---, Kevin Heckman,Assistant Vice President POA 2016 11C 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." 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. Collier County Board of County Commissioners shall be named as the Certificate Holder. 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. The "Certificate Holder"should read as follows: Collier County Board of County Commissioners Naples, Florida 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-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 39 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 coverage] required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage 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. 40 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 G Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance/ Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits and Requirements 2. Z Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph.This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. 0 Other insurance as ❑Watercraft $ Per Occurrence noted: 0 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 0 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 O Pollution $ 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 O Project Professional Liability $ Per Occurrence 41 Construction Services Agreement for Public Utilities:Revised 06132016 11C ❑Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 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. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount,the cost borne by the Proposer receiving an award.The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however,the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 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. 10. ® Thirty(30) Days Cancellation Notice required. RLC 9/21/2016 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 42 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20 for the period from to , 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.: 43 Construction Services Agreement for Public Utilities:Revised 06132016 11C This page is intentionally left blank. 4ft: Construction Services Agreement for Public Utilities: Revised 06132016 11. 0 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT Payment, Schedule of Values and Stored Materials Record applications are available for download at: http://purchasinq.colliergov.net/Forms/Forms/Allltems.aSPX 45 Construction Services Agreement for Public Utilities:Revised 06132016 ' IC EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: htto://bccsp0 1/SiteDirectorv/ASD/Purchasinci/Forms1/Forms/Default.aspx Change Order Form Contract*: Change*: Purchase Order*: I I Project*:I I Co ntracto riFi no Name: Project Name:I I Project Manager Name' I Department: I I aka ina I Contract Work Cr der Amount Cr ig i na I BCC Approval Date;Agenda Item hi 4' Current BCC Apo oved Amount Last I3CC Approval Date;Agenda Item* Current Contact/the crk Order Amount SAP Contract Expiration Date Nester) Dolt/Amount of this Change he IVKI! Total C ha nge from Cr igina I Amount Revised ContractW or(Order Total I $ 0.001 40 IWO! Ch ange f atom C is r ent BCC Approved Amount Cu mulati ve Changes 5 0.00 OD IV/0! Change from C tar ent Amount Completion Date,Description of the Tasks)Change,and Rationale for the Change I I Notice to Proceel I Original I Last Approved Revised Date Date Completion Datil Date q monxIss ars change) of Days Added 1 I Select Tasks ta Add new task{s)il Delete taskisj I,Change task(s) fil Other(see.delatet Provide a response to the following:1.)detailed and specific exp larationfratio nal e of the requested change/0 to the task(s)and I or the additional days added(if requested);2.)why this change was not included in the o riginal contract and,3.)describe the impact if this change is not processed. Attach additional nformation from the Design Professional ardor Contractor if needed. Prepared by: Date: (Project Manager Name and Department) Acceptance of this Charge Order shall coristnitie a modification to contract i work order identified above and wit be subject to al the same terms and concha ions as ciontaned in the contract t work order indicated above,as fullyas if the same were stated in this acceptance. The adjust ment,if any.to the C ontrad stall constitute a full and final settlement of any and at claims of the Contractor i Vendor 1 Cons liken t Des ign Profes s ional aris ing out of or reined to the change set forth herein.including claims for in pad and delay cost, Accepted by: Date: (Contractor[Vendor t Cons Otani,t Design Professional and Name of Firm,if project applicabtej Approved by: Date: (Design Professional and Name of Firm,if project applicable) Approved by: Dale: (Proc urernent Profes s*Mai r3';',E1.. ,.:7.01f)11 :,,,g-atieS 1'3; ,-:117. il 46 Construction Services Agreement for Public Utilities:Revised 06132016 ' IC EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 47 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 48 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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. Vendor Evaluation 15. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Title) 49 Construction Services Agreement for Public Utilities:Revised 06132016 ' IC By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name&Title) 50 Construction Services Agreement for Public Utilities:Revised 06132016 11C EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor, water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its 51 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 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 52 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 7:00 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Contractor shall submit all Applications for Payment to Kelly Blake, Stantec, located at 3200 Bailey Lane, Suite 200, Naples, Florida 34105. 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 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-3. 53 Construction Services Agreement for Public Utilities:Revised 06132016 11C 4.5 Contractor shall submit four (4) 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 Procurement Services Division 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. 4.5 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 through out 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 Procurement Ordinance. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.7 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 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. 54 Construction Services Agreement for Public Utilities:Revised 06132016 1 1G 4.9 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. 4.10 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. 4.11 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. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or(g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed and/or for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division 55 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The 56 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 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; 57 Construction Services Agreement for Public Utilities:Revised 06132016 1 1C 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 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 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 58 Construction Services Agreement for Public Utilities:Revised 06132016 (%) 11C 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned 59 Construction Services Agreement for Public Utilities:Revised 06132016 11C "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 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. 60 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 Procurement Ordinance 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. 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 61 Construction Services Agreement for Public Utilities:Revised 06132016 ��++ lJa C 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 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 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, 62 Construction Services Agreement for Public Utilities:Revised 06132016 cop 11C 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. 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 / 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. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. 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.qov/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 63 Construction Services Agreement for Public Utilities:Revised 06132016 r'. 11C amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 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 64 Construction Services Agreement for Public Utilities:Revised 06132016 11C within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or(5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or(7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or(9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore 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. 65 Construction Services Agreement for Public Utilities:Revised 06132016 11C 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty(120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does 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 66 Construction Services Agreement for Public Utilities:Revised 06132016 11C from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Appication 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. 67 Construction Services Agreement for Public Utilities:Revised 06132016 (720,-;) a 11C 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by 68 Construction Services Agreement for Public Utilities:Revised 06132016 i t>?' 1 C 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 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 69 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C 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. 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. 70 Construction Services Agreement for Public Utilities:Revised 06132016 (g;::)) ' IC 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. 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 71 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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. 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; 72 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 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 Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at col liergov.net/purchasi ng. 73 Construction Services Agreement for Public Utilities:Revised 06132016 ' ' C 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 saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional 74 Construction Services Agreement for Public Utilities:Revised 06132016 1 1C for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. 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. 75 Construction Services Agreement for Public Utilities:Revised 06132016 11C 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on- site) supervision through a named superintendent for each trade(e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition,the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10%for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract 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 76 Construction Services Agreement for Public Utilities:Revised 06132016 ff Y 11C 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations. At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. 77 Construction Services Agreement for Public Utilities:Revised 06132016 lic Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPSCa)collierdov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four(4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 36. VENUE Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exdusive 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. 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. 78 Construction Services Agreement for Public Utilities:Revised 06132016 11C 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 CONSULTANT 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 CONSULTANT with full decision-making authority and by OWNER'S staff person 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 exdusive jurisdiction on all such matters. 79 Construction Services Agreement for Public Utilities:Revised 06132016 11C EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 1. The Notice to Proceed will be issued only after the following documentation has been submitted to Owner: a. Complete contractual documents, including payment and performance bonds and insurance certificate; b. Progress schedule,which shall utilize the Critical Path method of scheduling and Microsoft Project; c. Submittal schedule; d. Draw(funding) Schedule, which shall consist of a monthly projection of the value of the work to be completed and materials stored for the entire duration of the project; e. Safety Program/Risk Management Program; f. Quality Assurance/Quality Control Program; and g. Security Plan 2. The CPM Schedule and Draw Schedule shall be updated monthly and submitted with each Contractor Application for Payment. If both items are not submitted with Application for Payment, that payment will be withheld until both items are received and accepted by the Owner and Engineer. 3. All engineering site plans and drawings referencing a specific geographic area must be submitted in an AutoCad 14 or later format drawn in the Florida State Plane East (US Feet) Coordinate System. The drawings should either reference specific established Survey documentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or be derived from the RTK(Real-Time Kinematic) GPS Network as provided by the Collier County Transportation Division. 4. Other supporting documents may found at: http://bid.colliergov.net/bid/ 80 Construction Services Agreement for Public Utilities:Revised 06132016 F'4w�p 11C EXHIBIT J:TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.collieroov.net/bid/ and titled: HB-MPS_ProjectManual_20160831 81 Construction Services Agreement for Public Utilities:Revised 06132016 ' ' C EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ 82 Construction Services Agreement for Public Utilities:Revised 06132016 1 1 C EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.net/bid/ 83 Construction Services Agreement for Public Utilities:Revised 06132016 ,. �, 11C EXHIBIT M: PLANS AND SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ and titled: HB-MPS_ProjectManual_20160831 84 Construction Services Agreement for Public Utilities:Revised 06132016 11c EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Ken Fritz Construction Superintendent Brandy Bartolone Project Manager 85 Construction Services Agreement for Public Utilities:Revised 06132016 DAT M/D AMRCP® CERTIFICATE OF LIABILITY INSURANCE 1/31/ 17, ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hylant Group Inc Ann Arbor (A/C.No.Ext):734-741-0044 FAX 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 5289 INSURED HIGGI-5 INSURER B Continental Casualty Company 0443 Douglas N. Higgins, Inc. INSURER C:Valley Forge Insurance Co 0508 3390 Travis Pointe, Suite A INSURER D:Greenwich Insurance Company 2322 Ann Arbor MI 48108 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:949884928 REVISION NUMBER: I 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, I EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBR POLICY EFF POLICY EXP LIMITS LTRINSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) A GENERAL LIABILITY Y U1061922047 4/1/2016 4/1/2017 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED '. COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $500,000 1 . CLAIMS-MADE X OCCUR MED EXP(Any one person) $15,000 X Incl XCU PERSONAL&ADV INJURY $1,000,000 X Incl contractual GENERAL AGGREGATE $2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X j7 LOC $ I A AUTOMOBILE LIABILITY Y U1061922033 4/1/2016 4/1/2017 COBINEDtSINGLE LIMIT &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 4/1/2016 4/1/2017 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$0 $ C WORKERS COMPENSATION WC434990543 4/1/2016 4/1/2017 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N 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 EMPLOYE: $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Professional/ PEC0025095 4/1/2016 4/1/2017 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) Job-Contract#16-6694"Heritage Bay Master Pump Station. Additional Insured for General Liability and Automobile Liability, primary and non-contributory basis, as required by written contract-Board of County Commissioners, Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34412 AUTHORIZED REPRESENTATIVE AUL lip. ©1988-2010 ACORD CORPORATION. All rights reserved. 1 ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD /__, �' CERTIFICATE OF LIABILITY INSURANCE 1, opj' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hylant Group Inc-Ann Arbor PHONE FAx 24 Frank Lloyd Wright Dr J4100 E-MAILCo E d1:734-741 0044 (A/C,No):734741-1850 Ann Arbor MI 48105 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER Acontinental Insurance Company 35289 INSURED HIGGI-5 INSURER B Continental Casualty Company 20443 Douglas N. Higgins, Inc. INSURER C: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:949884928 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 TQ ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR — LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY EXP (MMIDDIYYYY) IMM/DD/YYYY) LIMITS A GENERAL LIABILITY Y U1061922047 4/1/2016 4/1/2017 EACH OCCURRENCE I $1,000,000 DAMAGE TO X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $15,000 X Incl XCU PERSONAL&ADV INJURY $1,000,000 X Incl contractual GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 —1 POLICY X 121 LOC $ A AUTOMOBILE LIABILITY Y U1061922033 4/1/2016 4/1/2017 COMBINED SINGLE LIMIT X ANY AUTO BODILYINJURY 1'000,000 (Perperson) $ ALL OWNED SCHEDULED ', AUTOS AUTOS BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) $ $ B X UMBRELLA LIAB X OCCUR U1061922050 4/1/2016 4/1/2017 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$0 $ C WORKERS COMPENSATION WC434990543 4/1/2016 4/1/2017 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N 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 4/1/2016 4/1/2017 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) Job-Contract#16-6694"Heritage Bay Master Pump Station. Additional Insured for General Liability and Automobile Liability, primary and non-contributory basis, as required by written contract-Board of County Commissioners, Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples p es F L 34412 AUTHORIZED REPRESENTATIVE haLe kilp I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Detail by Entity Name Page 1 of 3 ' ' C Florida Department of State ty } .i ``, ,. f4, � Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Foreign Profit Corporation DOUGLAS N. HIGGINS INC. Filing Information Document Number 830666 FEI/EIN Number 38-1807765 Date Filed 08/01/1973 State MI Status ACTIVE Principal Address 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Changed: 01/25/2000 Mailing Address 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Changed: 01/25/2000 Registered Agent Name&Address CF REGISTERED AGENT, INC. 100 S.Ashley Drive Suite 400 Tampa, FL 33602 Name Changed: 02/08/2016 Address Changed: 03/09/2016 Officer/Director Detail Name&Address Title VP Bartolone, Brandy L 4465 Enterprise Avenue Naples, FL 34104 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 1/24/2017 Detail by Entity Name Page 2 of 3 11C Title Asst. Secretary Ludwig, Tamara J 4465 Enterprise Avenue Naples, FL 34104 Title PD HIGGINS, DOUGLAS N 3390 TRAVIS POINTE RD., SUITE A ANN ARBOR, MI 48108 Title VP, Executive Secretary,Treasurer WILKIE, KELLY A 3390 TRAVIS POINTE RD SUITE#A ANN ARBOR, MI 48108 Title VP HIGGINS, DANIEL N 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Title Asst. Secretary Garrison, Sandra K 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Title Secretary Wilkie, David J 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Annual Reports Report Year Filed Date 2015 01/07/2015 2016 01/07/2016 2017 01/06/2017 Document Images 01/06/2017--ANNUAL REPORT View image in PDF format 01/07/2016--ANNUAL REPORT View image in PDF format 01/07/2015--ANNUAL REPORT View image in PDF format 01/07/2014--ANNUAL REPORT View image in PDF format 07/01/2013—AMENDED ANNUAL REPORT View image in PDF format 01/08/2013--ANNUAL REPORT http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 1/24/2017 Detail by Entity Name Page 3 of 3 1 1 C View image in PDF format 01/17/2012--ANNUAL REPORT View image in PDF format 02/10/2011--ANNUAL REPORT View image in PDF format 01/04/2010--ANNUAL REPORT View image in PDF format 01/20/2009--ANNUAL REPORT View image in PDF format 01/07/2008--ANNUAL REPORT View image in PDF format • 01/17/2007--ANNUAL REPORT View image in PDF format 01/17/2006--ANNUAL REPORT View image in PDF format 01/19/2005--ANNUAL REPORT View image in PDF format 02/02/2004--ANNUAL REPORT View image in PDF format 05/27/2003--Req.Agent Change View image in PDF format 01/17/2003--ANNUAL REPORT View image in PDF format 02/04/2002--ANNUAL REPORT View image in PDF format 01/22)2001--ANNUAL REPORT View image in PDF format 01/25/2000—ANNUAL REPORT View image in PDF format 02/22/1999--ANNUAL REPORT View image in PDF format 01/26/1998--ANNUAL REPORT View image in PDF format 02/03/1997--ANNUAL REPORT View image in PDF format 01/26/1996--ANNUAL REPORT View image in PDF format 01/25/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 1/24/2017 Agenda Item No. � L Agenda Item Topic ((m,t-� n- i>n C�I I Le� 9 9 p 1 1 C (For Public Comment,list topic) Meeting Date: I 07 t'I Name: Iv t Co lc. oh i'iS1 Address: `f c erw. V-ll v_ Representing/Petitioner: (OY1.,K\(,(h,L- ci)r y\) Other: COLLIER COUNTY ORDINANCE NO.2003-53,AS AMENDED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYIST SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS),REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT YOU ARE LIMITED TO THREE(3)MINUTES FOR YOUR COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR Agenda Item No. c-- Agenda Item Topic torr [t-�1L Co(Le—cr (For Public Comment,list topic) Meeting Date: I'A\- /1-4 Name: Ye eU r\ ff 6tv'I>circ Vi Address: ' Representing/Petitioner: I i,UST +- ,'/. L ,)S Other: COLLIER COUNTY ORDINANCE NO.2003-53,AS AMENDED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYIST SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS) PRI ICTC❑lArrn -- — BOARD AT THF Rneon in '"r-e•••._-- Agenda Item No. 11 Agenda Item Topic Cti��+��� �6(�' `� Age I (For Public Comment,list topic) Meeting Date: I t Q Name: �� 0 4 Address: N e-' U. t �fwu � Representing/Petitioner: A.Aok,i.i.1�(1 }. - �' Ii i 4.3 Other: RES THAT ALL LOBBYIST SHALL,BEFORE COLLIER COUNTY ORDI IES NO.2003-53,AS BUT NOTAMLIMITEDDED B 0,ADDRESSING Y ORDINANCE H E BOARD OF COUNTY(COMMISSIONERS),REGISTER WITH THE CLERK TO THE N ANY LOBBYINGBOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT vim t eRF LIMITED TO THREE(3)MINUTES FOR YOUR COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR fiat Ir rOMMENT SPEAKERS WHO ENGAGE IN ADVERTISING Agenda Item No. 1) Agenda Item Topic C00.cA,;n(0-)-I La Cc,7(utY (For Public Comment,list topic) Meeting Date: 11)-"l I IV Name: tL Address: I,\f ki(,(I '_ Representing/Petitioner: Other: COLLIER COUNTY ORDINANCE NO.2003-53,AS AMENDED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYIST SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS),REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT YOU ARE LIMITED TO THREE(3)MINUTES FOR YOUR COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR PI IRI IC CCIAAAAcMIT IC 1,I(1T I,ITCAIncn Tn oc n cnni,n rnn r nines.•..r,..., ,,,,.,,.,,,,,,••••-.•—___,,,___,,,.._ Agenda Item No. << Agenda Item Topic Ctn i,t.nw,t-hr.y) Ce I Lt e r (For Public Comment,list topic) Meeting Date: tr I } Name: IN.'-W cq '` Address: \lC Representing/Petitioner: 1---/ i( L /o. `\ -4 1IC L L 9 AJ I&&h(,, Other: COLLIER COUNTY ORDINANCE NO.2003-53,AS AMENDED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYIST SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS),REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT YOU ARE LIMITED TO THREE(3)MINUTES FOR YOUR COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR PUBLIC COMMENT IS NOT INTENDED TO BE A FORUM FOR SELF-PROMOTION. PUBLIC COMMENT SPEAKERS WHO ENGAGE IN ADVERTISING THEIR BUSINESS,PERSONAL POLITICKING OR OTHER FORMS OF SELF-PROMOTION WILL BE ASKED TO LEAVE THE PODIUM. PLACE COMPLETED FORM ON THE TABLE TO THE LEFT OF THE DAIS—PLEASE PRINT CLEARLY 1 1 C 0 00O V, V) V) 0 O 0 o - - m 0 O. 0 0 E E E 172 2o coo co _2 O - N co o 0 0 K Ctf N O N Ca > 0 0 0 I-- 1, a x EA 64 64 EA x m 0 0 0 0 0 0 0 0 t. 00 AlO u7 O in 1 C o -0 z O r- N N m O (n 'r C a) co > a- : .00.' .. o a) -' H NCU 1.4 Hi' m in In : 0 CO 0 o 0 0o Co OQ 0) 0LU 0 L .� 0 �E Oc.l tG 'lv m d N- LO CO -0. 0 o N N x I-CU (0 CU O w •— a, i = o E 06 Es E» 64 64 (a fad 0 J ,- ,- CD Cl) O OOO / / `in ~ oo 3 m O 000 �' �^ �„ O CD . = o ti 0 N CU Co }r ..o A+W 1-Ea > Co X-0 0- COV "' O p H 0 Q - EA 64 EA 6A} E• 7 �* �, 'c in- ea 2 0 oLU 00 LO 0 X > U .o 7 0 CO On (9 m p 0 0) (/� C CO u*. O T L RI > CV CO in-. O c . 0 Ln � F- 0"EA 64 64 in m U .- CoL c > co O O co f° O O O O : i� m 0 - NN Lo. 2N o p p m C4 0 in o 0 CXC > v- ino U c .O I- 64 Eft EA- \f,_ (3 a) 0 0 0ur O O O O O O c O N OLU O CD om N oN `-' 1-1 o v* U d N N v> in v> in in-cis U) N-0 0 0 C 1unowv xel leuiaJe j es ._ co Q 3 a in c 0 N 5 b ErZ w_ 2 1 1 C TO: Interested Parties FROM: Will Abberger,Vice President, Director, Conservation Finance The Trust for Public Land DATE: January 23, 2017 RE: Key Findings from Survey of Collier County, FL Registered Voters Overview The Trust for Public Land commissioned a short, interactive voice response(IVR) survey of 501 randomly selected registered voters in Collier County, Florida. The survey was conducted January 19-20, 2017 by Chism Strategies of Washington, DC. The poll uses an automated IVR system that prompts the respondents to use their phone keypad to answer questions. The sample is limited to individuals who own home phones. The margin of error for this survey is plus/minus 4.38 percent. The poll shows strong support for renewing the Conservation Collier program. 62 percent would support renewing Conservation Collier. Collier County voters surveyed also have a high awareness of the Conservation Collier program and a favorable opinion of the program. Strong Support for Renewing Conservation Collier • A strong majority(62 percent) of Collier County voters surveyed support renewing the one-quarter mill property tax to fund the Conservation Collier program to acquire, preserve, and mange environmentally sensitive lands, while 21 percent oppose the renewal, and 17 percent are undecided. • After being informed that continuing the Conservation Collier may require a tax increase costing the average homeowner in Collier County$88 per year, nearly a majority(49 percent)responded that they would be more likely to support renewal of the program, while 24 percent would be less likely to support renewal, and 26 percent responded that the price made no difference. High Awareness and Favorability • 44 percent of respondents surveyed were aware of the Conservation Collier program, with an equal amount (44 percent) responding that they were not aware of the program. Among those who were aware of the program, 32 percent had heard a great deal about Conservation Collier and 65 percent had heard just a little. • By a nearly 5:1 margin, Collier County voters have a favorable opinion of Conservation Collier. 47 percent of Collier County voters surveyed had a favorable opinion of Conservation Collier, while 11 percent had an unfavorable opinion, and 29 percent were neutral towards the program. 1 1C GrecoSherry From: Charlotte Nycklemoe [drchargar@gmail.com] Sent: Monday, January 23, 2017 11:20 AM To: TaylorPenny; Bill Mcdaniel; SolisAndrew; FialaDonna; SaundersBurt Cc: GoodnerAngela; michelebrownlee@colliergov.net; GrecoSherry; FilsonSue Subject: Re: BCC Agenda Item 11C for January 24, 2017 meeting Attachments: signed commissioner Itr Jan 2017.pdf Dear Commissioners, Please add this letter of support to your agenda package scheduled for tomorrow's meeting. Thank you, Charlotte Nycklemoe LWVCC, President 1 a 11C LEAGUE OF WOMEN VOTERS® Nfolor. OF COLLIER COUNTY January 17, 2017 Collier County Commissioners Collier County Naples, Florida Dear Commissioner, The League of Women Voters of Collier County strongly supports the renewal of the Collier County Land Acquisition Program as soon as possible. We believe the very strong recent support for Amendment 1 (3/4 of Collier voters supported this amendment), our neighboring Lee County's recent overwhelming support for the reinstatement of their 20/20 land conservation program, and the previous strong support given the renewal of our Conservation Collier program (over 70% voters approved) strongly suggest we can go forward without waiting to put this to a public referendum in 2018. Thank you for your efforts! Sincerely, :/2,7/_ , /--/Y--- (---,Y/. Y2/2?Gt- Charlotte Nycklemoe President League of Women Voters Collier County Cc: Susan Calkins Chair, Environmental Affairs Committee LWVCC P.O. Box 9883, Naples, Florida 34101 ... 239-263-4656 ... Iwvcc©lwvcolliercountv.orq www.lwvcolliercountv.org I hctcabn+c of\\umcn Vutcn ul l.uUtct(.QUII)LducaUon hind is a)(1I(C)(i)Otganlzabpn tiLH1$I9.)registered with the Honda Department of Agnculture.A COPY OF THE OFFICIAL REGISTRATION AND FINANCIAL INFORMATION MAY BE OBTAINED FROM THE DIVISION OF CONSUMER SERVICES BY CALLING TOLL-TREE 800-435-7352 WITHIN THE STATE.REGISTRATION DOES NOT IMPLY ENDORSEMENT,APPROVAL OR RECOMMENDATION BY THE STATE.