Loading...
Backup Documents 03/14/2017 Item #16B2 rEN INNIME ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initialsc2E Date 1. Risk Risk Management z-)-112-0 2. County Attorney Office County Attorney Office „� /2"1 02 3. BCC Office Board of County Commissioners \-1f/ q\y4—\ 4. Minutes and Records Clerk of Court's Office Pa) Li if 411 (1 3 : aird 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 Staff Barbara Lance for Brenda Brilhart Contact Information 239-252-88 Contact/ Department Agenda Date Item was 3/14/17 ✓ Agenda Item Number 16.B.2 Approved by the BCC Type of Document Contract / Number of Original �l-�1 ✓ Attached v Documents Attached v� PO number or account N/A 17-7067 Karen DV number if document is Storm Water to be recorded Improvements/JRL Industries INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK 14 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed BL by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. N/A 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 03/14/2017 and all changes made during the meeting have been incorporated in the attached document. The County N/A Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 1682 MEMORANDUM Date: April 19, 2017 To: Barbara Lance for Swain Hall, Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #17-7067 "Karen Drive Storm Water Improvements" Contractor: JRL Underground Utilities, Inc. Attached for your records is an original of the referenced contract above, (Item #16B2) adopted by the Board of County Commissioners on Tuesday, March 14, 2017. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment 1682 co ler County Administrative Services Department Procurement Serv,ces Divis,on Karen Drive Stormwater Improvements COLLIER COUNTY BID NO. 17-7067 COLLIER COUNTY, FLORIDA Kristofer Lopez, Procurement Strategist Email: kristoferlopez@colliergov.net Telephone: (239) 252 - 8944 FAX: (239) 252 - 2860 Design Professional: Q. Grady Minor & Associates, P.A. r>. Pnxrarxert S+ervca,!msre)•332i lain ai-A Rail l:asi•Naples,S ioraa 34'124331•229-25254.N•=wva.cxsiiferpa net//pro+;xe r n erwes 1 Construction Services Agreement for Grant Funded Projects:11032016 16 B 2 TABLE OF CONTENTS PUBLIC NOTICE 3 PART B -INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 12 BID SCHEDULE 13 MATERIAL MANUFACTURERS 15 LIST OF MAJOR SUBCONTRACTORS 16 STATEMENT OF EXPERIENCE OF BIDDER 17 TRENCH SAFETY ACT 18 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 19 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 20 BID BOND 24 BIDDERS CHECK LIST 25 CONSTRUCTION AGREEMENT 26 EXHIBIT A 1: PUBLIC PAYMENT BOND 33 EXHIBIT A 2: 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 Grant Funded Projects: 11032016 16B 2 Collier County Administrative Services Department Pt ncur'mc;nt SPr ces alp,s on PUBLIC NOTICE INVITATION TO BID Karen Drive Storm Water Improvements COUNTY BID NO. 17-7067 Notice is hereby given, that Collier County will receive bids in response to Solicitation #17- 7067 for the project known as Karen Drive Stormwater Improvements. This solicitation is for the construction of a stormwater drainage conveyance system. Funding for this project is provided by the Collier County Division of Community and Human Services and the Department of Housing and Urban Development (HUD) using Community Development Block Grant (CDBG) funds. Federal Regulations during construction will be enforced, including Davis Bacon and Related Acts for wage rates. All sealed bids must be received no later than February 7, 2017 @ 3:00 PM Naples local time and will be submitted electronically through the Collier County online bidding platform, http://bid.colliergov.net/. Bids will be publically opened on February 7, 2017 @ 3:00 PM at Collier County Procurement Services Division Conference Room A, 3327 Tamiami Trail East, Naples, Florida. Bidding documents, specifications, bid requirements and plans may be obtained from http://bid.colliergov.net/ or by contacting Kristofer Lopez at 239-252-8944. A non-mandatory pre-bid meeting will be held on January 19, 2017, 11:00 PM, and Naples local time; at Procurement Services Division Conference Room B, 3327 Tamiami Trail East, Naples, Fl. Interested parties may call 239-252-8944 for more details and information. Minority, female-owned and small businesses are encouraged to submit bids for this project. Licensed Contractors are encouraged to solicit bids from minority and female-owned subcontractors, efforts for such should be documented. A current listing of certified minority and female business can be located at: http://www.dms.myflorida.com/other programs/office of supplier diversity osd The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C.1701u (section.) An award shall be based on the lowest responsive bid offer with preference given to qualified Section 3 Business Concerns in accordance with Collier County's Purchasing Department's "right to match" guidelines. Visit http://www.colliergov.net/index.aspx?page=7432 for additional information regarding registration as a Section 3 business. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of this project shall apply to the project throughout. Collier County complies with the Fair Housing Act (42 U.S.C. 3600, et seq) and County Fair Housing Ordinance 92-9. 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.colliergov.net/bid. 3 Construction Services Agreement for Grant Funded Projects:11032016 16B 2 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 cashiers check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within ninety (90) 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 7th day of January, 2017. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Cayman, Jr. Director, Procurement Services Division 4 Construction Services Agreement for Grant Funded Projects: 11032016 16 B 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 forms herein furnished by the Owner pages 14— 26 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 must submit the bid documents electronically at http://bid.colliergov.net/. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. 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 cashiers 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 5 Construction Services Agreement for Grant Funded Projects: 11032016 16B 2 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 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 120 days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Resect Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, responsible Bidder to such extent as may be necessary for budgetary reasons. 4.2 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. 4.3 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. 4.4 If Bidder is an individual, his or her signature shall be inscribed. 4.5 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. 4.6 All Bids shall have names typed or printed below all signatures. 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. 6 Construction Services Agreement for Grant Funded Projects: 11032016 168 2 Section 5. 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 6. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 7. Interpretation of Contract Documents 7.1 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. 7.2 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. 7.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. Section 8. Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of 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. 7 Construction Services Agreement for Grant Funded Projects: 11032016 16B 2 8.2 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 9. 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 10. Bid Quantities 10.1 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. 10.2 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 11. Award of Contract 11.1 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 and policies. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and Responsible 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 responsible 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. 8 Construction Services Agreement for Grant Funded Projects: 11032016 168 2 11.3 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 and policies. A copy of the Procurement Ordinance and policies is available at http://www.colliergov.net/Index.aspx?page=762. 11.4 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. 11.4 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. Section 12. Sales Tax 12.1 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 13. Exclusion of County Permits in Bid Prices 13.1 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. 13.2 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. 9 Construction Services Agreement for Grant Funded Projects: 11032016 16 B 2 Section 14. Use of Subcontractors 14.1 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, as amended, 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." 14.2 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. 14.3 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. 14.4 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, 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 15. 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 III, 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 16. 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. 10 Construction Services Agreement for Grant Funded Projects:11032016 16B 2 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 17. 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 Grant Funded Projects: 11032016 16 B 2 CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Karen Drive Storm Water Improvements BID NO. 17-7067 Full Name of Bidder JRL Underground Utilities Inc Main Business Address 3903 Martin Luther King Blvd #15, Place of Business Fort Myers, FL 33916 Telephone No. 239-919-0045 Fax No. 239-919-0045 State Contractor's License# CUC1224559 State of Florida Certificate of Authority Document Number P08000012835 Federal Tax Identification Number 26-1905210 DUNS # 01-0739187 CCR# Cage Code 63GU1 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 12 Construction Services Agreement for Grant Funded Projects: 11032016 16B 2 BID SCHEDULE B I D NO 17-7067 KAREN DRIVE STORM WATER IMPROVEMENT PROJECT DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 LS 14,639.00 1 EA 1,300.00 1,300.00 1 LS 10,000.00 10,000.00 1 LS 9,000.00 9,000.00 1 LS 4,500.00 4,500.00 50 LF 71.12 3,556.00 2 EA 2,500.00 5,000.00 5 EA 741.86 3,709.30 2 EA 762.43 1,524.86 3 EA 1,444.07 4,332.21 1368 LF 22.2 30,369.60 44 LF 14.63 643.72 100 LF 10.35 1,035.00 2 EA 317.2 634.40 150 LF 45 6,750.00 25 SY 425 10,625.00 405 SY 45 18,225.00 20 LF 450 9,000.00 20 LF 550 11,000.00 45 LF 325 14,625.00 5 EA 2500 12,500.00 23 11 EA 1,500.00 16,500.00 24 15 SY 2100 31,500.00 Replacement 20 SY 1200 18,000.00 65 8,125.00 27 595 SY 25 14,875.00 28 21 EA 160 3,360.00 29 1 LS $25,000.00 25,000.00 313,329.09 NOTE: All excavation shall be unclassified, no extra payment shall be made for rock excavation or dewatering. Award will be made based on the lowest total Base Bid. ALTERNATE A DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 95 LS 12 1,140.00 24 LF 45 1,080,00 13 168 2 2 EA 3,500.00 7,000.00 Total Bid 9,220.00 ALTERNATE B DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 8,500.00 8,500.00 Total Bid 26,380.10 14 1613 2 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 opooihuotiona, including compliance with Florida Statute 255.20 to provide |umbor, timber and other forest products produced and manufactured in the State of Florida as long as the poce, fitness and quality are equal, Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: JRL Underground Utilities Inc Signature: , - Date: 01/09/2017 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. NONE EXCEPTION 2. 3 -------' — --- - --- ---' ---------- ---------' 4. 5. Please insert additional pages as necessary. Company: JRLUnderground Utilities Inc � ^ | u/gnmzur= 'D�te01/09/2017 ati^m~� . ,` - q �f 15 Construction ServiceAgreement for Grant Funded Projects. 11032016 16B2 LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2013-69 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Subcontractor and Address Work 1. Electrical N/A '2. Mechanical N/A 3. Plumbing N/A .�_.,._.._.._..._ _ _... _._._._................. _._. 4. Site Work Naples Paving Inc (2640 6 Ave SE, Naples FL 34117) 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: JRL Underground Utilites Inc Signature: Date: n10 /2017 44 .t p� 16 Construction Services Agreement for Grant Funded Projects: 11032016 168 2 STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference 1. The Foundation of Pelican Marsh Tom/ 239-514-3200 Naples, FL 2. 225 North Dover Dr, Tampa, FL Patric/239-265-4403 3. Skyway Drive, Naples, FL Tom/239-775-5886 4. Elfrink Custom Const., Naples, FL 407-365-8538 5. Naples Community Hospital Matt/ 239-624-5000 Naples, FL 6. City of Naples, Naples FL 239-860-7073 Company: JRL Underground Utilities Inc /Signature: 7:----------"---) Date:01/09/2017 II 17 Construction Services Agreement for Grant Funded Projects: 11032016 UlL2 TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) (LF,SY) 1. N/A 2. 3. 4. 5. TOTALS Failure to complete the above may result in the Bid being declared non-responsive. Company: JRL Underground Utilites Inc S‘nature: Date: 01/09/2017 18 Construction Services Agreement for Grant Funded Projects:11032016 11\ 168 2 Colter County Administrative Services Department Procurement Services DrAsicei Immigration Law Affidavit Certification Solicitation: 17-7067 Karen Drive Storm Water Improvements This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-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-Venfy 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 JRL Underground Utilities Inc Print Name J � _ aguerre Title President • Signature -.'''' l ' r ' Date 01/09/2017 State of FL County of Collier The foregoing instrument was signed and acknowledged before me this 09 day of January 20 17, by Jean R Laguerre who has produced L260476-67442-0 as identification. (Printpr Type Name) (Type of Identification and Number) Nota Public Signature Aymee Mina ; AYMEE MINAYA y a y z 'JAY COMMISSION It FF92653s Printed Name of Notary Public %•^f,o EXPIRES Odobet 12,2019 4401a 3380'.S.1 Yior 'yS'd+va`4.crr 10/1 2/2919 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. 19 Construction Services Agreement for Grant Funded Projects: 11032016 f• 1 68 2 E- Company ID Number: 1168869 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (OHS) and the JRL UNDERGROUND UTILITIES INC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor)to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by OHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and OHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and OHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16B 2 `�1 . Company ID Number: 1168869 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 1 6 8 2 E_v ... Company ID Number: 1168869 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 P .165 2 E- HIV Company ID Number: 1168869 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(a�dhs.gov. Please use "Privacy Incident— Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting OHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16B 2 Company ID Number: 1168869 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to OHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 1613 2 E-Verify Nlllll Company ID Number: 1168869 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 168 2 Ev ly t� i !11(111 Company ID Number: 1168869 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends OHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. OHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 168 Company ID Number: 1168869 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. OHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, OHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. OHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. OHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest OHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16B 2 �� J Company ID Number: 1168869 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by OHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16 6 z E ..., ,,,z# fi 4 ; _. eri Company ID Number: 1168869 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 168 2 Company ID Number: 1168869 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with OHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16B s- eric �� ir, iidllil Company ID Number: 1168869 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16B 2 E v r...f Company ID Number: 1168869 Approved by: Employer JRL UNDERGROUND UTILITIES INC Name (Please Type or Print) Title JEAN LAGUERRE Signature Date Electronically Signed 02/09/2017 Department of Homeland Security—Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 02/09/2017 Page 13 of 17 E-Verify MOU for Employers j Revision Date 06/01/13 iii E._ , `rte' '''. 1 692 il,,, Company ID Number: 1168869 Information Required for the E-Verify Program Information relating to your Company: JRL UNDERGROUND UTILITIES INC Company Name 3352 POINSETTIA AVE NAPLES, FL 34104 Company Facility Address Company Alternate Address County or Parish COLLIER Employer Identification Number 261905210 North American Industry 238 Classification Systems Code Parent Company Number of Employees 1 to 4 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16B 2 <' r Company ID Number: 1168869 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers Revision Date 06/01/13 1 6 B 2 _ eri E . 7,;,,,A,T, Elllll(, Company ID Number: 1168869 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name JEAN R LAGUERRE Phone Number (239)919-0045 Fax Number (239)302-6889 Email Address CDRSPROFF@ME.COM Page 16 of 17 E-Verify MOU for Employers p Revision Date 06/01/13 16B 2 Everify Company ID Number: 1168869 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 16--8- 2 Coder County Administrative Services Department Promrernent Services Division 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 and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Jean Laguerre (as shown on income tax return) Business Name JRL Underground Utilities Inc (if different from taxpayer name) Fort Address 3903 Martin Luther King Blvd #15 cityMyers State Florida Zip 33916 Telephone 239-919-0045 FAX 239-302-6889 Email laguerrejean@yahoo.com Order Information Remit/Payment Information Address Address 3352 Poinsettia Ave City State Zip City Naples State FL zip 34104 ._ FAX FAX 239-302-6889 Email Email laguerrejeahayahoo.com 2. Company Status (check only one) _Individual/Sole Proprietor , X Corporation i _Partnership _Tax Exempt(Federal income tax-exempt entity I Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) i Enter the tax classification i_..._...............__._..._.._..__ ___ ......._........ _._..__..(D.=Disregarded Entice C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 26-1905210 i (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign andte✓ Date Form Certification Under pens' re. er)ury, I certify that the information shown on this form is correct to my knowledge. f Signature ( .1_( ____________.._...m......_... —. Cate 01/09/2017 Title President Phone Number 239-919-0045 20 Construction Services Agreement for Grant Funded Projects:11032016 16 B 2 I)ctail by I alitv Ajunc FLORIDA DEPARTMENT o STATE DIVISION OF CORPORATIONS DIVISION of 5tinb CoiuoI &TIoNs R an official State rlf Florida website Department of State / Divi ign of cQroratons / Search Records / Detail By Document Number / Previous On List Next On List Return to List laguerre S and Detail by Entity Name Florida Profit Corporation JRL UNDERGROUND UTILITIES, INC. Filing Information Document Number P08000012835 FEI/EIN Number 26-1905210 Date Filed 02/04/2008 Effective Date 02/04/2008 State FL Status ACTIVE Last Event AMENDMENT AND NAME CHANGE Event Date Filed 03/08/2016 Event Effective Date NONE Principal Address 3903 Martin Luther King Blvd #15 FORT MYERS, FL 33916 Changed: 02/11/2014 Mailing Address 3352 Poinsettia Avenue Naples, FL 34104 Changed: 04/28/2015 Registered Agent Name Sr Address LAGUERRE, JEAN ROGER http://search.sunhiz.org/...-4I9d-a96e-55af681 l laa0&searchTerm=laguerre&IistNameOrder—LAGUERRECARIBBEANMARKET%20P110000265260[2/9/2017 3:48:11 PM] Detail by Entity Name 168 2 3352 POINSETTIA AVENUE NAPLES, FL 34104 Name Changed: 01/15/2012 Officer/Director Detail Name & Address Title VP LAGUERRE, JENNIFER 3352 POINSETTIA AVENUE NAPLES, FL 34104 Title P LAINE, LINSKY T 3352 POINSETTIA AVENUE NAPLES, FL 34104 Title CEO Laguerre, Jean Roger 3352 Poinsettia Avenue Naples, FL 34104 Annual Reports Report Year Filed Date 2015 04/28/2015 2016 04/04/2016 2017 01/06/2017 Document Images 01/06/2017 -- ANNUAL REPORT \/;,":'W i U/ 04/04/2016 --ANNUAL REPORT View image in PDP format 03/08/2016 -- Amendment and Name Changkra View image in PDF format 04/28/2015 -- ANNUAL REPORT Viewer image in PDF format 02/1112014 -- ANNUAL REPORT View image in PDF taimiat 01.1.31/22Q1 View image in Pti 01/02/2013 -- Amendment tri i eee its PDF to mat 01/15/2012 -- ANNUAL REPORT Vi6W ;mage in PDF format 10/20/2011 -- Amendment iinage in PDF format 01/31/2011 -- ANNUAL REPORT View image in PLii 1:gnat Q512412010 -moi NJLUAL RF�QBT View image in POP Unmet http://search.sunbiz.org/...-419d-a96e-55af68I I laa0&searchTerm=laguerre&listNameOrder=LAGUERRECARIBBEANMARKET%20P110000265260[2/9/2017 3:48:11 PM] 16B 2 Detail by Entity Name 01/08/2009 -- ANNUAL REPORT View It a° ' 9 format 02/04/2008 -- Domestic Profit Vitev image in PDF format Previous On List Next On List Return to List laguerre S flth Events Name History Florida Department of State,Division of Corporations http://search.sunbiz.org/...-419d-a96e-55af68I l l aa0&searchTerm=laguerre&IistNameOrder=LAGUERRECARIBBEANMARKET%20P 110000265260[2/9/2017 3:48:11 PM] 16 B 2 Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 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 sixty (60) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of Collier .IFAN I AGtJFRRF , 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. JEAN LAGUERRE , 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. 21 Construction Services Agreement'or Grant Funded Projects:08012016 16B 2 (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of FLorida , which operates under the legal name of JRL Underground Utilities Inc , and the full names of its officers are as follows: President JEAN LAGUERRE Secretary JENNEFER LAGUERRE Treasurer Manager The President is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken , 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 22 Construction Services Agreement for Grant Funded Projects:08012016 __ 1 6 B 2 Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED 01/09/2017 JRL UNDERGROUND UTILITIES INC Legal entity Aymee Minaya BY: Jean R Laguerre Witness 4kacnf Bidder ..Iyped) Javier Milian Witness S g,�alu )l i l President Title STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this 09 day of January , 2017 by Jean R. Laguerre , as President of JRI Underground Utilities Inn , a Florida corporation, on behalf of the corporation. He/she is personally known to me or has produced L260-476-67-442-0 as identification and did (did not)take an oath. My Commission Expires: 10/12/2019 ti (Signature of Notary) 4,, AYMEE M$NAYA , MY COMMISSION*FF92653S NAME: Aymee Minaya �'+; ExP$ RESocaoe.12.2019 (Legibly Printed) oc7,3454,53 nom•Peoutysi. co- (AFFIX OFFICIAL SEAL) Notary Public, State of FL Commission No.: ff926535 23 Construction Services Agreement for Grant Funded Projects.08012016 1 168 2 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we JRL UNDERGROUND UTILITIES INC (herein after called the Principal) and , (herein called the Surety), a corporation chartered and existing under the laws of the State of with its principal offices in the city of and authorized to do business in the State of are held and firmly bound unto the (hereinafter called the Owner), in the full and just sum of Fourteen Thousand Six Hundred Thirty Nine with 50/100 dollars ($ 14,639.50 ) 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 Karen Drive Storm Water Improvements Karen Drive Storm Water Improvements Bid No. 17-7067 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of$ noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 7 day of February , 2017 JRL UNDERGROUND UTILITIES INC Principal BY (Seal) Surety (Seal) Countersigned Local Resident Producing Agent for 24 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 ....,,, T.., Q .� N :: Y— o I- 0, c.D N v 2 .2 r 0 �. 0 ,, cv Z. 0 4, w 1" CCS ► S"7 2 n ( ol.t'; ( w U_ v z 7 ti 4 f tri 4 • 2. U7..•-• z c'- .- 0 ..c w 0 Q Ul .:Y1rn 1-1.Jcv o Ui uj 4' �' ' o v ru Y Oo co CO ., P o z U o 6110 ,C7. = w .80 • U z € •- z Z o X W �= of 8c -a m — F-- LI 8 0 0 0 �y I N .a V N z CO Q d o ru < 0 0: tv l air. ;� 0 w 2v 8 o ca 7 c c° ' u v s.A J QC- w UJ O CC ll 2 > W 0r 6 W r LU V) a a U) .5o < ?m .a i zF' © ,- Z A L� 2 Li- -j . E-o ru qi LI W wc . 0 cc LU .0 c Y �yI dii 004 ei c L1. Q U. o .e a M u \ tii u S 0 Q w c CC 4. I a 16B 2 THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Procurement Services Division BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, grant forms, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Immigration Affidavit completed and the company's E-Verify profile page or memorandum of understanding 7. Certificate of Authority to Conduct Business in State of Florida 8. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 9. All required grant forms listed on page 35 of the file entitled "Exhibit I —Supplemental Conditions 12.15.16". 10. Any addenda have been signed and included in the electronic bid. 11. The Bid will be submitted electronically before the opening date and time, otherwise Bid cannot be considered. 12. When submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. 25 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with JRL Underground Utilities, Inc. ("Contractor") of 3903 Martin Luther King Blvd #15, Fort Myers, Florida 33916, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Karen Drive Storm Water Improvements, Bid No. 17-7067 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, P.A, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Three Hundred Thirteen Thousand Three Hundred Twenty-Nine Dollars and Nine Cents. (313,329.09) 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 1 6 B j, www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Sixty (60) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within Thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager' refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand and Ninety-Nine Dollars ($1,099) 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 16B 2 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 17-7067 Karen Drive Storm Water Improvements. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form 28 166 2 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 Grady Minor&Associates and identified as follows: Plans and Specifications as shown on Plan Sheets 1 through 9. 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: Elly McKuen, Project Manager Growth Management Department Impact Fees and Program Management Division 2800 N Horseshoe Drive Naples, Florida 34104 Tel: 239-643-1115 Email: EllyMcKuen@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: JRL Underground Utilities, Inc. Attn: Jean R. Laguerre, President 3903 Martin Luther King Blvd #15 Fort Myers, Florida 33916 Tel: 239-919-0045 Fax: 239-302-6889 Email: laguerrejean@yahoo.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: 29 16B 2 "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. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Procurement Ordinance and policies and accompanying administrative procedures. 30 16B 2 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 - 168--- 2 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: T1�V*A. .ITNE - , JRL ••= +ro • - es, Inc. /ittl FI' r % l NESS f i ,/% ' ,If"►i Pri t ame an. itle Date ��ao17 int Name �/ ::fi:iAr:, ,I N=SS r `. A Print Name Date: Apr) I irk)2D 1? OWNER: ATTEST: BOARD OF COUNTY Cs ISSIONERS OF COLLIER COUNTY %O A Dw'ki ht E. Brock, Cle BY: - . 4Ai / / BY: / rd_—. Attest_as to,Chairman's 4.7 Penny Tayl.r are signature only. Chairman 17, V-1\\--A pp ove• -s t' and Legality: it atS4tzet nt County Attorney ‘.'1 --'4C.----k-4-d---- Print Name 0h�1 32 16B 2 EXHIBIT A 1: PUBLIC PAYMENT BOND Karen Drive Storm Water Improvements Bond No.71888402 Contract No. 17-7067 KNOW ALL MEN BY THESE PRESENTS: That JRL Underground Utilities, Inc. , as Principal, and Western Surety Company as Surety, located at 333 S.Wabash Ave.. 41st FI.. Chicago, IL 60604 (Business Address) are held and firmly bound toThe Board of County Commissioners of Collier County as Obligee in the SUM of Three Hundred Thirteen Thousand Three Hundred Twenty Nine&09/100 ($313,329.09 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Obligee for Karen Drive Stormwater Improvements Collier County Bid#17-7067 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: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 20th day of March 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. • Thu terms, provisions and condi.i.' 713.23, F.S. or Section 255.05, F.S., 'vhichuvF r statute is applicable, are hereby incorporated by reference, and made a part of this Payment Bond. 33 Construction Services Agreement for Grant Funded Projects:08012016 163 2 Signed, sealed and delivered in the presence of: PRINCIPAL JRL Underground Utilities, Inc. BY: Witnesses as to Principal NAME: Jean Roger Laguerre ITS: CEO STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_ by Jean Roger Laquerre , as CEO of JRL Underground Utilities, Inc. , 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 Commission No.: XXXEMXX SURETY: WITNESS: Western Surety Company (Printed Name) 333 S.Wabash Ave. 41st Floor Chicago, IL 606 (Business s,/^ Q401RETyco Gihji;. CORPORATE ( horized Signature) * SEAL Burton Victor Harris, Attorney-In-Fact �oaIAP Witnesses to Surety (Printed Name) 34 Construction Services Agreement for Grant Funded Projects:08012016 1 6 B 2 . , ,\, ..--, , ,-:_,_ , , , OR - /- 1 Aaf'Attorney in Fact (Attach Power of Attorney) C � << e_, Burton Victor Harris Witnesses (Printed Name) 333 S.Wabash Ave. 41st Floor Chicago, IL 60604 (Business Address) (800)780-5414 (Telephone Number) STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknowledged before me this 20th day of March , 2017 , by Burton Victor Harris , as Attorney-In-Fact of Western Surety Company Surety, on behalf of Surety. He/She is personally known to me OR has produced Personally as identi i tion and who did (did not) take an oath. My Commission Expires: 01/10/2021 - --'-.: \ k. * c. (Signature) Name: Linda Ivy Vera (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florida Commission No.: GG047614 _ ( ;'p,''''',, LINDA IVY VERA I ' ,`C Notary Public-State of Florida s .II `; Commission 0 GG 047614 -,,,,,...„....4.,9,; My Comm. Expires Jan 10.2021 ''%1?' " Bonded through National Notary Assn ` 35 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 EXHIBIT A 2: PUBLIC PERFORMANCE BOND Karen Drive Storm Water Improvements Bond No.71888402 Contract No. 17-7067 KNOW ALL MEN BY THESE PRESENTS: That JRL Underground Utilities, Inc. , as Principal, and Western Surety Company as Surety, located at 333 S.Wabash Ave., 41st Fl., Chicago, IL 60604 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County , as Obligee in the sum of Three Hundred Thirteen Thousand Three Hundred Twenty Nine & 09/100 ($313,329.09 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for Karen Drive Stormwater Improvements Collier County Bid# 17-7067 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. ``1 t "`7 t t `t * Construction Services Agreement for Grant Funded Projects:08012016 16B 2 IN WITNESS WHEREOF, the above parties have executed this instrument this 20th day of March , 2017 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL JRL Underground Utilities, Inc. BY: Witnesses as to Principal NAME: Jean Roger Laguerre ITS: CEO STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by Jean Roger Laguerre as CEO of JRL Underground Utilities. Inc. 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) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 37 Construction Services Agreement for Grant Funded Projects:08012016 168 2 X'JX SURETY: WITNESS: Western Surety Company (Printed Name) 333 S.Wabash Ave. 41st Floor Chicago. IL 60604 ��Q*suRETyco (Business Address) 3 CORPOOg7F a 0 SEAL (Authorized Signature) %OA O \ • 4 fL--�. ! Burton Victor Harris, Attorney-In-Fact Witnesses as to Surety / (Printed Name) OR 7 7 ` a Attorney in Fact /---) Attach Power of Attorney) -Citi(.4_,I Z_ Burton Victor Harris Wi esses (Printed Name) 333 S.Wabash Ave. 41st Floor Chicago, IL 60604 (Business Address) (800)780-5414 (Telephone Number) STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknowledged before me this 20th day of March , 2017 , by Burton Victor Harris , as Attorney-In-Fact of Western Surety Company , a South Dakota Surety, on behalf of Surety. He/She is personally known to,.. me OR has produced Personally as identification antd wh,. did (did not) take an oath. My Commission Expires:01/10/2021 'N,) \, \ ,t, ./(?—_____)) (Signature) Name: Linda Ivy Vera (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florida Commission No.: GG047614 4 ,.pY'o'' LINDA IVY VERA i =;P -,1°`'C'% Notary Public •State of Florida ' 1 • Commission 0 GG 047614 ' 1 %,%,.....,"..,,,,,,,i. My Comm. Expires Jan 10, 2021 '';`",;,; ° f Bonder}through National Notary Assn 38 Construction Services Agreement for Grant Funded Projects:08012016 16 8 2 ,. Sure CompanyWestern POWER OF ATTORNEY-CERTIFIED COPY Bond No. 71888402 Know All Mon By These Presents,that WESTERN SURETY COMPANY,a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make, constitute and appoint BURTON VICTOR HARRIS its true and lawful attorney(s)-in-fact,with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: JRL Underground Utilities, Inc. Obligee: The Board of County Commissioners of Collier County, Florida Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds,policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of Ju l y 17 2017 ,but until such time shall be irrevocable and in full force and effect. Ips,,,W` �i Western Surety Company has caused these presents to be signed by its Vice President,Paul T.Bruflat,and its cor� . �e�A'gl-ttf'be.a44g,this 20th day of March 2017 E1-:y .0 O. ` ,�„�. WEST.' R SURE COMPANY Eitml fS'I &F. 1l{ Paul T. rufat,Vice President 7 ss COU . ,f±ou"ii±! On this 20th day of March ,in the year 2017 ,before me,a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. i J. MOHR r / ' l �J NOTARY PUBLIC 0.14 a Notary Public-South Dakota i SOUTH DAKOTA +br04h4 0000., 4hti 4o.•M4MA4+ My Commission Expires June 23, 2021 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 20th day of March 2017 WEST R ,' SURE COMPANY 7.- : /44..... Paul T. ruflat,Vice President To validate bond authenticity,go to www.cnasurety.com >Owner/Obligee Services>Validate Bond Coverage. Form F5306-1.2016 16B 2 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. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage( shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverageLsj 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 39 16 B 2 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 16B 2 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 Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ®Commercial General $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability(Occurrence Form) Liability and Property Damage Liability. This shall include Premises and patterned after the current Operations; Independent Contractors; Products and Completed Operations ISO form and Contractual Liability. $ single limit per occurrence 4. 0 Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/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. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: D United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑Project Professional Liability $ Per Occurrence 41 Construction Services Agreement for Grant Funded Projects:08012016 IMMO 16B 2 0 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. The Certificates of Insurance must state the Contract Number,or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. ® Thirty(30) Days Cancellation Notice required. RLC 12/2/2016 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 JR underground Utilities Inc Date 01/09/2016 Vendor Signature r� 04.1,M.(,l Print Name Jean R. Laguerre Insurance Agency Normandy Insurance Company Agent Name Telephone Number 42 Construction Services Agreement for Grant Funded Projects 08012016 1 __________ 1 6 B 2 :1 NORMANDY WORKERS COMPENSATION AND EMPLOYERS INFORMATION LIABILITY INSURANCE PAGE INSURANCLSI COMPANY Wr,00 00 01 A Insurer: Normandy Insurance Company Policy No.. NHFL0054242016 P O Box 1569 Federal Employers I.D# 26-1905210 Deerfield Beach, FL 33443 Intcrrintrastate Risk I.D.# ____—.-___._._.__ 1 (866) 688-6442 NCCI It 29803 ' .; Individual Partnership f I 1. The Insured: JRL Underground Utilities inc __ ,.,___ j X__Corporation or Mailing Address: 3352 Poinsettia Ave Naples, FL 34104 Other workplaces not shown above: N/A 2. The policy period from 06�?Qr016 _to 0612012017�—_at the insured's mailing address. 3. A Workers Compensation Insurance: Part One of the policy applies to the Workers Compensation Law of the states listed here: FL B Employers Liability Insurance Part Two of the policy applies to work in each state listed in Item 3.A The limits of our liability under Part Two are: Bodily Injury by Accident $ 100,000 each accident Bodily Injury by Disease $ 500.000 policy limit Bodily Injury by Disease $ 100.0+30_ each employee 1A C. Other Stile Insurance. Part Three of the policy applies to the states if any, listed Here: See Schedule D. This policy includes theses endorsements and schedules: See Schedule 4. The premium for this policy will be determined by our Manuals of Rules.Classifications. Rates and Rating Plans All information required below is subject to verification and change by audit. Classifications Code Premium Basis Rate Per Estimated No Total Estimated $100 of Annual Annual Remuneration Premium Remuneration See Item 4 Extension WC 00 00 01 A For Ratings and Extensions Total Estimated Annual Premium $ 3,401 00 Minimum Premium$ 660 Expense Constant$ 200.00 Date Produced. 06/23/2016 Countersigned by _.— Name of Producer: Ascendant Underwriters LLC, PO Box 260490 Mmmi FL 33126 _. , o 1987 National Council on Compensation InS441311C0. Page 1 16B 2 , I k NORMANDY s, all INSUR ANC E4 C. 0 V I., A s4 y -- - — ---- , 1 1 WORKERS OCMPE.;NSATION ANC EMPLOYERS I.lAdil ITY C3OL CI !INSURczO ,RL Underground Llillne,;Inc 1.1:INSICN or INF PA:117•rITAA I POLICY t•JO NNFL005424016 I • 4 SCHEUULE Of' IAMLU ;1,4UNEUS I POLICY PE-210U. ni20/2O15 i!- ...g, — 26-19052'0 4 Jf-?L Underground Utl(tres Inc LOCatlOr 4ddress. 3352 Pornsettia Ave Na FL 34"04 • ,, ,., ' r' q ' f '1 1 : i!: 1 \AT;.3C 00 Cl . 1 r 163 2 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 16B 2 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT Payment, Schedule of Values and Stored Materials Record applications are available for download at: http://purchasing.colliergov.net/Forms/Forms/AllItems.aspx 44 16B 2 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccspOl/SiteDirectory/ASD/Purchasino/Formsl/Forms/Default.aspx Change Order Form Contract*: Change*: Purchase Order*: Project*: Contrastor)Firm Name: Project Name: Project Manager Name Department: Original Contr act:Work Order Amount Cliirsa.I BCC-Apgroial Date;Agenda Item Current BCC Aotxioved Amount Last BCC Approval Data Agenda item* Current C attract:Worts Order Amount SAP C ontra ot Expiration Dale(Mater) DC,113.7 A.mourit of this Change *DIVA' Total Change from Original Amcurit Revised C ants cflAf ont Order Total 5 0.00 *0 IVIO! Change from Current BCC Approved Amount Cumulative Changes 5.50 4l4DIV.,0! Change f Torn Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceel OriginalLast Approved Revised Date Date Completion Dat Date Ming *of Days Added Select Tasks 0 Add new task(s) 0 Delete taskIs} 0 Changetask(s) Other;Set Provide a response to the following:1.)detailed and specific explanationhationale of the requested change(s)to the task(s)arid t or the additional days added(if requested);2.)why this change WaS not included in the original contract;and,I.)describe the impact if this change is not processed. Attach additional information from the Desn prates 5‘n.r.a.1 ardor Contractor if needed. Prepared by: Date: fProject Manager Name and Department) Acceptance a this Ctare Order shaft cor st nue a modifisaton ic contrawork order Certified above and will be subject to all Ire same terms arc con:lions as contained or tire contract workoroer indicated above,as fully as if the same were settee in this acoeptance. The adiLstrnent.if any,torte Conrad s constitute a full and final settlement of any end all otaims of the Contractor Vendor.,Consultant; Desin'-'rofes s/one arising oat of or neared to the ctistrg4e set forth herein,including claims for impact and detay costs. Accepted by: Date: (Contractor Vendor.Consultant I Des gm Profess karat and Name of Firm,if project applicable) Approved by: Dale: (Des Professional and Name of Firm,if project applicable) Approved by: Dale: .(Procurement Professional rt:'rev,aqJ 'SUS:,TS, saTteak rrtat 45 168 2 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. 46 16 6 2 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 47 16 B 2 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: 20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date:_ YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name& Title) 48 16B 2 By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name& Title) 49 168 2 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 Grant Funded Projects:08012016 16B 2 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 Applications for Payment noted below. The Project Manager's review and approval of the 52 Construction Services Agreement for Grant Funded Projects:08012016 168 2 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 or on County Holidays without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or 53 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 (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 and policies. 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. 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. 54 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County maynot accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt 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 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 55 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 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 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 56 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 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; 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 57 Construction Services Agreement for Grant Funded Projects:08012016 1 6 B 2 changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 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. 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 58 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 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. 8.3 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. 8.4 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. 8.5 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 8.6 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. 9. CHANGES IN THE WORK. 9.1 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 59 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 9.2 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. 9.3 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. 9.4 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. 9.5 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. 9.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Procurement Ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 10. CLAIMS AND DISPUTES. 10.1 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 60 Construction Services Agreement for Grant Funded Projects:08012016 1 6 B 2 to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 10.2 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. 10.3 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. 11. OTHER WORK. 11.1 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. 11.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 11.3 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. 12. INDEMNIFICATION AND INSURANCE. 61 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 12.1 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. 12.2 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. 12.3 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. 13. COMPLIANCE WITH LAWS. 13.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 13.2 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. 62 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 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 Bidder/Vendor 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-Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. CLEANUP AND PROTECTIONS. 14.1 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. 14.2 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. 63 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 15. ASSIGNMENT. 15.1 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. 16. PERMITS, LICENSES AND TAXES. 16.1 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. 16.2 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. 16.3 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. 17. TERMINATION FOR DEFAULT. 17.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 17.2 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 64 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 17.3 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. 17.4 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. 17.5 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. 17.6 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. 18. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 65 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 18.1 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. 18.2 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. 19. COMPLETION. 19.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 19.2 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 a payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. 66 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 (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. 20. WARRANTY. 20.1 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. 20.2 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. 21. TESTS AND INSPECTIONS. 21.1 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. 21.2 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 67 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 21.3 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. 21.4 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. 21.5 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. 21.6 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. 22. DEFECTIVE WORK. 22.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, 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. 22.2 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. 68 Construction Services Agreement for Grant Funded Projects:08012016 166 2 22.3 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. 22.4 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. 22.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs 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. 23. SUPERVISION AND SUPERINTENDENTS. 23.1 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 69 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 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. 23.2 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. 24. PROTECTION OF WORK. 24.1 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. 24.2 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. 24.3 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. 25. EMERGENCIES. 25.1 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 70 Construction Services Agreement for Grant Funded Projects:08012016 168 2 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. 26. USE OF PREMISES. 26.1 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. 27. SAFETY. 27.1 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: 27.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 27.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 27.1.3 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. 27.2 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. 71 Construction Services Agreement for Grant Funded Projects:08012016 166 2 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 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. 28. PROJECT MEETINGS. 72 Construction Services Agreement for Grant Funded Projects:08012016 168 2 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. 29. 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. 30. 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 colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 31. SALES TAX SAVINGS AND DIRECT PURCHASE 31.1 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: 31.2 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 73 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 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. 31.3 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. 32. SUBCONTRACTS 32.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 32.2 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. 32.3 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 74 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 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. 32.4 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. 32.5 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. 32.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 32.6.1 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. 32.6.2 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. 32.6.3 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 75 Construction Services Agreement for Grant Funded Projects:08012016 168 2 require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub- subcontracts and purchase orders. 32.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 76 Construction Services Agreement for Grant Funded Projects:08012016 168 2 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.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 exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, 77 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 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. 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 exclusive jurisdiction on all such matters. 78 Construction Services Agreement for Grant Funded Projects:08012016 x66 2 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: Supplemental Conditions CDBG (also attached following this page) 79 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 Exhibit I Housing Urban Development (HUD) Supplemental Conditions The supplemental conditions contained in this section are intended to cooperate with,to supplement,and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract,the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in each invoice submittal the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla. Stat. ® 1. Termination(Cause and Convenience) ® 2. Access to Records ® 3. Retention of Records ® 4. Remedies ® 5. Environmental Compliance(Clean Air Act and Clean Water Act) ® 6. Energy Efficiency ® 7. Equal Opportunity Provisions ® 8. Section 3 ® 9. Conflict of Interest ® 10. Utilization of Minority and Women's Businesses ® 11. Federal Labor Standards Provisions (Davis Bacon, Copeland, and Contract Work Hours Act) ® 12. Guidance to Contractor for Compliance With Labor Standard Provisions ® 13. Lobbying Prohibition ® 14. Debarment ® 15. Historic Preservation ® 16. Record Keeping and Documentation ® 17. Grantee Recognition(Advertisement) ® 18. Copyright and Patent Rights ® 19. Religious Organizations ® 20. Recycled Products 166 2 Housing Urban Development (HUD) Supplemental Conditions 1. TERMINIATION FOR CAUSE AND/OR CONVENIENCE A. This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (1) not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (2) an opportunity for consultation with the terminating party prior to termination. B. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in 1(a)above. C. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made,but (1) no amount shall be allowed for anticipated profit on unperformed services or other work,and (2) any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. D. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise) and (2) deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. E. Upon termination,the local government may take over the work and may award anot her party a contract to complete the work described in this contract. F. If, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the local government. In such event, adjustment of the contract price shall be made as provided in paragraph(c)above. 2. ACCESS TO RECORDS The local government,the Florida Department of Economic Opportunity,the U.S. Department of Housing and Urban Development, the Comptroller General of the United States, the Chief Financial Officer of the State of Florida, the Auditor General of the State of Florida, the Florida Office of Program Policy Analysis and Government Accountability, and any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purpose of making audit,examination,excerpts, and transcriptions. 08/30/16 2 16 B 2 Housing Urban Development (HUD) Supplemental Conditions 3. RETENTION OF RECORDS The contractor shall retain all records relating to this contract for six years after the local government makes final payment and all other pending matters are closed. 4. REMEDIES Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters inquestion between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 5. ENVIRONMENTAL COMPLIANCE If t hi s c o n t r act exceeds $ 100,000, the c o n t r a c t or shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and U.S. Environmental Protection Agency regulations (40 C.F.R. Part 15). The contractor shall include this clause in any subcontracts over $100,000. 6. ENERGY EFFICIENCY The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Public Law 94-163). 7. SPECIAL EQUAL OPPORTUNITY PROVISIONS A.Activities and Contracts Not Subject to Executive Order 11246,as Amended (Applicable to Federally assisted construction contracts and related subcontracts $10,000 and under.) During the performance of this contract, the Contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender i d entity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contracting Officer seeking forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex, sexual orientation,gender identity,or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. B.Executive Order 11246, as Amended(through 2014), Section 202 Equal Opportunity Clause(Applicable to contracts/subcontracts above$10,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or 08/30/16 3 1 6 B 2 Housing Urban Development (HUD) Supplemental Conditions national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color,religion,sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information." (4) The Contractor will send to each labor union or representative of workers with which he has acollective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the said labor union or worker's representatives of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and by the Rules, Regulations,and Relevant Orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations,or orders,this contract may be canceled,terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the Provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the 08/30/16 4 168 Housing Urban Development (HUD) Supplemental Conditions interests of the United States. C. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to contracts/subcontracts exceeding$10,000.) (a) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (b) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Female participation:6.9%(statewide) Minority participation: 17.1%Collier County These goals are applicable to all Contractor's construction work (whether or not it is federally- assisted) performed in the covered area. If the Contractor performs construction work in a geographic area located outside of the covered area, it shall apply the goals established for such geographic area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and non-Federally involved construction. The Contractor's co m p 1 i a n c e with Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3 (a), and its efforts to meet the goals established or the geographic area where the contract resulting from his solicitation is to be performed. The hours of minority and female employment or training must be substantially uniform throughout the length of the contract and in each trade the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (c) The Contractor shall provide written notification to the County within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. Contact Information: Collier County Government—CHS Section 3 Manager 3339 East Tamiami Trail E, STE 211 Ms. Kristi Sonntag Naples,Florida 34112 Telephone: 239-252-2486 Telephone 239-252-2273 kristiSonntag@colliergov.net Fax 239-252-2638 http://www.colliergov.net/your-government/divisions-a-e/community-and-human-services (d) As used in this Notice, and in the contract resulting from the solicitation, the "covered area" is the county in which the contract work is being undertaken. 08/30/16 5 168 2 Housing Urban Development (HUD) Supplemental Conditions D.41 CFR 60-4.3 Equal Opportunity Clauses (a). The equal opportunity clause published at 41 CFR 60-1.4(a)of this chapter is required to be included in, and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4(b) is required to be included in, and is a part of, all nonexempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all nonconstruction contractors, as applicable, shall include the specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to § 60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of nonconstruction Federal contracts and subcontracts covered under the Executive order. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246). 1. As used in these specifications: A. "Covered area" means the geographical area described in the solicitation from which this contract resulted; B. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number" means the Federal Social Security number used on the Employer's quarterly Federal Tax Return, U.S.Treasury Department Form 941. D. "Minority" includes: (I) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (II) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central, or South American or other Spanish Culture or origin, regardless of race); (III) Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia,the Indian Subcontinent,or the Pacific Island);and (IV) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work i n the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not execuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the 08/30/16 6 1682 Housing Urban Development (HUD) Supplemental Conditions Plan goals and timetables 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs (7) (A) through (P). of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing contracts in geographical areas where they do not have a Federal or Federally-assisted construction contract shall apply the minority and female goals established for the geographic area where the contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5.Neither the provisions of any collective bargaining agreement,nor the failure by a union with whom the Contractor has a collective bargaining agreement,to refer either minorities or women shall excuse the Contractor's obligations under the s e s p e c i f i c a t i o n s,Executive Order 11246,or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting goals, such apprentices and trainees must be employed by the Contractor during the training period,and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training,subject to the availability of employment opportunities.Trainees must be trained pursuant to training programs approved by the U. S.Department of Labor. 7.The Contractor shall t a k e s p e c i f i c a f f i r m at i v e actions to ensure equal employment opportunity.The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions.The Contractor shall document these efforts fully,and shall implement affirmative action steps at least as extensively as the following: (a) Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. (c) Maintain a current file of the names,addresses,and telephone numb e r s of each mi no r it y an d female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person 08/30/16 7 Housing Urban Development (HUD) 168 2 Supplemental Conditions or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7.(b)above. (f) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review,at least annually,the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending,subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female recruitment students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source,the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures,and tests to be used in the selection process. (j) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60-3. (1) Conduct, at least annually,an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for,through appropriate training,etc., such opportunities. (m) Ensure that seniority practices,job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. 08/30/16 8 16B 2 Housing Urban Development (HUD) Supplemental Conditions (n) Ensure that all facilities and company activities are nonsegregated except that separate or single- user toilet and necessary changing facilities shall be provided to assure privacy between the sexes (o) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisors adherence to and performance under the Contractor's EEO policies and affirmative action obligations. (q) become familiar with the HUD "Questions and Answers on Sexual Harassment under the Fair Housing Act." And request a copy from the County if needed. 4. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7) (a)through(p). The efforts of a contractor association,joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7) (a) through (p) of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 5. A single goal for minorities and separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner(for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 6. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race,color,religion,sex,or national origin. 7. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 8. The Contractor shall carry out sections and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 9. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensively as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its effort to ensure equal employment opportunity. If the Contractor fails to comply with the requirement of the Executive Order,the implementing regulations,or these specifications,the Director shall proceed in accordance with 41 CFR 60-4.8. 08/30/16 9 16 B 2 Housing Urban Development (HUD) Supplemental Conditions 10. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out,to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee, the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number where assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay,and location at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 11. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance and upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). E. Certification of Non-Segregated Facilities (Contracts over$10,000) The contractor does not maintain or provide for its employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants, and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities which are segregated by explicit directive or are in fact segregated on the basis of race, creed,color,or national origin,because of habit, local custom,orotherwise. The contractor further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontractors exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods). F. Civil Rights Act of 1964 Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. G. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the grounds of race,color,national original,or sex be excluded from participation in,be denied the benefits of,or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 8. "SECTION 3" Compliance in the Provision of Training,Employment and Business Opportunities 08/30/16 10 166 2 Housing Urban Development (HUD) Supplemental Conditions (1) The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12U.S.C. 1701u (section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. (2) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. (3) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the S ection 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. (4) The contractor agrees to include this S ection 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. (5) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. (6) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. (7) With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with S ection 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). I. Section 503 Handicapped(Contracts$2,500 or Over) 08/30/16 11 16B 2 Housing Urban Development (HUD) Supplemental Conditions (1) The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (2) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (3) In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (4) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (5) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding,that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (6) The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. J.Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual's age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. K.Title II of the Genetic Information Nondiscrimination Act of 2008(GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor-management training and 08/30/16 12 16B 2 Housing Urban Development (HUD) Supplemental Conditions apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay,job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) "Genetic information" includes information about an individual's genetic tests and the genetic tests of an individual's family members, as well as information about the manifestation of a disease or disorder in an individual's family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. 9. CONFLICT OF INTEREST OF OFFICERS OR EMPLOYEES OF THE LOCAL JURISDICTION, MEMBERS OF THE LOCAL GOVERNING BODY, OR OTHER PUBLIC OFFICIALS No officer or employee of the local jurisdiction or its designees or agents, no member of the governing body, and no other public official of the locality who exercises any function or responsibility with respect to this contract, during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Contractor shall cause to be incorporated in all subcontracts the language set forth in this paragraph prohibiting conflict of interest. 10. UTILIZATION OF MINORITY AND WOMEN FIRMS(M/WBE) The contractor shall take all necessary affirmative steps to assure that M/WBE firms are utilized when possible as suppliers and/or subcontractors, as applicable. Prior to contract award, the contractor shall document efforts to utilize M/WBE firms, including identifying what firms were solicited as suppliers and/or subcontractors, as applicable. Information regarding certified M/WBE firms can be obtained from: • Florida Department of Management Services,Office of Supplier Diversity, • Florida Department of Transportation(construction services,particularly highway), • Minority Business Development Center in most major cities,and • Local government M/WBE programs in many large counties and cities. A firm recognized as an M/WBE by any of the above agencies is acceptable for the CDBG program. 11. FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Act, and Contract Works Hours& Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. (1) (a) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be 08/30/16 13 168 2 Housing Urban Development (HUD) Supplemental Conditions alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination;and (2) The classification is utilized in the area by the construction industry;and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (iii) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that the additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 215-0140.) 08/30/16 14 Housing Urban Development (HUD) 16 B 2 Supplemental Conditions (iii) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(ii) or of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (2) Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD, or its designee may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. (3) (a) Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors 08/30/16 15 168 2 Housing Urban Development (HUD) Supplemental Conditions employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (b) (i) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owners, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(I). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U. S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance", signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(I)and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice,and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (iii) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A(3)(b)(ii)of this section. (iv) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph A(3)(a) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 08/30/16 16 = ,. 16B 2 Housing Urban Development (HUD) Supplemental Conditions (4) (a)Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. (ii) Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for 08/30/16 17 166 2 Housing Urban Development (HUD) Supplemental Conditions the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,as amended,and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. (6) Subcontracts.The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contract shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor (USDOL) set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the USDOL, or the employees or their representatives. (10) (a) Certification of Eligibility. By entering into this contract,the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (c) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., "Federal Housing Administration transactions", provides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration ... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years,or both." (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any 08/30/16 18 166 2 Housing Urban Development (HUD) Supplemental Conditions other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in the paragraph, the terms "laborers" and "mechanics"include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph(1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through(4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91- 54.83 State 96). 08/30/16 19 16 8 2 Housing Urban Development (HUD) Supplemental Conditions (3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 12. GUIDANCE TO CONTRACTOR FOR COMPLIANCE WITH LABOR STANDARDS PROVISIONS A. Contracts with Two Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. B. Complying with Minimum Hourly Amounts (1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the "Rates" and "Fringe Benefits" (if any) columns of the applicable wage decision. (2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the "Rates" and "Fringe Benefits"columns. (3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit. Generally,a fringe benefit is bona fide if(a) it is available to most workers and (b) involves payments to a third party. (4) The hourly value of the fringe benefit is calculated by dividing the contractor's annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem. As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis-Bacon and Related Acts has been satisfied.) C. Overtime For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis-Bacon and related acts only establish minimum rates and does not address overtime; the Contract Work Hours Act contains the overtime requirement and uses "basic rate of pay" as the base for calculation, not the minimum rates established by the Davis-Bacon and related acts.) D. Deductions Workers who have deductions, not required by law, from their pay must authorize these 08/30/16 20 1 6 B ZI Housing Urban Development (HUD) Supplemental Conditions deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court-ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. E. Classifications Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner's representative in writing and identify the job classification(s) required. In some instances, the State agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor. The USDOL must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. F. Supervisory Personnel Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis-Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis-Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s)based on the work performed. G. Sole Proprietorships/ Independent Contractors/ Leased Workers The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as "owner" is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. 08/30/16 21 16 B 2 ' Housing Urban Development (HUD) Supplemental Conditions If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked. H. Apprentices/Helpers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of the journeyman rate. For Davis-Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the "trade" depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a "helper". As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. 13.LOBBY PROHIBITION (a) No funds or other resources received from the Department under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The Recipient certifies, by its signature to this Agreement,that to the best of his or her knowledge and belief; 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or attempting to influence an officer or employee of any agency," a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation,renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying." 1. The Recipient shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 08/30/16 22 16B 2 Housing Urban Development (HUD) Supplemental Conditions 14. DEBARMENT Pursuant to 2 CFR 2424, all grantees are required to verify that any/all persons, contractors, consultants, businesses, sub-recipients, etc. that are conducting business with the grantee, including any city/county or the grantee itself, are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the covered transaction or in any proposal submitted in connection with the covered transaction. Verification will be checked through the excluded parties system list atwww.sam.gov. 15. HISTORIC PRESERVATION The Contractor shall comply with the historic preservation requirements of 24 CFR 58.17 and the Secretary of the Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings and with all other environmental regulatory requirements. D. Historic Preservation: The contractor agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 USC 470) and the procedures set forth in 36 CFR 800, Advisory Council on Historic reservation Procedures for Protection of Historical Properties. 16.RECORD KEEPING AND DOCUMENTATION The Recipient, its employees or agents, including all contractors, subcontractors or consultants to be paid from funds under this Agreement, shall allow access to its records at reasonable times to the Departments, its employees and agents. "Reasonable" shall ordinarily mean during normal business hours of 8am to 5pm local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Department. 1. The Contractor shall maintain all records required by the grantor. 2. All reports, plans, surveys, information, documents, maps and other data procedures developed, prepared, assembled, or completed by the Contractor for the purpose of this Agreements shall be made available to the County by the Contractor at any time upon request by the County or HUD. Upon completion of all work contemplated under this agreement copies of all documents and records relating to this agreement shall be surrendered to the County if requested. In any event the sub-recipient shall keep all documents for six (6) years after the expiration of this agreement. 17. GRANTEE RECOGNITION All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to the funding source. The Contractor will mount a temporary construction sign for projects funded by Housing Urban Development though Collier County Community and Housing Services. The design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. The Construction sign shall comply with applicable County codes. 18. RIGHT AND PATENT RIGHTS No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The US Department of Housing and Urban Development and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. 19. RELIGIOUS OGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religions organizations. Section 24 CFR 570.200(j)specifies the limitations on CDBG funds. 20.RECYCLED PRODUCTS The Contractor agrees to provide a preference for those products and services that conserve natural 08/30/16 23 16B2 Housing Urban Development (HUD) Supplemental Conditions resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), `Comprehensive Procurement Guideline for Products Containing Recovered Materials,"40 C.F.R. part 247. 08/30/16 24 1 6 B 2 Housing Urban Development (HUD) Supplemental Conditions State and Federal Statutes and Regulations By signature of this Agreement, the contractor hereby certifies that it will comply with the following (as applicable)federal and state requirements: 1. Community Development Block Grant Disaster 32. 1962,40 U.S.C.s. 327 et. seq.; 2. Recovery Emergency Rule 9BER09-2;The Solid 33. The Wildlife Coordination Act of 1958,as amended; Waste Disposal Act,as amended by the Resource Noise Abatement and Control:Departmental Policy Conservation and Recovery Act of 1975 (42 U.S.C.,s. Implementation,Responsibilities, and Standards,24 6901 et.se q•); C.F.R.Part 51, Subpart B; 3. Florida Small and Minority Business Act, s. 34. Flood Disaster Protection Act of 1973,P.L 92-234; 288.702-288.714,F.S.; 35. Protection of Historic and Cultural Properties under 4. Florida Coastal Zone Protection Act,s. 161.52- HUD Programs,24 C.F.R.Part 59; 36. Coastal Zone Management Act of 1972,P.L 161.58,F.S.; 92-583; 5. Local Government Comprehensive Planning and 37. Architectural and Construction Standards; Land Development Regulation Act,Ch. 163,F.S.; 38. Architectural Barriers Act of 1968,42 U.S.C.4151; 6. Title I of the Housing and Community Development 39. Executive Order 11296, relating to evaluation of 7. Act of 1974, as amended flood hazards; 8. Treasury Circular 1075 regarding drawdown of 40. Executive Order 11288. relating to prevention, CDBG funds. control and abatement of water pollution; 9. Sections 290.0401-290.049, F.S.; 41. Cost-Effective Energy Conservation Standards,24 10. Rule Chapter 9B-43,Fla.Admin. Code.; 10. C.P.R.Part 39; Department of Community Affairs Technical 42. Section 8 Existing Housing Quality Standards, 24 Memorandums; C.F.R.Part 882; 11. HUD Circular Memorandums applicable to the Small 43. Coastal Barrier Resource Act of 1982; Cities CDBG Program; 44. Federal Fair Labor Standards Act,29 U.S.C.,s.201 12. Single Audit Act of 1984; et. seq.; 13. National Environmental Policy Act of 1969 and 45. Title VI of the Civil Rights Act of 1964 Non other provisions of law which further the purpose of discrimination; 46. Title VII of the Civil Rights Act of 1968 this Act; Non-discrimination in housing; 14. National Historic Preservation Act of 1966(Public 47. Age Discrimination Act of 1975; Law89-665)as amended and Protection of Historic 48. Executive Order 12892-Fair Housing Properties(24C.F.R. Part 800); 49. Section 109 of the Housing and Community 15. Preservation of Archaeological and Historical Data Development Act of 1974,Non-discrimination; Act of 1966; 50. Section 504 of the Rehabilitation Act of 1973 and 24 C.F.R.Part 8; 16. Executive Order 11593 -Protection and Enhancement of Cultural Environment; 51. Executive Order 11063 -Equal Opportunity in Housing; 17. Reservoir Salvage Act; 52. Executive Order 11246-Nondiscrimination; 18. Safe Drinking Water Act of 1974,as amended; 53. Section 3 of the Housing and Urban Development 19. Endan&ered Species Act of 1958,as amended; Act of 1968,as amended-Employment Training of 20. Executive Order 12898 -Environmental Justice 21. Executive Order 11988 and 24 C.F.R.Part 55- Lower Income Residents and Local Business Floodplain Management; Contracting; 22. The Federal Water Pollution Control Act of 1972,as 54. Uniform Relocation Assistance and Real amended(33 U.S.C.,s. 1251 et.seq.); Property Acquisition Policies Act of 1970,P.L., 23. Executive Order 11990 -Protection of Wetlands; 100-17, and 49 C.F.R.Part 24; 24. Coastal Zone Management Act of 1968, as amended; 55. Copeland Anti-Kickback Act of 1934;Hatch Act; 25. Wild and Scenic Rivers Act of 1968,as amended; 56. Title N Lead-Based Paint Poisoning Prevention Act 26. Clean Air Act of!977; (42 U.S.C.,s. 1251 et.seq.); 27. HUD Environmental Standards (24 C.F.R.Part 58); 57. OMB Circulars A-87, A-!02,A-122, and A-133,as 28. Farmland Protection Policy Act of 1981; revised; 29. Clean Water Act of 1977; 58. Administrative Requirements for Grants,24 30. Davis-Bacon Wage Rate Act; C.F.R.Part 85; 59. Section 02 of the Department of 31. Contract Work Hours and Safety Standards Act of Housing and Urban Development Reform Act of 1989 and 24 C.F.R.Part 12. 08/30/16 25 16B 2 Housing Urban Development (HUD) Supplemental Conditions Section 3 Requirements What is Section 3? Section 3 is a provision of the Housing and Urban Development(HUD) Act of 1968 that helps foster local economic development, neighborhood economic improvement, and individual self-sufficiency. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent feasible, provide job training, employment, and contracting opportunities for low- or very-low income residents in connection with projects and activities in their neighborhoods. How does Section 3 promote self-sufficiency? Section 3 is a starting point to obtain job training, employment and contracting opportunities. From this integral foundation coupled with other resources comes the opportunity for economic advancement and self- sufficiency. • Federal, state and local programs • Advocacy groups • Community and faith-based organizations How does Section 3 promote homeownership? Section 3 is a starting point to homeownership. Once a Section 3 resident has obtained employment or contracting opportunities they have begun the first step to self-sufficiency. Remember, "It doesn't have to be fields of dreams". Homeownership is achievable. For more information visit our HUD website. Who are Section 3 residents? Section 3 residents are: • Public housing residents or • Persons who live in the area where a HUD-assisted project is located and who have a household income that falls below HUD's income limits as provided below. SECTION 3 INCOME LIMITS (FY 2016 Income Limits from www.huduser.org) All residents of public housing developments and those participating on the Section 8 program qualify as Section 3 residents.Additionally,individuals residing in Collier County who meet the income limits set forth below also qualify for Section 3 status. A picture identification and proof of current residency is required. Eligibility Guidelines Number in Household Very low-income(50%) Low income(80%) 1 person $23,300 $36,800 2 person $26,300 $42,050 3 person $29,600 $47,300 4 person $32,850 $52,550 5 person $35,500 $56,800 6 person $38,150 $61,000 7 person $40,750 $65,200 8 person $43,400 $69,400 08/30/16 26 168 2 Housing Urban Development (HUD) Supplemental Conditions Determining Income Levels • Low income is defined as 80%or below the median income of that area. • Very low income is defined as 50%or below the median income of that area. What is a Section 3 business concern? A business that: • Is 51 percent or more owned by Section 3 residents; • Employs Section 3 residents for at least 30 percent of its full-time,permanent staff; or • Provides evidence of a commitment to subcontract to Section 3 business concerns, 25 percent or more of the dollar amount of the awarded contract. What programs are covered? Section 3 applies to HUD-funded Public and Indian Housing assistance for development, operating, and modernization expenditures. Section 3 also applies to certain HUD-funded Housing and Community Development projects that complete housing rehabilitation, housing construction,and other public construction. What types of economic opportunities are available under Section 3? • Job training • Employment • Contracts Any employment resulting from these expenditures, including administration, management, clerical support, and construction, is subject to compliance with Section 3. Examples of Opportunities include but not limited to the list identified: •Accounting • Iron Works •Architecture •Janitorial •Appliance repair • Landscaping • Bookkeeping •Machine Operation • Bricklaying • Manufacturing • Carpentry •Marketing • Carpet Installation • Painting • Catering • Payroll Photography • Cement/Masonry • Plastering • Computer/Information •Plumbing • Demolition •Printing Purchasing • Drywall • Research •Elevator Construction • Surveying • Engineering •Tile setting • Fencing •Transportation • Florists •Word processing • Heating 08/30/16 27 16B 2 Housing Urban Development (HUD) Supplemental Conditions Who will award the economic opportunities? Recipients of HUD financial assistance will award the economic opportunities. They and their contractors and subcontractors are required to provide,to the greatest extent feasible,economic opportunities consistent with existing Federal, State,and local laws and regulations. Who receives priority under Section 3? For training and employment: • Persons in public and assisted housing • Persons in the area where the HUD financial assistance is spent • Participants in HUD Youthbuild programs • Homeless persons For contracting: Businesses that meet the definition of a Section 3 business concern How can businesses find Section 3 residents to work for them? Businesses can recruit Section 3 residents in public housing developments and in the neighborhoods where the HUD assistance is being spent. Effective ways of informing residents about available training and job opportunities are: • Contacting resident organizations, local community development and employment agencies • Distributing flyers • Posting signs • Placing ads in local newspapers Are recipients, contractors, and subcontractors required to provide long- term employment opportunities, not simply seasonal or temporary employment? Recipients are required, to the greatest extent feasible,to provide all types of employment opportunities to low and very low-income persons,including permanent employment and long-term jobs. Recipients and contractors are encouraged to have Section 3 residents make up at least 30 percent of their permanent, full-time staff. A Section 3 resident who has been employed for 3 years may no longer be counted towards meeting the 30 percent requirement. This encourages recipients to continue hiring Section 3 residents when employment opportunities are available. What if it appears an entity is not complying with Section 3? There is a complaint process. Section 3 residents, businesses, or a representative for either may file a complaint if it seems a recipient is violating Section 3 requirements are being on a HUD-funded project. Will HUD require compliance? Yes. HUD monitors the performance of contractors, reviews annual reports from recipients, and investigates complaints. HUD also examines employment and contract records for evidence that recipients are training and employing Section 3 residents and awarding contracts to Section 3 businesses. 12/15/16 28 168 2 Housing Urban Development (HUD) Supplemental Conditions How can Section 3 residents or Section 3 business concerns allege Section 3 violations? You can file a written complaint with either the regional or local offices below. ATLANTA REGIONAL OFFICE U.S. Department of Housing and Urban Development Southeast Office 40 Marietta Street Atlanta, GA 30303 (404)331-5140 (800)440-8091 Fax: (404) 331-1021 Email: complaints office 04( hud.gov LOCAL HUD FIELD OFFICE at. Public Housing and Community Development; 701 NW Is'Court, 16th Floor; Miami, FL 33136 Section3@miamidade.gov A written complaint should contain: • Name and address of the person filing the complaint • Name and address of subject of complaint(HUD recipient, contractor or subcontractor) • Description of acts or omissions in alleged violation of Section 3 • Statement of corrective action sought i.e. training, employment or contracts Additional information may be found at HUD's Section 3 website http://portal.hud.gov/hudportal/HUD?src=/program offices/fair housing equal opp/section3/section3 12/15/16 29 16B 2 Housing Urban Development (HUD) Supplemental Conditions DAVIS BACON ACT IS APPLICABLE ® YES ❑NO DAVIS BACON GENERAL WAGE DECISION FL 160153 08/19/2016 FL153 ADDITIONAL CLASSIFICATION DOCUMENTATION REQUIREMENTS HUD FORM 4230A AND INSTRUCTIONS 12/15/16 30 16B Housing Urban Development (HUD) Supplemental Conditions ADDITIONAL CLASSIFICATION REQUEST DOCUMENTATION REQUIREMENTS To add job classifications not listed on a wage decision,please submit the following to the HUD Office of Labor Relations: 1. Signed statement from the employing contractor identifying the proposed classification(s)&wage rate(s). The contractor must confirm whether or not the affected employee(s)(or their legal representative)concur in the proposed wage rate for each classification requested. If the employees have not yet been selected,the contractor shall indicate the employees are not yet known(see sample letter, attached); 2. written concurrence by the prime/general contractor(as applicable); 3. copy of the applicable wage decision; 4. completed Form HUD-4230A Report of Additional Classification and Rate, including the following project information: a. project name&number b. project location c. bid opening date d. contract award date e. description of work f. wage decision number in use g. proposed classification(s)&wage rate(s)for each classification requested h. labor organization information(if applicable) i. prime/general contractor information; PLEASE NOTE: • The wage rate(s)proposed for inclusion in a wage determination must bear a reasonable relationship to the wage rates that already are contained in that wage determination. The proposed wage rates must not be lower than the lowest trade/equipment operator(depending on type of classification requested)rate shown on the wage decision applicable to the project. • The Department of Labor has suspended processing requests for the approval of additional classifications and wage rates for helpers pursuant to legislation enacted in 1993.Nevertheless, if a contractor wishes to submit a request for such rates, HUD will forward the request to the DOL provided the requesting agency sets aside funds for potential restitution should the request be denied. • Classifications requested must be specific. Do not use generic titles such as operator, mechanic or installer. Identify the specific trade 12/15/16 31 168 2 Housing Urban Development (HUD) Supplemental Conditions SAMPLE SUB-CONTRACTOR'S LETTER TO REQUEST ADDITIONAL CLASSIFICATIONS This letter is addressed from a sub-contractor to the general (prime) contractor. If a general contractor is making the request, it would be addressed to the local contracting agency ABC Plumbing Co. 42 East Palm Street Miami, FL 33130. June 10, 1999 Mr. William Smith Prime contractor would President J concur:non-concur, and forward General Contractors, Inc. this request to the contracting 111 SW 5m Avenue agency. Homestead Shores, FL 33030 Dear Mr. Smith: Subject: Additional Classification Request Project Name: Everglades Apartments Project Number: 555-1212 Wage Decision FL990028 This will request the addition of the following classifications and wage rates to the wage decision applicable to the subject project: Classification Wage Riate Sprinkler Fitter $20.00 Employees performing the work in the requested classification concur in the proposed wage rate. Sincerely, Willit Leak President ABC Plumbing, Inc. 12/15/16 32 16 8 Housing Urban Development (HUD) Supplemental Conditions U.S.DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORTOF ADDITIONAL CLASSIFICATION AND RATE -__-______eaar; r®.a;:�a. r+ i.rma►(rsstre aie axress arecrsng agelTyl 2.PROJECT NAMEAND NUMBER- U.S.Deparhnent of Housing and Urban Development Region IV Office of Labor Relations,t 0'"Fl Dor 40 Marietta Street s.LOCA rmN OF PRweCTiCity,cosily ani3 Atlanta,GA 30303 ATTN: Steven Bales 3 BR F DE SCIWTION OF PROJECT 5 etrAFtA4:r tit OF CON STRUC lioN j7 Building ‘11:1 widen al ❑ Heavy 0 Other(specify) ❑ Highway a.'vV ,sr DECISION NO. C e itOti'ratPtan nurser.tr3'T j. 7.WAGEDECILON EFFECTPIE DATE ID COPY ATTACKED 3. WORK CLAS FIC.4TION(St HOURLY WAGE RATES BASICWAc ________________FRINGESENEFITISjHITsty}_____ gU5CONTRACTORJEMPLOYER,TF APPLIC«E LE i^3TC.a11'2oa; (Check All That Apply: p»W;The work to be performed by the additional class ilicatiorr{s)is not performed by a etas sificaticn in the applicable wage decis br. ❑ t'tfieOrop atitfldifiltidif iilitifr "rfff aimbyfli@dvitifr nMostry. IftTlie proposed wage raUfaciitTading any bona fide fr beraeiits,tears a reasonahliretalibitilWfdlhe wage rates coniTi r>e3 ____. the wage dee is on. -tf a inferesteaf___fes; clf i igtheeai_ gees to sr _____ er alliat,- rie— n-lbedcatiWitatibaifs antral --iat s. brpt'ir_- tiirietaki rift;cf d; ti`_a_ eft; ____ ---------______------------------____________________________ Fpc n`el roll-�PP-- - - - Check One: o I Approved,meets all criteria. DOL confirmatlonrequested ❑ I tneormoreclassr9cationsfaittomeetailcrieriaasexplainedinagencyreferral. 001 decisionre9questied. ' FOR HUD U SE ONLY LR2000: Steven A.Bales, Labor Relations Specialist Agency Representative I , UWE ; (Tl name and signeret I Log in. 1 1 ; ----- 878-732-2039 Log out J I t--t--- 4 � 1 12/15/16 A 33 '> 16B 2 Housing Urban Development (HUD) Supplemental Conditions Report©fMdittonal U S.DepartmentofHousing and Urban Development liL u'1 4`- Classification and Wage Rate Dffics of Lubor Relations =` - Public reporting burden for this collection of information is estimated to average I hour per response, including the time for reviewing instructions,searching existing dala sources,gathering and maintaining data needed,and completing and reviewing the collection of information.The information is considered ron-sensitive and does not require special protection. This information is required to obtain benefits. This agency may not collect this information,and you are not required to complete this form,unless it displays a currently valid OMB control number. Employers engaged or HUD-assisted construction projects subject to Davis-Bacon wage requirements must pay no less than the wages determined no be prevailing by the Secretary of Labor to all laborers and mechanics engaged on the construction work. On occasion,the applicable Davis-Bacon wage decision does not contain all of the work classifications and wage rates needed to corn plete the construction work. This iriformalloni co ectlonifacilhales the addition of reeled workclassifications and wage rates for the construction work involved, This form is used by HUD and local agencies administering HUD programs to report em player request(s)for additional class nfcationi arid wage rates so that an appropriate wage rate can be approved by the Department of Labor for the construction work, This information collection is required by Department of Labor regulations at 25 CFR 5.5. While no assurances of confidentiality are pledged to respondents,HUD generally discloses these data only in response tea Freedom of Information request. Instructiors General: Contractors/Employers: Do not need to complete thisform. Submit a written,signed request to th e responsibl e contracting agency naming the work classifications and the wage rates,in duding any fringe benefits,that are proposed. Local Agency Staff: Complete item s2through10. Submit one copy of this form to the responsible HUDLaborRelationsOffice with a copy ofthe applicable Davis-Baconwage decision andthewritten request from the employer namingthe work cl as s ificati ors and wage ratesthat are proposed. (The employer's request must be made inwriting and must be signed.) 1. For HUD or State CDBG Office use Enterthe name and address of HUD Office(a r State CDBG office)submittingthe report and to whichthe DOL reply should be sent. 2. Enter the name and numbar of the project or cortrad involved. 3. Enter the location of the project involved: city,county and state. 4. D es cri beth e constructi on i nv olved,e.g.,new construction or rehabilitation number andtype of buildings,number of stories, number of units(as applicable). For example,New construction: 3-4-story buildings;120 units. 5. Enter the character of constructi on as defined by DOL for Davis-Bacon prevailing wage rate purpca as. 6. Enter the number ofthe Davis-Baconwage decision applicable to the construction work. Inclu de the number of wage decision m odificati ors(if any)applicable to the work. 7. Enter the effective date of the wage dedsianfor the proj act. (See DOL regulations at 29 CFR 1.6.) 8. Enter thework classifications and corresponding hourly basicwage rates and fringe benefit rates(if any)requested. 9. Self-explanatory. 10. Ifth e requesting employer is not the prime contractor,enterthe name and address of the subcorttradodemployermaking the request. Remainder of Form: HUD Labor Relations/State CDBG us e. HUD Labor Relations/State CDBG Staff: Evaluatetheemployel's request against the criteria for approval(see DOL Regulations.29 CFR Part 5,and related contract labor standards provisions). The criteria are reflected in'cheddist`form to ensure that each factoris considered and to ensure that supporting documentation,including a copy of the appli cable wage decision,is attached. Check the boxnext to each criterion th at is met;do n ot check th e box n ext to any criterion that is not met. If the request meets all criteria,check the appropriate box,enter thename and telephone number ofth e HUD/State CDBG agency representative,and sign and date the form. Submit one copy of the completedformto theDOL with a copy of the applicable Davis-Bacon wage decision and the written request from the employer involved. Ifthe request failsto pass all criteria.check the appropriate box,enter agency contact information,and sign and datethe form. Submit one copy ofthecompleted form tothe DOL with a copy of the applicable Davis-Baconwagededsion,the written request from the employer involved,and a cover letter explaining howthe employer's request failed to meet one or more ofthe criteria. Submission of Report Completed forms shall be sent to: Branch ofConstrudionVW'ageDeterminatiors,U.S.DepartmentofLabor,2:00.C.anstdUtipn. pv:entie,.NW,Room 5-3014,Washington,DC 20210. 12/15/16 34 LoB I Housing Urban Development (HUD) Supplemental Conditions CERTIFICATIONS AND FORMS THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension,and Other Responsibility Matters Primary Covered Transactions 2. Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion Lower Tier Covered Transactions 3. Affidavit for and Certification for Claiming Status as a Section 3 Business 4. General Grant Clauses 5. Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) 6. Conflict of Interest Affidavit 7. Certification for a Drug Free Workplace 8. Disclosure of Lobbying Activities 9. Anticipated Disadvantaged(Minority/Women) Business Participation Statement 10. Affidavit and Certification for Claiming Status as a Section 3 Business for Formal Solicitations 08/30/16 35 16B 2 Housing Urban Development (HUD) Supplemental Conditions Certification Regarding Debarment,Suspension,and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief,that it and its principals: (a) Are not presently debarred,suspended,proposed for debarment,declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal, State or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery,bribery, falsification or destruction of records,making false statements,or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph(l)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. JEAN R. LAGUERRE Karen Drive Stormwater Improvements Name Project Name PRESIDENT BID NO. 17-7067 Title Project Number JRL UNDERGROUND UTILITIES INC 26-1905210 Firm Tax ID Number 3352 POINSETTIA AVE 01-0739187 Street Address DUNS Number NAPLES,FL 34104 City, State,Zip 24 CFR 24.510&24 CFR,Part 24, Appendix A 08/30/16 36 16B Housing Urban Development (HUD) Supplemental Conditions Certification Regarding Debarment,Suspension,Ineligibility And Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies,by submission of this document, that neither it nor its principals is presently debarred, suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective participant shall attach an explanation to this form. JEAN R. LAGUERRE Name Local Government PRESIDENT CUC1224559 Title CDBG Contract Number JRL UNDERGROUND UTILITIES INC 26-1905210 Firm Tax ID Number 3352 POINSETTIA AVE 01-0739187 Street Address DUNS Number NAPLES,FL 34104 City, State,Zip 01/25/2017 Date 08/30/16 37 168 2 Housing Urban Development (HUD) Supplemental Conditions Affidavit for and Certification for Claiming Status as a Section 3 Business A Section 3"Right to Match"preference shall be afforded to enhance the opportunities and ensure that employment and other economic opportunities generated by certain MUD Housing and/or Community Development Assistance funding shall,to the greatest extent feasible,and consistent with existing Federal, State, and local law and regulations,be directed to low-and very-low income persons and to business concerns which provide economic opportunities to low-and very-low income persons of local businesses to receive awards of Collier County contracts. A"Section 3 Business"is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time. When a qualified and responsive, non-Section 3 business submits the lowest price bid,and the bid submitted by one or more qualified and responsive Section 3 Business is within ten percent (10%)of the price submitted by the non-Section 3 business,then the Section 3 Business with the apparent lowest bid offer(i.e.the lowest Section 3 bidder) shall have the opportunity to submit,an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-Section 3 bidder and the lowest Section 3 bidder are in fact qualified and responsive bidders.Next,the Purchasing Department shall determine if the lowest bidder meets the requirements of Section 287.087 F.S. If the lowest Section 3 bidder meets the requirements of 287.087,F.S.,the Purchasing Department shall invite the lowest Section 3 bidder to submit a matching offer to the Purchasing Department which shall be submitted within five(5)business days thereafter. If the lowest Section 3 bidder submits an offer that fully matches the lowest bid from the lowest non-Section 3 bidder tendered previously,then award shall be made to the Section3 bidder. If the lowest Section 3 bidder declines or is unable to match the lowest non-Section 3 bid price(s),then award will be made to the lowest overall qualified and responsive bidder. If the lowest Section 3 bidder does not meet the requirement of Section 287.087 F.S. and the lowest non-Section 3 bidder does,award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for Section 3 preference on this solicitation. A Bidder who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one(1)year. If necessary, the contracting agency may conduct discussions with qualified and responsive bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and verify qualifications and responsiveness to solicitation requirements. This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance shall,to the greatest extent feasible,and consistent with existing Federal,State,and local law and regulations,be 08/30/16 38 16B2 Housing Urban Development (HUD) Supplemental Conditions directed to low-and very-low income persons and to business concerns which provide economic opportunities to low-and very-low income persons. A Section 3 business concerned is defined as follows: 1. That is 51 percent or more owned by Section 3 residents;or 2. Whose permanent,full-time employees include persons,at least 30 percent of whom are currently Section 3 residents,or within three years of the date of first employment with the business concern were Section 3 residents;or 3. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above. In conformance with Section 3 federal regulations(24 CFR Part 135),Collier County shall direct efforts to award Section 3 covered contracts,to the greatest extent feasible,to Section 3 business concerns in the order of priority listed below: 1. Category 1 businesses: Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located; 2. Category 2 businesses: Applicants(as this term is defined in 42 U.S.C. 12899)selected to carry out HUD HOUSING AND/OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs; 3. Category 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above. Vendor Name JEAN R. LAGUERRE Date 01/25/2017 Address 3352 POISETTIA AVE NAPLES,FL 34104 Signature\ Title PRESIDENT STATE OF FLORIDA ❑X COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me,a Notary Public, for the above State and County,on this 25 Day of January, 2017 My Commission Expires: 10/12/2019 t, 4. •^. MAYA AYA Notary Public ' � z MY COMMISSION$FF926635 l .',..W EXPIRES Oclobw 12,2019 al (44/SWII0!S3 F1dNlWO»*ySirroirccoan (AFFIX SEAL) 08/30/16 39 1682 Housing Urban Development (HUD) Supplemental Conditions Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name JRL UNDERGROUND UTILITIES INC Authorized Signatu __v c iuy\Vt t.L .., Address 3352 POINSETTIA AVE NAPLES, FL 34104 Solicitation/Contract#: COLLIER COUNTY BID NO. 17-7067 08/30/16 40 161 2 Housing Urban Development (HUD) Supplemental Conditions Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) In accordance with the First Amendment of the United States Constitution"church/state principles," Community Development Block Grant CDBG/NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing,and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations;and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non-religious purposes and constitute in dollar terms, only a minor portion of the CDBG/NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. JRL UNDERGROUND UTLITIES INC (Company) ,. k 01/25/2017 (Signature) (Date) JEAN R. LAGUERRE (Print Name) 08/30/16 T 41 16Ei Housing Urban Development (HUD) Supplemental Conditions Conflict of Interest Affidavit By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses, that,to the best of their knowledge and belief,all relevant facts concerning past,present, or currently planned interest or activity(financial, contractual, organizational,or otherwise)which relates to the proposed work; and bear on whether the firm(employees,officers and/or agents)has a possible conflict have been fully disclosed. Additionally, the firm(employees, officers and/or agents)agrees to immediately notify in writing the Purchasing/General Services Director,or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Vendor Name JRL,UNDERGROUND UTILITIES INC Date 01/25/2017 Address 3903 MARTIN LUTHER KING BLVD FORT MYERS,FL 33916 Signature ( Title PRESIDENT State of FLORIDA County of COLLIER SUBSCRIBED AND SWORN to before me this 53 day of JANUARY 20 17 ,by JEAN R. LAGUERRE , who is personally known to me to be the PRESIDENT for the Firm,OR who produced the following identification L260-476-67-442-0. My Commission Expires 10/12/2019 Notary Public _ j AYMEE MINAYA (AFFIX SEAL) =w (pry COMMISSION#FF926535 EXPIRES October 12,2019 fa0T13i34?S1 r7oridrMonN:urvkr,cc+!r... 08/30/16 42 16 8 2 Housing Urban Development (HUD) Supplemental Conditions Certification Regarding Drug-Free Workplace Requirements The offerer certifies that it will provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution,dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b)Establishing a drug-free awareness program to inform employees about— (1)The dangers of drug abuse in the workplace; (2)The gr'antee's policy of maintaining a drug-free workplace; (3)Any available drug counseling, rehabilitation and employee assistance programs, and (4)The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (c)Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph(a); (d)Notifying the employee in the statement required by paragraph(a)that,as a condition of employment under the grant,the employee will— (1)Abide by the terms of the statement; and (2)Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after each conviction; (e)Notifying the agency within ten days after receiving notice under subparagraph(d)(2)from an employee or otherwise receiving actual notice of such conviction; (f)Taking one of the following actions, within 30 days of receiving notice under subparagraph(d)(2), with respect to any employee who is so convicted— (1)Taking appropriate personnel action against such an employee, up to and including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal,State,or local health, law enforcement,or other appropriate agency; (g)Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs(a),(b),(c),(d),(e) and(0. JEAN R. LAGUERRE/PRESIDENT Typed Name and Title of Certification Official 01/25/2016 Signat bate 08/30/16 43 16B 2 Housing Urban Development (HUD) Supplemental Conditions Certification Regarding Lobbying The undersigned JRL UNDERGROUND UTILITIES INC (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant,loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying,"61 Fed. Reg. 1413(1/19/96). Note: Language in paragraph (2)herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65,to be codified at 2 U.S.C. 1601, et seq.)) (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such expenditure or failure.) The Vendor/Contractor, JRL UNDERGROUND UTILITIES INC, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C.A 3801,et seq.,apply to this certification and disclosure,if any. 'OVA/AO' ---- Signature of Vendor/Contractor's Authorized Official JEAN R.LAGUERRE/PRESIDENT Name and Title of vendor/Contractor's Authorized Official 01/25/2016 Date 08/30/16 44 168 2 Housing Urban Development (HUD) Supplemental Conditions COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifiable statuses will require the PRIME to either provide a revised statement or provide source Documentation that validates a status. A. PRL'VIE VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT JRL UNDERGROUND UTILITIES INC 26-1905210 $292,790.01 IS THE PRIME A FLORIDA-CERTIFIED IS THE ACTIVITY OF THIS DISADVANTAGED,MINORITY OR WOMEN VETERAN? Y N CONTRACT, BUSINESS ENTERPRISE (DBE/MBE/WBE)? CONSTRUCTION Y DR HAVE A SMALL DISADVANTAGED DBE? Y / N ? N BUSINESS 8A CERTIFICATION FROM THE Y SMALL. BUSINESS ADMINISTRATION? OR A MBE? r'/ N CONSULTATION? N SERVICE DISABLED VETERAN? �� Y WBE? Y N OTHER? N SDB 8A? Y N [S TIIIS SUBMISSION A REVISION? Y N IF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN-OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION PERCENT DBE,MBE, TYPE OF ETHNICITY SUB/SUPPLIER OF WBE.VET, SUBCONTRACTOR OR WORK OR CODE (See DOLLAR CONTRACT SMB8A SUPPLIER NAME SPECIALTY Below) AMOUNT DOLLARS TOTALS: 08/30/16 \;= ,,d 45 16 B 2 Housing Urban Development (HUD) Supplemental Conditions C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER JEAN R. LAGUERRE 01/25/2017 PRESIDENT EMAIL ADDRESS OF PRIME (SUBMITTER) TELEPHONE NUMBER FAX NUMBER laguerrejean@yahoo.com 239-919-0045 NOTE: This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. ETnt.tew i:77' a«, Black American BA hispanic American , IIA Native American NA Subcont. Asian American ' SAA Asian-Pacific American APA Non-Minority Women ( NMW Other: not of any other group listed 0 D. SECTION TO BE COMPLETED BY COLLIER COUNTY COLLIER CONTRACT# (IFB/RFP DEPARTMENT NAME or PO'REQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE 08/30/16 46 16B Housing Urban Development (HUD) Supplemental Conditions Section 3: Right to Match Invitation to Bid: Formal Price Based Competition The Collier County Purchasing Department shall apply a Section 3 "Right to Match"policy to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance funding shall,to the greatest extent feasible, and consistent with existing Federal, State,and local law and regulations,be directed to low-and very- low income persons and to business concerns which provide economic opportunities to low-and very-low income persons of local businesses to receive awards of Collier County contracts. A"Section 3 Business" is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time. When a qualified and responsive,non-Section 3 business submits the lowest price bid, and the bid submitted by one or more qualified and responsive Section 3 Business is within ten percent(10%)of the price submitted by the non-Section 3 business,then the Section 3 Business with the apparent lowest bid offer(i.e.the lowest Section 3 bidder) shall have the opportunity to submit,an offer to match the price(s) offered by the overall lowest,qualified and responsive bidder. In such instances,staff shall first verify if the lowest non-Section 3 bidder and the lowest Section 3 bidder are in fact qualified and responsive bidders. Next,the Purchasing Department shall determine if the lowest bidder meets the requirements of Section 287.087 F.S. If the lowest Section 3 bidder meets the requirements of 287.087, F.S.,the Purchasing Department shall invite the lowest Section 3 bidder to submit a matching offer to the Purchasing Department which shall be submitted within five(5)business days thereafter. If the lowest Section 3 bidder submits an offer that fully matches the lowest bid from the lowest non-Section 3 bidder tendered previously,then award shall be made to the Section3 bidder. If the lowest Section 3 bidder declines or is unable to match the lowest non-Section 3 bid price(s),then award will be made to the lowest overall qualified and responsive bidder. If the lowest Section 3 bidder does not meet the requirement of Section 287.087 F.S. and the lowest non- Section 3 bidder does,award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for Section 3 preference on this solicitation. A Bidder who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one(1)year. The County may, as it deems necessary, conduct discussions with qualified and responsive bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of,and verify qualifications and responsiveness to solicitation requirements. 08/30/16 47 168 2 Housing Urban Development (HUD) Supplemental Conditions Affidavit and Certification for Claiming Status as a Section 3 Business for Formal Solicitations Solicitation# 17-7067 This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance shall, to the greatest extent feasible,and consistent with existing Federal, State,and local law and regulations,be directed to low-and very-low income persons and to business concerns which provide economic opportunities to low-and very-low income persons. A Section 3 business concerned is defined as follows: 1. That is 51 percent or more owned by Section 3 residents; or 2. Whose permanent, full-time employees include persons,at least 30 percent of whom are currently Section 3 residents,or within three years of the date of first employment with the business concern were Section 3 residents; or 3. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above. In conformance with Section 3 federal regulations(24 CFR Part 135), Collier County shall direct efforts to award Section 3 covered contracts,to the greatest extent feasible, to Section 3 business concerns in the order of priority listed below: 1. Category 1 businesses: Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located; 2. Category 2 businesses: Applicants(as this term is defined in 42 U.S.C. 12899)selected to carry out HUD HOUSING AND/OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs; 3. Category 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above. Vendor Name: JRL UNDERGROUND UTILITIES INC Date: 01/25/2017 Address; _39Q3 MARTIN LUTHER KING BLVD#15 ' FORT MYERS-,--F-L..33916 Signature: Title: PRESIDENT '� :� _..._......_._. ____..._._re�. STATE OF FLORIDA ® COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me,a Notary Public, for the above State and County,on this 25 Day of January, 2017. My Commission Expires: 10/12/2019 Notary Public (AFFIX OFFICIAL SEAL) AYE MtNAYA }t ;_ MY COMMISSION I FF926535 ` * .= EXPIRES October 12.2019 08/30/16 tro11 0'S3 f'ona+NnaMSK» ,con 48 16B gs ... j;. '� ":,,,,o);4'''4.7"'-,'7,4-44'1°T.^...)),„ . '�, p xffxak�' k rer+�+�•^'°^'� aa' r•+ WP' '1r� ✓ri. a "mak i 3� � � rs� ��t��. .,s '' W oft 4 4044 i7i jt' '" M 4r � ' 0.4 ,:';',i',1,.. !3 R C �� R 0 t44T, t p ,. � .its, f 7 4.1 p�rryy L ' V "C9 vl1 R F *.r...# r '-• Y ' aft ,y* +^ 0..4.4 3i 'L' " ..'"Js. I., 44,,, i f 4,,.,,4.,� et C ^*mail > '' a 'It fi'':''''''; xs i G vg �^ � C . � fk-4i G ip, ' ., molimmIT .4 IMMO d f� ti ` r' 3 '«•""'` 'r� J.s ' }fir ?. !�/ rte,• ' . II �' a� L .{Pa Yas +.i 1 C Zi ,\,,, a F ' _ E . �" rs, x ft �` ,�� 2` ..�i�a �Se��&� � �;�,>. F, .;d �4 .w, �. ba E',„ss,__„ ne�.tt a�wt ..•�» T .<..... 16B 2 EXHIBIT J: TECHNICAL SPECIFICATIONS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: Technical Specifications (also attached following this page) 80 Construction Services Agreement for Grant Funded Projects:08012016 IÔB 2 Exhibit J KAREN DRIVE STORMWATER IMPROVEMENTS BID FORM AND TECHNICAL SPECIFICATIONS (November 2016) For: Collier County Bayshore Gateway Triangle CRA Elly Soto McKuen 3570 Bayshore Drive, Unit 102 Naples, FL 34112 (239) 643-1115 Prepared by: • GradyMlnor Q. Grady Minor&Associates, P.A. 3800 Via Del Rey Bonita Springs, Florida 34134 (239) 947-1144 EB0005151/LB0005151 G:\1 ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\1_PreAward\History\Exhibit!-Technical Specifications.docx 168 2 KAREN DRIVE STORMWATER IMPROVEMENTS PROJECT DESCRIPTION This project consists of the addition of an underground stormwater conveyance system to assist in draining Karen Drive during rainfall events. Currently, all of the surface water is collected at the west end of Karen Drive in two catch basins and drains via the Bayshore Drive stormwater system. This improvement project will create an underground stormwater conveyance system within the right-of-way with intermediate collection points, and drain the water to the east stormwater swale. The project generally consists of the following major components: • Removal and disposal of existing stormwater structures, reinforced concrete pipe, and modification of existing stormwater structures. • Installation of approximately 1,512 LF of 15", 18" & 24" reinforced concrete stormwater piping. • Installation of catch basins, valley gutter flumes, valley gutter inlets,junction basins, and mitered end sections. • General site restoration in the right-of way including, but not limited to: sod replacement, swale regrading, driveway replacement, and roadway replacement and patching SCHEDULE Time is of the essence for this project as grant deadlines must be met, and disruption to homeowners must be kept minimal. The project will commence upon notice to proceed (NTP) from the County and be in effect until completion of the project as follows. • Substantial completion must be reached for all aspects of the project no later than sixty calendar(60) days from the issued Notice to Proceed. • Final completion must be reached for all aspects of the project no later than ninety (90) days from the issued Notice to Proceed. G:\l ALL SOLICITATIONS&TEMPLATES\1_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx 16B 2 BID NO KAREN DRIVE STORMWATER IMPROVEMENTS PROJECT UNIT DESCRIPTION QTY UNIT PRICE AMOUNT 1 Mobilization/Demobilization 1 LS 2 Project Sign 1 EA 3 Survey Layout and Record Drawings 1 LS 4 Stormwater Pollution Plan 1 LS 5 Maintenance of Traffic 1 LS 6 Existing Storm Structure Removal and Disposal 2 EA 7 Existing Storm Culvert Removal and Disposal 50 LF 8 Existing Structure Modification 2 EA 9 Type C Inlet 5 EA 10 Type J Junction Box 2 EA 11 Valley Gutter Inlet 3 EA 12 24" RCP 1368 LF 13 18" RCP 44 LF 14 15" RCP 100 LF 15 Mitered End Section-24" 2 EA 16 Swale Regrading 150 LF 17 Rip Rap 25 SY 18 Roadway Removal/Patch 405 SY 19 Concrete Valley Gutter 20 LF 20 Concrete Valley Gutter Repair 20 LF 21 Concrete Flume 45 LF 22 Water Service Adjustment/Repair 5 EA 23 Sanitary Sewer Service Adjustment 11 EA 24 Concrete Sidewalk Removal, Disposal and 15 SY Replacement 25 Paver Sidewalk Removal and Replacement 20 SY 26 Concrete Drive Removal, Disposal, and 125 SY Replacement 27 Asphalt Drive Removal/Replacement 595 SY 28 Furnish/Install Mailbox 21 EA 29 Miscellaneous Contingency Allowance 1 LS $25,000.00 $25,000.00 Total Bid NOTE: All excavation shall be unclassified, no extra payment shall be made for rock excavation or dewatering G:\1 ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx 168 2 ALTERNATE A — This alternate consist of the construction of 24 linear feet (LF) of 12" polypropylene pipe within a drainage easement under an existing residential driveway connected by two yard drains. Additionally included in Alternate A is the grading of a 95 LF swale within a drainage easement along Bayshore Drive. BID SCHEDULE KAREN DRIVE STORMWATER IMPROVEMENTS PROJECT ALTERNATE A UNIT DESCRIPTION QTY UNIT PRICE AMOUNT 16 Swale Regrading 95 LF 30 12" Polypropylene 24 LF 31 12"Yard Drain 2 EA Total Bid ALTERNATE B - This alternate consist of the construction of 122 LF of 12" polypropylene pipe within a drainage easement and 86 LF of 15" RCP within the Karen Drive right-of-way. Additionally included in Alternate B is the construction of two yard drains and boring two holes in an existing ditch bottom inlet to connect the underground system to the Karen Drive system as detailed on sheet 6 (Alternate B). BID SCHEDULE KAREN DRIVE STORMWATER IMPROVEMENTS PROJECT ALTERNATE B UNIT DESCRIPTION QTY UNIT PRICE AMOUNT 6 Existing Storm Structure Removal and Disposal 1 EA 8 Existing Structure Modification 1 EA 14 15" RCP 86 LF 30 12" Polypropylene 122 LF 31 12"Yard Drain 2 EA Total Bid G:\I ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stonnwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx 16B 2 EXHIBIT J TECHNICAL SPECIFICATIONS 1. All roadway materials and work shall be supplied and completed in accordance with the FDOT "Standard Specifications for Road and Bridge Construction" and FDOT "Design Standards" dated 2016 as revised to date. These Specifications shall be further supplemented by the Collier County Right-of-Way Ordinance. 2. All driveways shall be restored to their previous condition or better, according to Collier County Standards. Gravel, dirt, and asphalt driveways shall be replaced with asphalt to the edge of the right-of-way and concrete driveways shall be replaced with concrete to the edge of the right-of-way, unless otherwise specified on the plans. 3. During construction, the Contractor shall keep one lane of traffic open for local traffic at all times on all affected roads. Flagmen shall be utilized to assist traffic through the construction zone as required and steel traffic plates shall be kept onsite and accessible to assist with access for emergency vehicles as required. Access onto existing streets and drives shall be maintained to local traffic, emergency vehicles, delivery vehicles, postal vehicles, public transportation, solid waste and recycling vehicles, and property owners. Additionally, at all times, access must be provided to existing fire hydrants, valves, manholes, and cleanouts. 4. Work shall be limited to 7:00 AM to 7:00 PM Monday through Saturday. No work shall be permitted on Sundays and County Holidays without prior approval. 5. Existing roadway cuts shall be patched in conjunction with construction. Upon completion of all work and authorization of County, all roadway cuts shall be overlaid and striped. Temporary striping (painted) shall be initially installed. No reflective pavement markers, with the exception of hydrant markers, shall be installed with temporary striping. After 30 day asphalt curing period, the final thermoplastic striping shall be installed with reflective pavement markers. Final striping shall not apply to final completion date. 6. Clearing and grubbing shall be limited to work areas only. Contractor shall be responsible for restoring all areas disturbed by his work. All disturbed areas shall be restored to pre-construction conditions. Contractor shall be required to water vegetation replaced until established/rooted. 7. All fences damaged/removed shall be restored to their original conditions. 8. A pre-construction video shall be taken with copies provided to County. Contractor shall supplement these videos with still photographs as necessary to reflect existing conditions. This shall include but not be limited to driveways, driveway culvert and swales. G:\I ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\I_PreAward\History\Exhibit J-Technical Specifications.docx 16B 2 9. Contractor shall field verify all culvert sizes in which connections are to be made. Any discrepancies shall be immediately reported to the County. 10. Contractor shall contact all utility suppliers, including Collier County Utilities, City of Naples Utilities, CenturyLink, FPL and Comcast for locating of their facilities. Contractor shall coordinate with these utilities for protection and adjustment of their facilities as needed. All costs shall be included in individual bid items. 11. Contractor shall be responsible for the cost of all material testing as required. Testing at roadway crossings shall be in accordance with the County Right-of-Way Ordinance and the issued permit. Testing shall include the following: a. Roadway Crossing i. Limerock Base: Minimum of 1 test per each 6" lift for each lane (2 per roadway crossing). No testing of flowable fill will be required. b. Trench i. Backfill (Earth): Minimum of 2 tests per 200 lineal feet. Where backfill is 12" or greater, density tests are required in each 12" lift. 12. Contractor shall be responsible for all Maintenance of Traffic for the project. Maintenance of Traffic shall be in accordance with the FDOT Standard Index 600 and the Manual of Uniform Traffic Control Device (MUTCD, Part VI). 13. Contractor shall coordinate his work with all other County Contractor and workers. 14. Contractor shall be responsible for development of a Stormwater Pollution Plan as needed. This plan should include the protection of catch basins, curb inlets and canals. Contractor should utilize silt fences, catch basin inlets devices, etc. as required. Contractor shall be responsible for maintenance of all Stormwater protection throughout construction. 15. The Contractor shall be responsible for maintaining all work areas in a safe and clean manner as identified in the County Standard Specification. This shall include but not be limited to daily sweeping of roadway surfaces. 16. All excavation shall be unclassified with no additional payment to be made for rock, muck or other material. Contractor as necessary shall be responsible for all replacement backfill material. No additional payment shall be made for dewatering. 17. The Contractor shall be responsible for all repairs to existing utilities mains and services in the area of their work. This shall include, but not be limited to locations where they are directly cut and crushed or damaged due to construction vehicles or vibration. 18. All Contractor Personnel (including subcontractors) shall complete a Collier county Facilities Contractor background check. Only those personnel passing this security check shall be allowed on the Project Site. All personnel shall wear the issued badge at all times while on the project site. The Contractor shall be responsible for all costs of G:\I ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx 1613 2 obtaining the background checks and issued identification badge. Badges shall be reissued annually as required. This requirement is in addition to those that may be required under Section 35 —Security contained in the General Conditions. 19. The Contractor shall prepare a Safety Program/Risk Management Program in accordance with Collier County Standards. This Program in conjunction with the list items shall include a Plan for Tropical Storms and Hurricanes. 20. Contractor shall conduct pot-holing of all areas prior to any work in an area. The existing private and public utilities shall be pot-holed to verify location and grade. This shall be reviewed to allow adjustment of culvert and services as required to minimize conflicts. 21. The Contractor shall furnish, install, and maintain a project identification sign at the West entrance to Karen Drive. Contractor's name and the name and telephone number of the Contractor's contact person to be included on the sign. Graphic design, style of lettering, and colors shall be approved by the Engineer and the Owner. The sign shall be manufactured by a professional experience in type of work required and shall be painted to adequate resist weathering and fading for scheduled construction period. The sign shall be one piece and made of new marine grade plywood wood or metal, in sound condition structurally adequate and suitable for specified finish, with a thickness as required to span framing members, to provide even, smooth surface without waves or buckles. All hardware shall be galvanized bolts, nuts and washers. Nailing will not be permitted. Each sign shall be of size of not less than 32 square feet with design, lettering, and construction as shown in the following Project Sign detail specifications: a. Contractor shall provide one (1) Project Sign upon issuance of a Notice to Proceed. In order to keep the public informed regarding this Public project, the Contractor shall be required to provide one (1) Construction Project Signs (4' x 8') to be placed on/within Project Site as directed by the County. The sign shall be supported by a minimum of two 4" X 4" white painted posts. The sign shall contain the following information: The left one quarter (1/4) of the sign shall contain the current CRA logo and a listing of the current CRA member's names. The right three quarters (3/4) side of the sign(s) shall contain the following: Name of Project: Karen Drive Stormwater Improvements Project Design Professional: Q. Grady Minor& Associates, P.A. Project CEI: Project Contractor: Project Manager: Project Completion Date: , 2017 Contact for Project Information: G:\1 ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit 1-Technical Specifications.docx 16B 2 22. The sign shall be in the conformance with the Collier County Land Development Code and in a format approved by the County. The Project Manager shall be provided a proof of the sign format for approval prior to sign construction. 23. Additional project requirements are as follows and are attached: Item 1. CDBG Supplemental Conditions Item 2. Federal Labor Standards Provisions Item 3. Community Development Block Grant (CDBG), wage determination Item 4. Section 3 Clause Item 4. Contractors Forms G:\I ALL SOLICITATIONS&TEMPLATES\1_FY 2017\17-7067 Karen Drive Stormwater Improvements\I_PreAward\History\Exhibit J-Technical Specifications.docx 168 a EXHIBIT J TECHNICAL SPECIFICATIONS (CONTINUED) MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 WORK INCLUDED A. Work under this contract shall be measured and paid for as specified in this Division. Payment for any item of work shall be full compensation for the following: 1. Furnishing all labor,tools, equipment and material. 2. Incidental clearing, grubbing, hauling and suitable disposal of debris related to the work. 3. Delivering and installation or placement of material. 4. Excavation, dewatering, stabilization, sheeting, harnessing or bracing and backfilling. 5. Testing to meet requirements of these Specification or applicable permit requirements. 6. Safety precautions, traffic management, damages arising from the nature of the work and action of the elements or any unforeseen difficulties encountered during the prosecution of the work until acceptance by Owner. 7. Costs and expenses for all taxes, commissions, transportation, patent fees and royalties. 8. Final grading and cleanup. 9. Any incidental work normally associated with the item of work. B. The quantities of payment under this Contract will be determined by actual measurement of the completed item, in place, ready for service and accepted by Owner, in accordance with the applicable method of measurement stated below. A representative of Contractor shall witness all field measurement. C. Payment for any quantities of work in excess of those shown on the Bid Form will not be made without prior written authorization of such additional work authorized by owner through the Engineer. G:\I ALL SOLICITATIONS&TEMPLATES\I_FY 2017\I7-7067 Karen Drive Stormwater Improvements\1_PreAward\History\Exhibit J-Technical Specifications.docx 16B PART 2 PAYMENT OF ITEMS 2.01 MEASUREMENT AND PAYMENT A. Unless specified otherwise in the Bid Form, work under this Contract shall be measured and paid for as follows: 1. Mobilization/Demobilization A. Measurement for various items covered under Mobilization/Demobilization will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for mobilization and demobilization will be made at the Contract lump sum price. Payment for mobilization shall include all necessary meetings for the project, including but not limited to: meetings with property owners, home owners associations, and other interested parties, all meetings deemed necessary by Collier County, and all other public meetings required to complete the project in accordance with the contract documents, preparatory work and operations in mobilizing for beginning work on the Project and demobilizing for ending work on the Project. The establishment of safety equipment, first aid supplies, sanitary and other facilities, as required by these specifications, State and local laws and any other preconstruction expense necessary for the state of the Work, insurance and bonds, the cost of field engineering, including permits and fees, construction schedules, shop drawings, temporary facilities, lay down storage area, construction aids, work associated with Contractor support during Owner/Engineer testing, reviews and inspection, re-inspection and any rework resulting from same, cleaning, and project records documents. The Contractor shall submit invoices substantiating the cost of mobilization with each pay request. This payment item cannot exceed more than 10% of the total base bid. 2. Project Sign A. Measurement for various items covered under the project sign will be based on the number of project signs installed and accepted. B. The project sign shall be in accordance with Collier County and as specified herein. 3. Survey Layout& Record Drawings A. Measurement for various items covered under Survey Layout & Record Drawings will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for providing all survey and record drawings will be made at the contract lump sum price for the item, which price and payment shall be full compensation for project stake-out, completion of an as-built survey, contractor's redlines, and the delivery of five (5) sets of signed and sealed record drawings and an electronic copy submitted to the County upon G:\1 ALL SOLICITATIONS&TEMPLATES\l FY 2017\17-7067 Karen Drive Stormwater Improvements\I_PreAward\History\Exhibit J-Technical Specifications.docx 168 2 Contract close-out per County standards. Electronic (CAD) files shall be provided to the Engineer of Record. 4. Stormwater Pollution Plan A. Measurement for various items covered under the Stormwater Pollution Plan will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for the Stormwater Pollution Plan will be made at the Contract lump sum price for the item, which price and payment shall be full compensation for permitting, erosion and sedimentation control per Collier County and FDOT Standards and as specified herein. Silt fence and synthetic bales are included in this pay item. 5. Maintenance of Traffic A. Measurement for various items covered under Maintenance of Traffic will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for Maintenance of Traffic will be made at the Contract lump sum price for the item, which price and payment shall be full compensation for permitting, construction, and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, business, etc., along the project; the furnishing, installing and maintaining of traffic control, barricades, railings, message boards (VMS), warning lights, and other safety devices during construction, the control of dust, providing the services of uniformed off-duty police officers, flag men, watchmen, and other special requirements for the safe and expeditious movements of traffic per County and FDOT standards. 6. Existing Storm Structure Removal and Disposal A. Measurement for removal of the existing storm structures will be based on the number of structures actually removed. B. Payment for removal and disposal of existing storm structures will be made at the contract unit price. This item shall include removal of all catch basins, and other associated structures, required excavation, dewatering, sheeting, shoring, protection of adjacent facilities, transportation and disposal costs, and all other items necessary to remove and dispose of the existing storm structures. 7. Existing Storm Culvert Removal and Disposal A. Measurement for removal of the existing various material and sizes storm culverts will be based on the laying length of the pipe in linear feet actually removed as measured along the centerline of the pipe, between the limits shown on the Drawings. B. Payment for removal of existing storm culvert will be made at the contract unit price and shall include all required excavation, dewatering, sheeting, shoring, protection of adjacent facilities, transportation and disposal costs, G:\1 ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\1_PreAward\History\Exhibit J-Technical Specifications.docx 168 and all other items necessary to remove and dispose of the existing storm culverts. 8. Existing Storm Structure Modification A. Measurement and payment shall be lump sum for storm structure modification as shown on the Drawings and completed and accepted. B. Payment for the modification of existing storm structures will be made at the contract unit price. This item shall include all materials and equipment necessary to modify the existing structures , required excavation, dewatering, sheeting, shoring,protection of adjacent facilities, transportation and disposal costs, and all other items necessary to modify the existing structures. 9-10. Storm Structures (Type C Catch Basins and Type J Junction Boxes): C. Measurement for the construction of Type "C" Catch Basin and Type "J" Junction Boxes shall be based on the number of structures actually installed and accepted. D. Payment for furnishing and installing the structures will be made at the contract bid unit price per structure installed, including, all excavation (including rock and inorganic and organic unsuitable material), grading, disposal of excess material, bedding, backfilling, compaction, inlet bottom, field adjustments, cutting, concrete reinforcement work, riser (if required), frame, weir plate, adjustments, grate or cover, any incidental regrading, and all transportation, labor equipment and all other incidentals required to construct the new structure complete in place. 11. Valley Gutter Inlet A. Measurement for the construction of valley gutter inlets shall be based on the number of valley gutter inlets actually installed and accepted. B. Payment for furnishing and installing valley gutter inlets shall be made at the Bid Form unit price for each valley gutter inlet furnished and installed. Payment will be full compensation for all excavation (including rock and inorganic and organic unsuitable material), grading, disposal of excess material, bedding, backfilling, compaction, and asphalt and pavement repair, any incidental regrading, and all transportation, labor, equipment and all other incidentals required to install the valley gutter inlets as shown on the Drawings. 12-14. Reinforced Concrete Drainage Pipe (Various Sizes) A. Measurement for drainage pipe shall be based on the horizontal laying length of the pipe in linear feet as measured from inside wall to inside wall of inlets, and accepted in accordance with the Drawings and Specifications, as measured along the center line of the completed pipe. B. Payment for furnishing and installing various sizes of RCP storm pipe will be made at the contract bid for unit price per linear foot and shall include all excavation (including rock, and other inorganic and organic unsuitable material), disposal of excess material, bedding, gravel trench, backfill, gravel trenches, compaction, vibration monitoring during all compaction activities, G:\1 ALL SOLICITATIONS&TEMPLATES\1_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx - 168 2 installation of pipe and fittings, silt socks, gaskets, all equipment, and all other incidentals necessary to complete the installation as specified. 15. Mitered End Section—24" A. Measurement for the construction of the mitered end sections shall be based on the number of mitered end sections actually installed and accepted. The pipe length is not included as part of this pay item. The pipe length is included in the pipe pay item. B. Payment for furnishing and installing the mitered end sections will be made at the contract bid unit price per each mitered end section installed, including, all necessary material, forms, labor, grading, and equipment necessary for the completion of the required item. 16. Swale Regrading A. Measurement for swale regrading shall be per lineal foot of swale re-grading from the new storm structures B. Payment for swale regrading shall include all labor, material and equipment to remove existing sod, re-grade ditches and side slopes and restore the existing grassed surfaces. Side slopes shall not exceed 3H:1V unless otherwise directed by the County. 17. Rip-Rap A. Measurement for Rip-Rap shall be per square yard for the installation of a 12" thick rip-rap ditch lining. B. Payment for rip-rap shall include all labor, material, and equipment including, all necessary material, filter fabric, and other items necessary to conform to FDOT Rubble (Ditch Lining) Spec. 530-2.1.3.2.. 18. Roadway Removal/Replacement A. Measurement for removing and replacing street pavement surface will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing, disposing and replacing street pavement surface will be made at the appropriate Contract unit price per square yard for pavement surface installed in the work not including valley gutter inlet installation. Replace all pavement surface in accordance with the Collier County Standard Details and details shown on the Plans. This payment item shall be all encompassing for all milling, leveling, subgrade and limerock, fill required, asphalt, sign removal and replacements, vibration monitoring during compaction activities, reflective pavement markers, DOT sign removal and replacement, and temporary and final (thermoplastic) striping placed. This payment item shall cover both lifts of asphalt. 19-20. Concrete Valley Gutter(Installation and Repair): A. Measurement for installation and valley gutter repair shall be per lineal foot of removal and replacement(or new) valley gutter installed as field measured and shown on as-built drawings. Repair of existing valley gutter does not G:\I ALL SOLICITATIONS&TEMPLATES\1_FY 2017\17-7067 Karen Drive Stormwater Improvements\1_PreAward\History\Exhibit J-Technical Specifications.docx 1613 2 include damage caused by construction activities, only areas designated by the pre-construction survey and agreed upon by the County and Engineer. B. Payment for the construction or repair shall include all labor, equipment and material required for removal, excavation, formwork, incidental restoration, regrading, and installation of new concrete valley gutter or repair of existing valley gutter as designated in the pre-condition survey. 21. Concrete Flume A. Measurement for installation of concrete flumes shall be per lineal foot for of construction as noted on the as-built survey and verified in the field. B. Payment for the construction of concrete flumes shall include labor, material and equipment to excavate and fill, grade, compact, install concrete flume, and complete resurface including sodding. 22. Water Service Adjustment/Repair A. Measurement shall be per each water service adjustment/repair required during the installation of the storm culvert and structure. B. Payment for the water service adjustment/repair shall include but not be limited to coordination with the City of Naples, all material, equipment, and labor necessary to perform the connections to the AC water main, all excavation, water service adjustment, backfilling and flushing of the water service. 23. Sanitary Sewer Adjustment A. Measurement for sanitary sewer lateral adjustments shall be per each sanitary sewer adjustment required during the storm culvert and structure B. Payment for sanitary sewer lateral adjustments shall include but not be limited to coordination with Collier County, all material, equipments, and labor necessary to perform the lateral adjustments, all excavation, all sewer service adjustments, backfilling and restoration, including sodding and asphalt repair. 24-25. Concrete and Paver Sidewalk Removal/Replacement A. Measurement for removing, disposal, and replacing concrete sidewalks and the removal and replacement of paver sidewalks will be based on the total square yard of material actually placed as field measured and shown on as- built drawings. B. Payment for removing, disposal, and replacing concrete sidewalks and shall be made at the appropriate Contract unit price which price and payment shall be full compensation for removal and disposal of existing concrete, removal, storage, and replacement of pavers, adjustment, furnishing subgrade and stabilizing material, furnishing and installing of sidewalk per FDOT Standard Index 310, per ADA requirements, and testing as specified herein. Pedestrian access and transit shall be provided at all times during construction. G:\I ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx 16B 2 26-27. Concrete and Asphalt Drive Removal, Disposal, and Replacement A. Measurement for removing, disposal, and replacing driveway (concrete, or asphalt) will be based on the area of material actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing driveway (concrete or asphalt) will be made at the appropriate Contract Unit price per square yard of concrete or asphalt driveway actually removed and replaced for construction. Contractor shall confirm the limits of all driveway removal and replacements in the field with the County prior to removal and replacement. Replace driveways to match existing elevations and materials of construction (unless shown otherwise on the Drawings), except dirt and gravel driveways which shall be replaced with asphalt. Include disposal of old material and surface restoration required for driveway removal and replacement in this item. No additional measurement or payment will be made for varying driveway thicknesses. 28. Remove and Replace Mailbox A. Measurement for removing and replacing mailboxes will be based on the number of mailboxes installed and accepted. B. Payment for removing and replacing mailboxes will be made at the appropriate Contract unit price per mailbox installed which price and payment shall be full compensation for removal, adjustment, bracing, relocating as necessary, repair as necessary, and replacement as necessary in accordance with FDOT and USPS Standards. Mail services shall be maintained at all times during construction. 29. Miscellaneous Contingencies Allowance A. An allowance is established to cover unanticipated costs associated with the general requirement, including but not limited to additional landscaping (not covered under a pay item) within the ROW. (No additional payment shall be made for landscaping disturbed outside of the right-of-way). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material basis. 30. Polypropylene Pipe (Various Sizes) A. Measurement for drainage pipe shall be based on the horizontal laying length of the pipe in linear feet as measured from inside wall to inside wall of yard drains, and accepted in accordance with the Drawings and Specifications, as measured along the center line of the completed pipe. B. Payment for furnishing and installing various sizes of Polypropylene storm pipe will be made at the contract bid for unit price per linear foot and shall include all excavation (including rock, and other inorganic and organic unsuitable material), disposal of excess material, bedding, gravel trench, backfill, gravel trenches, compaction, vibration monitoring during all compaction activities, installation of pipe and fittings, silt socks,gaskets, all equipment, and all other incidentals necessary to complete the installation as specified. G:\l ALL SOLICITATIONS&TEMPLATES\I_FY 2017\I7-7067 Karen Drive Stormwater Improvements\1_PreAward\History\Exhibit J-Technical Specifications.docx 16B 2 C. Polypropylene storm pipe to be ADS HP Storm or an equivalent. 31. Yard Drain A. Measurement for the construction of Yard Drain shall be based on the number of structures actually installed and accepted. B. Payment for furnishing and installing the structures will be made at the contract bid unit price per structure installed, including, all excavation (including rock and inorganic and organic unsuitable material), grading, disposal of excess material, bedding, backfilling, compaction, inlet bottom, field adjustments, cutting, concrete reinforcement work, riser (if required), frame, weir plate, adjustments, grate or cover, any incidental regrading, and all transportation, labor equipment and all other incidentals required to construct the new structure complete in place. G:\l ALL SOLICITATIONS&TEMPLATES\I_FY 2017\17-7067 Karen Drive Stormwater Improvements\l_PreAward\History\Exhibit J-Technical Specifications.docx 16B 2 EXHIBIT K: PERMITS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: SFWMD Permit (also following this page) 81 Construction Services Agreement for Grant Funded Projects:08012016 16 B 2 EXHIBIT K PERMITS The following Permits for the Project have already been obtained by Collier County or are the Contractor's responsibility to obtain, as noted below. Copies of all obtained Permits shall be made available to the Contractor. It shall be the Contractor's responsibility to read and understand all Permit and Permit Conditions. 1. Collier County Right-of-Way Permit — obtained by Contractor (with Assistance from County, County to pay any fees). 2. South Florida Water Management District Environmental Resource Permit Modification —obtained by Owner(Application Number 140505-3). 168 2 ..-1 SOUTH FLORIDA WATER MANAGEMENT DISTRICT ... District headquarters:3301 Gun Club Road,West Palm Beach,Florida 33406(561)686-8800 www.sfwmd.gov t :+�} Regulation Application No.: 140505-3 June 18, 2014 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS (ATTN:ASHLEY CASERTA) 3470 BAYSHORE DRIVE UNIT 102 NAPLES, FL 34112 Dear Permittee: SUBJECT: 11-03207-P Project : KAREN DRIVE STORMWATER PROJECT Location: Collier County, S23/T50S/R25E District staff has reviewed the information submitted May 5, 2014, for the originally permitted (Permit No. 11-03207-P, Application No. 091105-1) project known as Bayshore Drive South Corridor Improvements. This modification, known as Karen Drive Stormwater Improvement Project authorizes the construction of a closed stormwater conveyance system along the north side of Karen Drive to direct flow eastward along Karen Drive to the existing north/south conveyance system. In addition, this application authorizes the plugging of discharges from Bayshore Road to the west side of Karen Drive originally permitted in Application 091105-1. These modifications are proposed to minimize flooding on the west end of Karen Drive. All information is depicted in the plan set attached as Exhibit No. 1.0. Based on that information, District staff has determined that the proposed activities are in compliance with the original environmental resource permit and appropriate provisions of paragraph 40E-4.331(2)(b) or 62-330.315(2)(g), Florida Administrative Code. Therefore,these changes have been recorded in our files. Your permit remains subject to the General Conditions and all other Special Conditions not modified and as originally issued. Should you have any questions concerning this matter, please contact this office. Sincerely, Ila .4 Daniel . Waters, P.E. Regulatory Administrator Lower West Coast Service Center DW/en c: Q Grady Minor&Associates P A 6/18/14 Okeechobee Service Center:3800 N.W.16th Blvd.,Suite A,Okeechobee,FL 34972 (863)462-5260 Lower West Coast Service Center:2301 McGregor Boulevard,,Fort Myers,FL 33901 (239)338-2929 Orlando Service Center: 1707 Orlando Central Parkway,Suite 200,Orlando,FL 32809 (407)858-6100 168 c. NOTICE OF RIGHTS As required by Sections 120.569(1), and 120.60(3), Ha, Stat., the following is notice of the opportunities which may be available for administrative hearing or judicial review when the substantial interests of a party are determined by an agency. Please note that this Notice of Rights is not intended to provide legal advice. Not all the legal proceedings detailed below may be an applicable or appropriate remedy.You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's (SFWMD or District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Fla. Stat. Persons seeking a hearing on a SFWMD decision which does or may affect their substantial interests shall file a petition for hearing with the District Clerk within 21 days of receipt of written notice of the decision, unless one of the following shorter time periods apply: 1) within 14 days of the notice of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373.427, Fla. Stat.; or 2) within 14 days of service of an Administrative Order pursuant to Subsection 373.119(1), Fla. Stat. "Receipt of written notice of agency decision" means receipt of either written notice through mail, electronic mail, or posting that the SFWMD has or intends to take final agency action, or publication of notice that the SFWMD has or intends to take final agency action. Any person who receives written notice of a SFWMD decision and fails to file a written request for hearing within the timeframe described above waives the right to request a hearing on that decision. Filing Instructions The Petition must be filed with the Office of the District Clerk of the SFWMD. Filings with the District Clerk may be made by mail, hand-delivery, or e-mail. Filings by facsimile will not be accepted after October 1,2014. A petition for administrative hearing or other document is deemed filed upon receipt during normal business hours by the District Clerk at SFWMD headquarters in West Palm Beach,Florida. Any document received by the office of the District Clerk after 5:00 p.m. shall be filed as of 8:00 a.m. on the next regular business day. Additional filing instructions are as follows: • Filings by mail must be addressed to the Office of the District Clerk, P.O. Box 24680, West Palm Beach, Florida 33416. • Filings by hand-delivery must be delivered to the Office of the District Clerk. Delivery of a petition to the SFWMD's security desk does not constitute filing.To ensure proper filing, it will be necessary to request the SFWMD's security officer to contact the Clerk's office. An employee of the SFWMD's Clerk's office will receive and file the petition. • Filings by e-mail must be transmitted to the District Clerk's Office at clerk@sfwmd.gov. The filing date for a document transmitted by electronic mail shall be the date the District Clerk receives the complete document. A party who files a document by e-mail shall (1) represent that the original physically signed document will be retained by that party for the duration of the proceeding and of any subsequent appeal or subsequent proceeding in that cause and that the party shall produce it upon the request of other parties; and(2)be responsible for any delay, disruption,or interruption of the electronic signals and accepts the full risk that the document may not be properly filed. Rev.05/01114 1 16B Initiation of an Administrative Hearing Pursuant to Rules 28-106.201 and 28-106.301, Fla, Admin. Code, initiation of an administrative hearing shall be made by written petition to the SFWMD in legible form and on 8 and 1/2 by 11 inch white paper. All petitions shall contain: 1. Identification of the action being contested, including the permit number, application number, SFWMD file number or any other SFWMD identification number, if known. — 2. The name,address and telephone number of the petitioner and petitioner's representative, if any. 3. An explanation of how the petitioner's substantial interests will be affected by the agency decision. 4. A statement of when and how the petitioner received notice of the SFWMD's decision. 5. A statement of all disputed issues of material fact. If there are none,the petition must so indicate. 6. A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the SFWMD's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the SFWMD's proposed action. 8. If disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes. 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the SFWMD to take with respect to the SFWMD's proposed action. A person may file a request for an extension of time for filing a petition. The SFWMD may,for good cause, grant the request. Requests for extension of time must be filed with the SFWMD prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has consulted with all other parties concerning the extension and that the SFWMD and any other parties agree to or oppose the extension.A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. If the SFWMD takes action with substantially different impacts on water resources from the notice of intended agency decision, the persons who may be substantially affected shall have an additional point of entry pursuant to Rule 28-106.111, Fla.Admin. Code,unless otherwise provided by law. Mediation The procedures for pursuing mediation are set forth in Section 120.573, Fla. Stat., and Rules 28-106.111 and 28-106,401-.405, Fla. Admin. Code. The SFWMD is not proposing mediation for this agency action under Section 120.573, Fla. Stat., at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120.60(3)and 120.68,Fla.Stat.,a party who is adversely affected by final SFWMD action may seek judicial review of the SFWMD's final decision by filing a notice of appeal pursuant to Florida Rule of Appellate Procedure 9.110 in the Fourth District Court of Appeal or in the appellate district where a party resides and filing a second copy of the notice with the District Clerk within 30 days of rendering of the final SFWMD action. Rev.05/01/14 2 168 2. co co. 00 u7 r- O . O V7 O v- Co Z a) . , e3W,Aw 1331.1II loafoad luawanoJdwl JaleMwJo1S z x Owl uuarrosini . oo,nr• .1011IN2pE1'J© C w VIII:,,w 3ARIQ NfliIVSl O r,,II II U a a _ € Q y Wei II0 1 gIIxII 79 1 3 1 d GG 5 Fi .moi z' Y1- aS O w il N P-4 4) f. ,141:4141r,,L+ Wpz Nc a5 Tr dill,ajIl 1 E }r' 1n 1lit I IjL/O � i1 1 x'E w Q >.• ‘1,-. ev1 _J Cr) „ /j, J Q =rte e LaII y� �� r �, c --., g o a Z O Ln lsv 11`t I'S` IT 111,E��, e•� 1y,4,•17.44..--Y � is u �1 U Q it f44„r ? 1 nv p, e. g, l f� }f.`'S R 7 ... 9 3 E. c4 I <fi r $ Gq £e& g: III 121 6'i i O 4 r3 N C O O O Cl) W N - ,, ,t4 = Q r r 5 �ya��� � a"i II Zc ; 7=c,.. r i. ,:,_1e 47' O < OJco 5 At W cc W ab O 0 L O p (!3 < Z W 1,I"`I a0 3500u _ sAV6k _., .. i co (' '.-,4 s. 1e1 CO 1 6 B 2 M 000 OO U) O N O Z a �_ ' o➢ ..R..,..,. ...-.,..»...ti,......�,�....,...,.,,.,vw ,i _E- CL it 1 I,5 6 I# ; _ 411 Xi il 1 RI Ix i ��@3➢ @A° a gig@g a Q ¢F goliii,@� } 16 t'W I' 1 1 11 : * i ,i: -5 -1. 5 11 , / i s t IN I ri g a 6 !oil'a is @ gg a Ri a @ @4} bi i I 14@ T( pp !ii � g➢ i °�Ng it @� i a 22 gg i$ Yg! �9"-R i 4 ➢ 1 a Mir � °� �F ➢i p i c_➢ 1., ° q � @i ii �9dgig q➢e ➢b f a 4b€i agg S®� ➢€ ¢� p5 , 58 i€I 5➢ b d i➢ 5„li @� ,➢a S4 W� II@ e g ' 1 ➢ i i ii q Mir liq 141@ •II. ➢b 0.S ➢ ill ➢➢ ii4b V ➢ gA 5 g➢I pg �➢a �� to 9 !!➢ ;s i ; € aRr @fit i ` ➢ @! @71 F55 ➢IR ➢➢ ba s I I i pi$ lIR ,s i :;F €@ iiIi 3R@q 7@q5 �@ I➢ ai➢ b a �5 EggFa a Rb ➢'� ➢bS .I:, �tg i@ i s x i 2: 11. peE Ys 11111 /Pi !iii 'Ai t i` p4 ➢ 1111 PI 14 ;Iii 1 ; ;4 .gil 1e. il➢ $ !i i•ii4� ,,i !hj i@a ➢ ➢ q a @ 2; 9 1 BIl n t 'i. I 1 i � $i �� a aCa5€ [ i@ ➢a ➢ a � a➢➢4 H@e F@ I i 4i 3 ➢ 1 i C,.ij' , .-,44,;':' ',-:,....1,,s` ''' ,.-4t-f*grr rtn""-'IA, •)7..1P1S;Df. ..'.,e,'4 / '4fi'➢F_ t ", y+ v s� e v '7 i- '�i- � r' a ➢S I 1. pt'-tt'i,lt ..'7,.'1'W.C-*',4:.::,-'1 4i,VP'-414;i vz �.`>'r' ..,...,:t4.44,,,,-,_,,A,,..' 'K! l '+- � ,., i J br 5 o e 'fR6 1 �i tY` ''y 6 i M 5 Ryt ' i co II li • ie It .g.",).,,,,,, $ i 1L...� f ,. lb .5 .y V i !i� f4� :‘,.)---).„,:.'::?At: Y A, dL` " +�".fi h�53 Y�' 1'-C+ d g d i Z i ,,moi.-If�' �+ �,.�r•c '�' ,.,h� A : Kr>tt�`12:ak �"''+�"i�'; . - s '"' . i,,,,:!' ) ,a. .t:� .q+l,t 'l .f �Y; 'teffi'p�l f •t i j '' ,rt':,',.1.1- , '9 ,,,x.„4.-,..,:ir;it,i,-,, ,070.4spi:%--,„,,,„-1-i40‘..- ,'4 f^ 4q 1.. -_` k J ° nw:'` • -Ai vv.,.„,,. rv,.d5 "',4k,-,444-.,.."!, te mat- .* •r 'i b `_4 1 "7-4-1 3 4 ,e�.�' :a.,�'Ia �` �� X{'� 'N.,, ���a w� t a�g r r y �—f-.•t E � - li �,aS�,�u�� 14"; ‹, k ! � �tim e H • csrrN �'� pit F ��, 1.,,,;;:,-,.,.3k ;'� lr ➢p qq k S a A ' c, r'' r @➢ •JM,J@q@i91br r .- � r ` i *X�'S,, a i1.ra :::i�g s Raaa� ¢4 as 1 r a +a� xt fl ,.,k; Y`iµ`-"➢g 6��e�@yE { IA � }S i#. [ fMl •� zYii@B . 1 i'k. `y,'', F- � @�Illie§"' F « , .: +,;a 45A_.• '. . 2 5 r-`,.. 3 1 aw`➢' • 1P „ !... LL :.,. y� �,- a. ,➢ t -•-1,:,,,,:,-,,, r-'41.7, :it 44r. �..'J i t.2 ' 11 4`yi..—+I 9€a RMi a Fy.J'' x A µ-4,� + ifv . W. r f .1 , _,o Is5R 1 r,,•{tk FIBS '1.- ,� S .. uu a' .. 6. , :.,..-t.5gi' h 't ', Yk tefi wf i c4 Lsi wr t :{ 4 f p T R Wr ib w i'ai. L E �r�,:' } ale � I -, : '�� ' 9.Ev e�Sp. gte �Y a+e}Y�� ,,i, a J 1d�� � •f - l c 1!1 4 114 §L } a�5 1 ft. t �1W 4x'4 66666�I � I:: 7.:;;;, .+.. * k -=', a.... t. 'Va' '� i,s, y .. { '- r a m 4�t 16B 2 co O co 0p!) O co Z a) m Z x c W Z—` 9 111..jTi O .y g U II • MATCH l':44..-,.. A ^I ^I ii . I TI ii 1 ,l Q _ r -• a r a Vic I 1H S I ...f ii T' lit,.ji,461:;7?;Pl.t:Im•11 -•.;'''' x • 11 i ii r`- KK y •t �l it ytl 0.�1J t�q ..i ".. @a 11 fits F �" y i 1 t 41 RIi k:-..,-,,,,„:„..,,,,;,:..,,,v,,-,....:„.. .,.,, . } gg�' y7R�Yr_M - .. A I. . q °tl 9�` gyp» �GE HJI� ': 1 I'yI II ..,...... , .,,,..,. � ti YfRlyq s:i3 � 2 Y } Ifl I.f :M�'—��r:,. m—A I, , „ . , i. r Ft3a 770,4 t•'��r Y�''v kcal' Ra I I ' I1: p� gv A 11 i t -4t wit'' aa �:• 44 7 t � . s iI �1 __. R u49 , ,".,_.,,LN;',' -.:.0,14,==v''t: igl . - !„ :. '' raga i: yp ?� a M o' • the l't crf p➢ 11 a-et°`' i A 1 i mq -.. I ° t.,,•:;;-'.t.;- 44 •,,::".141-;;;;',_ i:PPPrjf'''''''''11,,,7'..:•:i41. W,i t , L R k1p _ I+ RyS}_ rr l�hi.. . , 10x I: Rld II1 ➢ I@ ,...,,,,,...'.‘,_..P"!I R351.%1de" i1 h yi b4 `Ili' � y; ".. ,"A ga@ �YIY� tl � 1 il.itRlgI {t1t. 8Ay4a,0�. c 1e:4;:;;;;i tl €@f 8 , e1 i ; 5 : I iiF R Q@� '� + I ' I .YaaI' JY3Ysll� 6� �� I C ~ � H Tp1 rI =1 H -I 1,4i`° ill i!t • _,. e, i¢g -'- iI 1i I 1 6 B 2 M O 03 6 O to O O V OZ N 0) m • __. ._.z, A %iliI o l ¢ w I y q U Q. il 5 Q P a I. srr a�S F` Y n Al t; 7t" � 4t$ as to SB " s �� ggi�AA� a 6y 11 }p,, ! d ,, --fi s Mq „-L.,..1,,..,,.,.•,1em ,r .. ?. J g ' II5 h „t3, f"f 1,„:1-;°: ill II I v,�v 958�p�A a r 458s 1 Ili, 0•4•T';,;,:•:,,,, I - $g & • �uTtyyi�� �4,�$ a I i Y tis i6?! YI s 5 �, !I , . 6��rlh F 1 - ..'I '' • I 3 O "s: ��� .IASggglI I ^i i .4A. ,,-/-./. � � ert yy8/ • 1 :. cam. jGd I -. .3 ;il-LA i Ml V - 41L 1 v./1.`.,1. q4 I • I 'I ; • �J e# • �€ l "I a 9 I F ' L };�� •% ....... +g y ..„,.< 5 b5 ,„''j..tilt M" I ..11 g d(y`F 5 i B .pa �� !i �!' 11 I.� • i- �.. n�.."7-l” I CI'61 7 • i. II T1 [¢fie i w Z-k' f �: ' * ? ,5�fwi�i I n1� :It -,1,.,,--„,.._..,... I E dty 1 �Iv • 'wk W I I, F 9 "Q, tl ``kk htl I 1 jf ; YEZ �� I I a 1 F .. } ! ' }Z..� a•1 1.1 Y . I y `fr'A 5 111k L . 4 ':Y ' I I �I r 95 13, 'fit :,�5.. '- 1 i' .e ' '&rl�' -IMF 'fit�4� .r.— •''' �. �n}�''G 1`.tir� + til 1 .,x V-V HOiVW "� '� I `1 7 16B 2 co 0. co . . U) 0 1.0 OZ a) z „,x i A 0 1 lfAt P t. "rts 0 .f,Yi i J I 11 !!/le ilig93 9 1 ii919111 1 i 1 1:2 8 t:,,,,, . g i 1! a il• < 2 I 0 ill AI'IV 1 I 1111:111.1 1 I pi vt a \•t:',OA g . i icilikqg ri i 111011. 1 , ;:ik* 1 '1 i 0A `, I ill& •th'i • I 11;:dil 1 it. a I - P. 1 RI „ it> H 1 It ' .. PM 9914 9 • slifi r I Ilii li t .1 I I !gi ! 1 1 J441;14111 /114h91119 ia a i ',',2,___.-J /V.,,,:•., '-' '' lillill lei 1 lg 11 Ptll 11 1 :1!.14i .A, ! ! 5 1 1 4 - 4`--- 3 •• - 11 •?, I, I i 11 I I ' z ... g i., ;.qR 1 1 sig K. p T t 11 1 1-11 id .- i ill ill il 1 , 1.!gi il•-il h sq ., , - 1 gl 1 1 il 1 i / 1 I i =1 1 .. .* 1 ,„ 1 g g 4,„, k• N h 1' I-- 11 kil 7 ,=, 5 a '` '''''' — 110 el tr i . El_ E i I 'it 1 i l'1 • i I .. 1.. IR:pi!!! I irate!a,ll , ip 1 ,• 1 i ,:. 01 fl 1 a in I 445/0" 0 le I, III (0 h 171' 136° firm Pill 5 5 5 1 i I *' I it PLiiiiii d$.] 11 ' :. 1 A iii g L ,‘, I111 iinvoimi p 1 .; lin if ' d_ Ig i i iliiiii1111111 a' 11 .1. Z1 OM' 1 fi I -,. VCRIF 1 1 yi lififfignoT 1 _ 11 , li iw,: 1— 1 .1. g, 11 , NI ,..it, iiiiiii, g. I 101,..,,,,,,'5 Ak I I 1 '1 i 1 IlIMIP11111 1 ! Nita fi'' '41* I- ii i e ' ''' ',- ';"qt. *mink:k .,,i 1 i ; i-Vil 'Mg— 1 1 I g a ' 11,''''OW 21:1112k, — L, hi 1 , ..-. ii , . , 1 181q 109%11.11 1 1 HI II-- 01154 M g-.:' ligiiii g i alI I iii i 111 I t i I . -- I 99g I I 71 9 E IIII- ii i 1 E el Mill I I it As a 1-11eAk., 1/1114 la i :r=g;III33: i x. 1 a ill I •Iiivi iiiiii ig? ' C).--: I Lo--: I. Lo--: 1 11—_, ... 5 i 1 0 111111 ti IOW I; ',`: '.# _-•_ ; icrLy''.'1""/r.11 A I f 0 f., 2t ,i4, / i ••\ — - f —1, e; 1!iigh:le 41 . k mixt, ON rir,t 1 ,, • r 1: 1 - 110 !ph h . • i i$ h Ill ih 1 6 13 � no = aw5 \ / ) .__ ____�—« e ƒ 2 ,` •' t f � [1 / , a 1- 1) ) e g ; 1f1 \\ 1 , \ ( I !| \ | ) I I Ii| | §! ) i ) | i|| )| | §§` §¢! % [| q §22j, ƒ | , � dj| Fl | ! ( & ) §I 2 . •i. -V , ` % . \ ; '1 4.\ = 2 . . 1\` \ y J h , § | \ 9! / 1 ` ! | iiIll | $ | \ ---- i)& | 0 [$ 2@ � ]d)Q `§3k � a -K2) !#y �E - # . m \ ii§ 12_1(, HCM?- / & | /Z � | §\ / | 1\ \z ¥§ ( � % 16B 2 C? c? co Lo A— 45 0 • L() o N 0z Q3 r .0 (0 b / b Z >il< 11110111 §., co ! .0 i! IL- - il - T ,-,,......3 1,-- g; 11 17-__ M, i t 1 Aw; 1 iti • e '.-1-- IV i lit . l' --. --1,. ' ••":'-•, ,3 '' 2 0 11 1 - •i .... ,. !!! till il,„ , 1 il 1,13 [.,_.,•.2,-- 1.1 ' lz, i I; 1 =iv =1 i II 111,111 u 1111. g 1 Iii ll i,i i, t lift iii ii ' 1 II iiii In 1 , i ,- „ - , ! " - - ..t . .1 ,J t; 4,,,,i 11 Ili! t 11114 i 1 .f g:1 • F. di ,r i i„•i.N. ddi b 3 --I 'Pol 111111 gli gfq i i g A: -!— I A ,:•-•,,__ dol 411,i! 191 • \ :yog .: . i .., .q.li., 1 , lit 1 ''. " 1 819whilig ." .1 J---,i;,;;,-/ ,' 11411 I'l'il //1 >-. • T• latatin.•:, 1 1 -- 1 1 it 11jib I;1.1 OH p. 111 C-&.a I;1 1. WEN 0- 7 I 8 --- PA I 1 i0. t i A v ) _ ' \ It i;ii 1 ii I II'I'''. t 1 ,I. 1 1 .4 ).ii ._!1. ' l'ti,i•,, ) : . t 1 c ,,,, c , 1.11,,,5,ou iv_....f i ,„_,Fiivrozifirim: it 1: I ' '' I t.ti I 1111 2 I -7f • '' :1 I I Ii 0 1 i A tn • 1 ; !, : --',---,—FL—F, '. liti t•' ;r,t — 1 1 1 III • I di; g.6 I _ 1 :t, ,_...,:_,_11.___,K '4'1. li 07:t;'it i • Ai ,-,- • , — 1, t 4 4 4r"' .ts 0 Pi m g 4114 -4 ‘-- ' i 11` .7.•• :',I- if'11.! "<iil I 8 ".' --.'..- Ill 1 • t ....- •il 1 i i! i! I i"• L: I pits 11 ., li FRI ; "--; " 7 I'll'' ! ,is • -', ri 91 :i I ii• f ' id! lifi .... II I iii, 10 16B 2 rio00 in o oLa o CO o ai ., :7) co i P g!.. IN 1 m z w 1 a'i' c ateee1aaaa.raai l�i;s i �4 i i<il�, a a El— ,, Q 4i a'm .3`• tel.e i Pq�tl�i `l a ,4 111111$11 !4 a:iiilE t !4 !� 4 iiiilti T litiMil i 11 a ill.1-1, 11 W 4CC .�ilEiil i i {� ! it; ! 1 1 q 1 f-- i , !i,ii i � ':d Pi _ {s I. €!ii{ i , ,i§1 ,iii i{ to Ili la i i)•• npI i iE it afi i it ,• 11 H. is i it,E ii ?1! ! $i a it0 ,i I: i8 .._�.. i li a,Pit it j114 r i1 0.1 ii I.,0 11.I e- `ai 11$ i _ j ! iC'l t � & r ��� P.liCP: iI Iii 4i!fil i �1y 1 i .,� 86ii •a iIli i 1 g z. — iCgi i;ii ! ' G: ! ;!' t I illi „ ��4 ! ii p • 1t5, i ®o !,P _.—_, _ ..... W.P v d s g A gggj la_ Pa. 3;t I 116 1 I it •?lE P!s a(11 lee ©si I iii11�� � 1 i,l j 11148 r g Wig m pial .1 -,:mGEfEIME 1 i it i Eliz; apil.i II IESIN�E.i: ! P.iialii tl 4 t 90 ll ' ' ! iE ii i�! I i iP a I i i!€ s fit( I l f a ` !i I'! Jii Ili ii¢( a I j: - iiI•.a lEi ji 1 11 ! i i !ii 1 11 I h , I ;� ! ii•.• iiqi aI e 4 kl t!i•i;i a ;k .•j� i 11 •ii ilii #i tiI 6L Iii Ill is i;z: 14 tIIli Iii P I - II•a ii 1�P lists,,. i;ti fI 1E t 9sTo 4) l'po ruco: ilia..'Ei' is • E°E i G Y I E <$ isf I i} f Ii! i G E I a ( S I G E S Eit ! iS ®P —E• ®O • "t S;e its 16B 2 EXHIBIT L: STANDARD DETAILS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: N/A 82 Construction Services Agreement for Grant Funded Projects:08012016 168 2 EXHIBIT M: PLANS AND SPECIFICATIONS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: Plans and Specifications 83 Construction Services Agreement for Grant Funded Projects:08012016 16B 2 Page 1 of 1 Co ier County Email: @ 9collier kristoferlo ez ov.net P Administrative Services Division Telephone: (239)252-8944 FAX: (239)252-2860 Purchasing ADDENDUM #1 Memorandum Date: January 19, 2017 From: Kristofer Lopez, Procurement Strategist To: Interested Parties Subject: Addendum #1 — 17-7067 Karen Drive Stormwater Improvements This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. CHANGES/ADDITIONS/DELETIONS: 1.) Heavy Wage Decision dated January 6,2017 attached. 2.) Pre-Bid Sign in Sheet attached. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Elly McKuen, Project Manager - up 1613 2 ., iC3 lcr County Email: kristoferlopez@colliergov.net Telephone: (239)252-8944 Administrative Services Department FAX: (239)252-2860 Procurement Services Division ADDENDUM #2 Date: January 31, 2017 From: Kristofer Lopez, Procurement Strategist To: Interested Parties Subject: Addendum #2—ITB 17-7067 Karen Drive Stormwater Improvements This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. CLARIFICATIONS: 1) In conjunction with the proposed stormwater improvements, the City of Naples will replace the long side potable water services along Karen Drive. During construction, the Contractor shall coordinate with the City of Naples, provide access, and allow the City to utilize open trenches to assist the City in the replacement of the long side potable water services. Bid items 22 (Water Service Adjustment/Repair), quantity of 5, still applies to this project and shall be included in Contractor bids. 2) In the excel format bid schedule provided, Alternate A Bid Item 16's units incorrectly state LS. The units should be LF, consistent with the PDF version of the bid schedule provided in the specifications. QUESTIONS: 1) Can ADS HP pipe be utilized on this project? ADS HP Polypropylene or equivalent piping is acceptable outside of pavement installations. Piping under pavement must be RCP. MODIFICATIONS: 1) Replace drawings sheets 4 and 6 with the attached revised sheets which depict Alternate A and Alternate B. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. McK_,�_ uen Project Manager tlik \ 1 1 6 8 2 Page l 01'5 General Decision Number: FL170153 01/06/2017 FL153 Superseded General Decision Number: FL20160153 • t State: Florida Construction Type: Heavy County: Collier County in Florida. HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The ED minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 ELEC0728-006 03/01/2016 Rates Fringes ELECTRICIAN . . . .$ 30.00 10.85 ENG10487-014 07/01/2013 Rates Fringes OPERATOR: Crane All Tower Cranes Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydraulic, Electric or Otherwise; Cranes 150 Tons & Over; Cranes with 3 Drums (When 3rd drum is rigged for work) ; Gantry & Overhead Cranes; Hydraulic Cranes Over 25 Tons but not more than 50 Tons; Hydraulic/Friction Cranes; & All Types of Flying Cranes; Boom Truck $ 29.05 8.80 Cranes with Boom Length https://www.wdol.gov/wdollscaftles/davisbacon/FL153.dvb?v=0 1/11/2017 16 B 2 Page 2 of 5 Less than 150 Feet (With or without jib); Hydraulic Cranes 25 Tons & Under, & Over 50 Tons (With Oiler) ; Boom Truck $ 28.32 8.80 OPERATOR: Drill $ 25.80 8.80 OPERATOR: Oiler $ 22.99 8.80 * 1RON0272-005 10/01/2015 Rates Fringes 1 • IRONWORKER, STRUCTURAL $ 24.21 8.28 I LA001652-004 06/01/2013 Rates Fringes LABORER: Grade Checker $ 14.50 4.92 PAIN0365-007 08/01/2014 Rates Fringes PAINTER: Brush, Roller and Spray $ 19.50 8.83 SUFL2009-149 06/24/2009 Rates Fringes CARPENTER $ 14.95 2.92 CEMENT MASON/CONCRETE FINISHER $ 14.77 3.50 LABORER: Common or General $ 9.72 1.31 LABORER: Landscape $ 7.25 0.00 LABORER: Pipelayer $ 11.33 0.00 LABORER: Power Tool Operator (Hand Held Drills/Saws, Jackhammer and Power Saws Only) $ 10.63 2.20 OPERATOR: Asphalt Paver $ 11.59 0.00 OPERATOR: Backhoe Loader Combo $ 16.10 2.44 OPERATOR: Backhoe/Excavator $ 14.91 1.08 OPERATOR: Bulldozer $ 1'7.00 0.00 OPERATOR: Grader/Blade $ 16.00 2.84 OPERATOR: Loader $ 14.75 0.00 OPERATOR: Mechanic $ 14.32 0.00 https://www.wdol.gov/wdol/scafiles/davisbacon/FL153.dvb?v=0 1/11/2017 1 68 2 Page 3 of 5 OPERATOR: Roller $ 10.76 0.00 OPERATOR: Scraper $ 11.00 1.74 OPERATOR: Trackhoe $ 20.92 5.50 OPERATOR: Tractor $ 10.54 0.00 TRUCK DRIVER, Includes Dump Truck $ 11.00 0.00 TRUCK DRIVER: Lowboy Truck $ 12.73 0.00 TRUCK DRIVER: Off the Road Truck $ 12.21 1.97 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with, 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers https://www,wdoLgov/wdol/scafiles/davisbacon/FL 153.dvb?v=0 1/11/2017 1 6 1 Z : Page 4 of 5 A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the 'survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014, SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. https://www.wdol.gov/wdol/scafiles/davisbacon/FL153.dvb?v=0 1/1 1/2017 1 6 13 2 Page 5 of 5 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 0 https://www.wdol.gov/wdol/seafiles/davisbacon/FL 153.dvb?v=0 1/11/2017 168 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Charles Lyan Construction Superintendent Jean Laguerre Project Manager 84 Construction Services Agreement for Grant Funded Projects:08012016 16 B ..„,.., - CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) ��,. AC�r fT 04/1412017 THIS 'CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ;:e 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to .; the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the ,,„: certificate holder in lieu of such endorsement(s). CONTACT . -: PRODUCER NAME:—,.— ._..._— -_...— -- s EZINSURANCE OF NAPLES PHONE (239)353-6207 I FAX No); (239)353-6432 i, .(A1C,Nn,EztY --- .....__. 4979 GOLDEN GATE PARKWAY E-MAIL agents@ezinsuranceofnaples.com f INSURER(S)AFFORDING COVERAGE .I. NAIC# NAPLES FL 34116 __ fSJREPA.__ARCH St ECIALTY INSURANCE COMPANY ' , NS NORMANDY INSURANCE COMPANY INSURED _INSURER P L.. JRL UNDERGROUND UTILITIES,INC INSURER G -- — 3352 POINSETTIA AVE INSURER o.:..__...---,--.-. _... _.._.... ...-- _..... i_ +. NAPLES,FL.34104 INSURER E:.__...__..._..-.. _ --- INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED ED THE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY HAVE CONTRACTEEN TOINSURED OR OTHER DOCUMENT WITHABOVE FOR POLICY ESPECT TO WHICH RT IS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. --__ j _ _.._..... IAdDI TSUbR.'--.. .__. .......->—POLi+JY EFF.... POLICY EXP OMITS • t INSR TYPE OF INSURANCE I NSR min POLICY NUMBER I(MMLDD/YYYY):(MM/DDIYYYY) LIR 1,000,000 g GENERAL LIABILITY ! C HEN I e_ .. i ..._. .._ pE li CN r I ! r`AIVA(E T 100.000 COMMERCIAL GENERA(.LIABILITY I I LFREMISES iEs occurrence) I$ )' HED CP(Any one person) +5 10,000 CLAIMS-MAGI )OCCUR r06/20/2017 —” 1,000,000 A X AGL0038844-00 i 06!2012,;16 RSONAL 8 AD!INJURY S .__ • 1 2,000,000I i GENERAL AGGREGATE I$ I ?RCD)JCTS COMFtOPAG( $ 2 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: E. /� POL.!CYi; JECtPRe- LOG I I • ,COMBINED SINGLE LIMIT AUTOMOBILE.LlAeIUTY I • �L@.accident!— _ _1.s_4 _._ _ i— i I BODILY INJURY(Perperson) IS ; ANY AUTO __ _ r----- ALL OWNED SCHEDULED I 's BODILY INJURY{ger accident) $AUTOS—._... AUTOS PROPERTY DAMAGE $ I. , NON-OWNED I - i • i Y;Peaxi¢ant)_ ---....._ i HIRED AUTOS •i i r I S `'M • { I UMBRELLA LIAR, CCCUR • • EACHOCJIJR--_-- $ — F--...I AGGREGATE I$ ..._— EXCESS LIAR I ... CLAIMS-MADE! I _ ... ._..._. OCCURRENCE • i DEC I RETENTION 5 $ ! WC S-ATU- I OTH- WORKERSCOMPENSATION I _'DRY LIMITS ..ER AND EMPLOYERS LIABILITY Y!N. i - 1.00O,OOa ANY PROPRIETOR/PARTNER/EXECUTIVE ,: !17'2016 Ob/17f2017,E.L.EACHAGCIDENT $ . B Y I.f AltNHFLOa5424-016 ;06. 1,000,000 !OFFICER/MEMBER EXCLUDED? L_: E.L. , (Mandatary in NH). I .._..__.._._ .__.. ...'C..._...-LIMIT $ a O IIf es. IPTION under iDISEASE - I E! DISEASE EMPLOYE $ y ; I !E L Y DESCRIPTION OF OPERATIONS aeiow I I I — . ........... aao.o0 •• I I DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101;Additional Remarks Schedule,If more space is required) PLUMBING .;y. Collier County Board of County Commissioners is listed as additional insured for any and all work performed in Collier County. ;, F. CERTIFICATE HOLDERCANCELLATION r-- 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 ACCORDANCE WITH THE POLICY PROVISIONS. 7 3327 Tarniami Trail E Naples,FL 34112 AUTHORIZED REPRESENTATIVc // tZINSURANCE OF NAPLES /' { f • ACORD 25(2010!05) ©198C05710 ACORD CORP* ATION.All rights reserved. The ACORD name and logo are registered marks of ACORD 16B PROGRESSIVE Cl NOEL INS SRVCS COMMERCIAL 2800 DAVIS BL#208 NAPLES,FL 34104 1-239-403-8391 Policy number: 02706818-1 Underwritten by: PROGRESSIVE EXPRESS INS COMPANY April 12,2017 Page 1 of 1 Certificate of Insurance Certificate Holder JEAN ROGER LAGUERRE 3353 POINSETTIA AVE NAPLES, FL 341040000 Insured Agent JEAN ROGER LAGUERRE CJ NOEL INS SRVCS 3353 POINSETTIA AVE 2800 DAVIS BL#208 NAPLES, FL 34104 NAPLES,FL 34104 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s)indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements,and conditions of these policies. Policy Effective Date: Oct 6,2016 Policy Expiration Date: Oct 6,2017 Insurance coverage(s) Limits BODILY INJURY/PROPERTY DAMAGE $1,000,000 COMBINED SINGLE LIMIT PERSONAL INJURY PROTECTION $10,000 W/WORKERS COMP NAMED INSD&RELATIVE Description of Location/Vehicles/Special Items Scheduled autos only 1998 GMC SIERRA C3500/K3 1 GDJK34F4WF066566 2008 FORD F350 SUPER DUTY 1FDWF36R18EC71644 Certificate number 10217NET818 Form 5241(10/02) 168 2 Martha S. Vergara From: TeachScott <ScottTeach@colliergov.net> Sent: Wednesday, May 17, 2017 3:50 PM To: LanceBarbara; Martha S.Vergara Cc: Herrera, Sandra; LopezKristofer; HayesJessica Subject: RE: Contract 17-7067 Karen Drive Storm Water Improvements Martha and Barbara, Pages 13 and 14 (the Bid Schedule) should appear and be included in the agreement as reflected on the agenda item the Board approved,with the full written description, quantities, etc. as appear on the attachment in Barbara's below email. Apparently, whatever program was used to create that document permitted versions to be printed off without the completed information included. I approve the substitution of the actual two Bid Schedule pages that went to and were approved by the Board into the final attested agreement. Scott R.Teach Deputy County Attorney Collier County, Florida Tel: (239) 252-8400 Fax: (239) 252-6300 Office of the County Attorney,3299 East Tamiami Trail,Suite 800, Naples, FL 34112 Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request,do not send electronic mail to this entity.Instead,contact this office by telephone or in writing. From: LanceBarbara Sent:Wednesday, May 17, 2017 12:12 PM To:TeachScott<ScottTeach@colliergov.net>; HayesJessica <JessicaHayes@colliergov.net> Cc: Martha S.Vergara<Martha.Vergara@collierclerk.com>; HerreraSandra<sandraherrera@colliergov.net>; LopezKristofer<KristoferLopez@colliergov.net> Subject: FW:Contract 17-7067 Karen Drive Storm Water Improvements It has been brought to my attention that somewhere in the routing process,the"Bid Schedule" (Page 13-14) had text removed. I'm including a copy of the Contract from Minute Traq that was approved by the Board on 3/14/17, Item# 1662 (File 6716 attached). This one is correct! I am requesting your approval to swap out Page 13-14,to have it reflect the "Board Approved" copy. Thank you, Barbara Lance II Procurement Technician Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112 Phone: 239.252.8998 Fax: 239.732.0844 BarbaraLance colliergov.net From: Martha S. Vergara [mailto:Martha.Vergaral collierclerk.com] Sent: Wednesday, May 17, 2017 11:45 AM 1 1682 To: LanceBarbara Cc: HerreraSandra; LopezKristofer Subject: RE: Contract 17-7067 Karen Drive Storm Water Improvements Hi Barbara, After reviewing the pages there is a difference in what we have scanned and attested. Due to the change it will have to be approved by the County Attorney's Office, because the Chairman has already approved what we have as written/brought to us. Martha From: LanceBarbara [mailto:BarbaraLance@colliergov.net] Sent:Wednesday, May 17, 2017 11:31 AM To: Martha S.Vergara <Martha.Vergara@collierclerk.com> Cc: Herrera, Sandra<sandraherrera@colliergov.net>; LopezKristofer<KristoferLooez@colliergov.net> Subject:Contract 17-7067 Karen Drive Storm Water Improvements Hi Martha, It's been brought to my attention,the Bid Schedule (Page 13-14)for Contract 17-7067 has part of the columns blank. Can you check your copy? I'm including a copy of how pages 13-14 should appear. I checked Minute Traq and the contract the Board Approved does have the correct Bid Schedule. How do you suggest we get these pages corrected? Tea l rr*arat Lance for Borne/NIL Procurement Servitor Proem Martha Vellum',Deputy Clerk Minato&Records rt tsct Re: Centred d17-7 7"Kano Drive Stone Neater tmpmenmoots" Cootramen .iRL i o nod titltitic*.ism Attached Mr your moo ie ea original of the referenced ma *rove. (1 $11614)rakolcd by the Board of Counter Centunissiceterewra'rnrandwy March 14.2*17. ;f rola heed my troesomm,please tai bee to contact to at 2$2-7240 Thank you.. Thank you, Barbara Lance 11 Procurement Technician Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112 Phone: 239.252.8998 Fax: 239.732.0844 BarbaraLance a collierdov.net 2 168 2 BID SCHEDULE BID NO 17-7067 KAREN DRIVE STORMWATER IMPROVEMENT PROJECT DESCRIPTION QTY UNIT UNIT PRICE AMOUNT _ 1 LS 14,639.00 1 EA 1,300.00 1,300.00 1 LS 10,000.00 10,000.00 1 LS 9,000.00 9,000.00 1 LS 4,500.00 4,500.00 50 LF 71.12 3,556.00 2 EA 2,500.00 5,000.00 5 EA 741.86 3,709.30 2 EA 762.43 1,524.86 3 EA 1,444.07 4,332.21 1368 LF 22.2 30,369.60 44 LF 14.63 643.72 100 LF 10.35 1,035.00 2 EA 317.2 634.40 150 LF 45 6,750.00 25 SY 425 10,625.00 405 SY 45 18,225.00 20 LF 450 9,000.00 20 LF 550 11,000.00 45 LF 325 14,625.00 5 EA 2500 12,500.00 23 11 EA 1,500.00 16,500.00 24 15 SY 2100 31,500.00 Replacement 20 SY 1200 18,000.00 65 8,125.00 27 595 SY 25 14,875.00 28 21 EA 160 3,360.00 29 1 LS $25,000.00 25,000.00 313,329.09 NOTE: All excavation shall be unclassified,no extra payment shall be made for rock excavation or dewatering. Award will be made based on the lowest total Base Bid. ALTERNATE A DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 95 LS 12 1,140.00 24 LF 45 1,080.00 13 168 2 2 _ EA 3,500.00 7,000.00 Total Bid 9,220.00 ALTERNATE B DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 8,500.00 8,500.00 Total Bid 26,380.10 III 14