Loading...
Agenda 02/14/2012 Item #10A Proposed Agenda Changes Board of County Commissioners Meeting February 14, 2012 Withdraw Item 10A: Recommendation to award Contract #12-5801R for the construction of the Collier Area Transit Intermodal Transfer station at the Government Center to Lodge Construction, Inc., in the amount of$3,697,475. (Staff's request due to intent to protest the award of the contract) Withdraw Item 10B: This item continued from the January 10,2012 BCC Meeting. Recommendation to approve Change Order No.2 to Contract# 10-5206,with Atkins North America,Inc.,for Design Services for Collier Area Transit Transfer Station,in the amount of$99,900 for redesign and post design services,and to extend the contract by six hundred seventy seven (677) days to account for the inclusion of construction and the completion schedule;and to authorize the Chairman to execute the change order. (Staffs request in conjunction with Item 10A) Continue Item 13B1 to the February 28.2012 BCC Meeting:Recommendation to award Contract No. 11-5705 -Gateway Triangle Residential Area Tertiary Stormwater System Improvements to Douglas N.Higgins,Inc.in the amount of$1,731,977,to approve all necessary budget amendments and authorize the Chairman to sign the standard Board approved contracts after legal review by the Office of the County Attorney. (Fiscal Impact to CRA: $219,500) (Staffs request due to delay in extension letter arrival from Department of Economic Opportunity-Tallahassee) Continue Item 16A8 to the February 28.2012 BCC Meeting: This item requires that ex parte disclosure be provided by Commission members.Should a hearing be held on this item,all participants are required to be sworn in. Recommendation to approve for recording the final plat of Arthrex Commerce Park, which has been revised from the plat which was approved by the Board of County Commissioners on December 13,2011,approval of the standard form Construction and Maintenance Agreement and approval of the amount of the performance security. (Staffs request to continue working with applicant to address staff comments on the plat and construction plans) Continue Item 16B1 to the February 28.2012 BCC Meeting:Recommendation for the Community Redevelopment Agency(CRA)to approve and execute a Site Improvement Grant Agreement between the CRA and a Grant Applicant within the Bayshore Gateway Triangle area. (3042 Cottage Grove Avenue-Fiscal Impact: $2,258.33) (Staffs request after discussion with Clerk's auditor) Continue Item 16B2 to the February 28.2012 BCC Meeting:Recommendation for the Community Redevelopment Agency(CRA)to approve and execute a Site Improvement Grant Agreement between the CRA and a Grant Applicant within the Bayshore Gateway Triangle area. (2718 Gulfview Drive- Fiscal Impact:$8,000) (Staffs request after discussion with Clerk's auditor) Move Item 16B3 to Item 13B2: Recommendation for the Community Redevelopment Agency(CRA) to approve and execute a Commercial Building Improvement Grant Agreement between the CRA and a Grant Applicant within the Bayshore Gateway Triangle area. (2464 Kirkwood Avenue-Fiscal Impact $7,787.50) (Commissioner Hiller's request) Move Item 16B4 to Item 13B3: Recommendation for the Community Redevelopment Agency(CRA)to approve and execute a Landscape Improvement Grant Agreement between the CRA and a Grant Applicant within the Bayshore Gateway Triangle area. (2416 Florida Avenue-Fiscal Impact: $987.05) (Commissioner Hiller's request) Proposed Agenda Changes Board of County Commissioners Meeting February 14, 2012 Page 2 Move Item 16D4 to Item 10I: Recommendation to approve a time extension amendment to an existing Subrecipient Agreement with Goodwill Industries of SW Florida,Inc.in order to complete renovations at the Roberts Raneh-Center in Immokalee. (Commissioner Hiller's request to move item/Commissioner Coletta and Commissioner Coyle's request to show corrected name) Move Item 16D5 to Item 10J: Recommendation to approve a change in Project Scope and a time extension to an existing Subrecipient Agreement with Big Cypress Housing Corporation in order to complete upgrades at Main Street Village in Immokalee,Florida. (Commissioner Hiller's request) Move Item 16E3 to Item 10K: Recommendation to approve a Resolution authorizing the Commission Chairman to execute Deed Certificates for the sale of burial plots at Lake Trafford Memorial Gardens Cemetery during the 2012 calendar year. (Commissioner Hiller's request) Move Item 16F1 to Item 10L: Recommendation to approve revisions to the Tourist Development Council (TDC)guidelines for payment or reimbursement of expenses related to attracting group meetings to Collier County,and for County Finance to pay expenses covered by these guidelines up to an annual total program cost of$150,000. (Commissioner Hiller's request) Move Item 16G2 to Item 13A1: Recommendation that the Board of County Commissioners,acting as the Airport Authority,award Bid No. 12-5824 Immokalee Runway 18-36 Lighting Rehabilitation in the amount of$148,341 to Airfield Western,LLC. (Commissioner Hiller's request) Time Certain Items: Item 12A to be heard at 10:00 a.m. Item 9K to be heard at 1:30 p.m. Note: Item 9D: Alice J.Carlson,Appointment of member to the Industrial Development Authority, should be listed as living in District 4,not District 3 as indicated in the Executive Summary. 2/14/2012 2:10 PM 2/14/2012 Item 10.A. EXECUTIVE SUMMARY Recommendation to award Contract #12 -5801R for the construction of the Collier Area Transit Intermodal Transfer station at the Government Center, to Lodge Construction, Inc., in the amount of 53,697,475. OBJECTIVE: To enter into a contract with Lodge Construction, Inc., for construction services for the completion of a permanent transfer station at the Collier County Government Center. CONSIDERATIONS: On August 1, 2007, CAT moved the passenger transfer activities from the Lorenzo Walker Institute of Technology ( "LWIT ") campus to a parking lot in the Collier County Government Center campus next to the Museum, after being asked to relocate by LWIT due to its future campus expansion plans. At the time the transfer activities were relocated to this location it was understood that the location was temporary, until a location could be found to construct permanent on site facilities. On April 8, 2008, the Board of County Commissioners (BCC) approved a resolution designating a 1.2 acre parcel of land, within the Collier County Government Center campus, for the construction of the primary intermodal transit passenger transfer facility. Upon designation of this site for the transfer facility, the BCC identified the completion of the transfer facility as a task on the County Manager's Action Plan. In May 2009, Collier County was awarded an Intermodal Grant in the amount of $1,300,000 and entered into an agreement with the Florida Department of Transportation (FDOT) to commit the match for this grant, which was comprised of $1,019,000 in land value and $281,000 of in kind (staff) services. The Intermodal Grant did not allow sufficient funding for construction. Staff pursued and was awarded a Transportation Regional Incentive Program (TRIP) grant to fund construction. On July 26, 2011, the BCC entered into an agreement to receive TRIP funds in the amount of $1,400,000 and to provide the required 50% match of $1,400,000. The decision to enter into the TRIP agreement was made after staff presented an evaluation of alternative sites that was conducted based on guidance from the Metropolitan Planning Organization (MPO) Board. The BCC directed the County Manager to split the project into two parts, bidding the base facility (ground floor) as the primary project and the second floor addition as an alternate that would be constructed only if the bids received are favorable and the Board authorizes its inclusion in the construction contract. The modifications to the design for the project were completed, in response to Board direction. The Purchasing Department advertised the solicitation on October 22, 2011, and received bids on November 28, 2011. Subsequently, during review, staff determined that the lowest bidder was not responsive and that vendor withdrew its bid. Other bidders were contacted and it was discovered that there were some discrepancies in the plans and specifications that needed to be clarified. The solicitation was rejected by the Board on December 13, 2011. The solicitation Packet Page -671- 2/14/2012 Item 10.A. was re- issued on December 19, 2011 and opened on January 20, 2012. Over 1200 notices were sent and 107 packages were downloaded and eight (8) bidders submitted prices as follows: Green Highlight = Lowest Bid Staff recommends award to the lowest responsive and qualified bidder, Lodge Construction, Inc., for the base bid. FISCAL IMPACT: Funding is available in the CAT Enhancement Fund (426) within Project No. 33037, the CAT Grant Funds (424 and 425), within Project 33166, and Gas Tax Fund (313), within Project 35016. The source of funding is FDOT grants and Gas Tax, land, and in -kind services. The above project is expected to be completed by the terms of the grant contract expiration of December 2013. When the project is completed, the operating budget impact is reflected in the table below. At this time, these costs are not eligible grant expenditures and are covered by the annual support of Gas Tax. Elements Brooks & Gates es J L Wallace FY 2017 * Manhattan Owen- Ames- West Wright Construction $0 Freund $0 Operating and Maintenance Construction Construction Kimball Construction $68,550 Capital Outlay $0 $0 $0 $0 $0 Company $68,550 Group Base $4,136,389 $3,964,580 $4,077,000 ($16,375) $3,844,448 $4,131,073 $4,345,891 $4,129,676 Alt 1 $1,134,804 $1,101,718 $1,039,744 $1,061,974 $1,039,541 $1,156,957 $1,116,324 $1,253,866 Subtotal $5,271,193 $5,066,298 $5,116,744 Via` $4,883,989 $5,288,030 $5,462,215 $5,383,542 Deduct 1 $13,250 $15,900 $19,589 $5,415 $21,371 $13,250 $22,236 $5,198 Deduct 2 $20,512 $16,300 $16,300 $4,446 $13,222 $20,512 $4,818 $4,628 TOTAL $5,237,431 $5,034,098 1 $5,080,855 Pw, $4,849,396 $5,254,268 $5,435,161 $5,373,715 Green Highlight = Lowest Bid Staff recommends award to the lowest responsive and qualified bidder, Lodge Construction, Inc., for the base bid. FISCAL IMPACT: Funding is available in the CAT Enhancement Fund (426) within Project No. 33037, the CAT Grant Funds (424 and 425), within Project 33166, and Gas Tax Fund (313), within Project 35016. The source of funding is FDOT grants and Gas Tax, land, and in -kind services. The above project is expected to be completed by the terms of the grant contract expiration of December 2013. When the project is completed, the operating budget impact is reflected in the table below. At this time, these costs are not eligible grant expenditures and are covered by the annual support of Gas Tax. Elements FY 2014* FY 2015* FY 2016* FY 2017 * FY 2018* Personnel Costs ** $0 $0 $0 $0 $0 Operating and Maintenance $68,550 $68,550 $68,550 $68,550 $68,550 Capital Outlay $0 $0 $0 $0 $0 Total Operating Costs $68,550 $68,550 $68,550 $68,550 $68,550 Minus Cost Savings (Tents and Portable toilets) ($16,375) ($16,375) ($16,375) ($16,375) ($16,375) Minus New Revenues $0 $0 $0 $0 $0 Net Operating Effect $52,175 $52,175 $52,175 $52,175 $52,175 New Personnel (FTE) $0 $0 $0 $0 $0 * This reflects an estimate of the additional funds needed in the annual operating budget for each fiscal year. Costs are recurring. ** Staffing is provided by the transit vendor. Packet Page -672- 2/14/2012 Item 10.A. Using today's dollars, the total cost to replace the asset is $3,165,500 (this number differs from the construction cost due to the elimination of the site work and underground utilities). The project has an expected life expectancy of 30 years generating an approximate annual cost of $105,517. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. GROWTH MANAGEMENT IMPACT: Consistent with Objective 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners: (1) approves award of Contract #12 -5801R to Lodge Construction, Inc. and (2) authorizes the chair to sign the attached contract after final review by the County Attorney. Prepared By: Brandy Otero, Associate Project Manager, Alternative Transportation Modes Department. Attachments: (1) Bid Tabulation Form; and (2) Contract Packet Page -673- 2/14/2012 Item 10.A. COLLIER COUNTY Board of County Commissioners Item Number: 10.A. Item Summary: Recommendation to award Contract #12 -5801R for the construction of the Collier Area Transit Intermodal Transfer station at the Government Center, to Lodge Construction, Inc., in the amount of $3,697,475. Meeting Date: 2/14/2012 Prepared By Name: OteroBrandy Title: Project Manager, Associate,Transportation Engineer 1/25/2012 1:35:39 PM Submitted by Title: Project Manager, Associate,Transportation Engineer Name: OteroBrandy 1/25/2012 1:35:41 PM Approved By Name: CarterGlama Title: Manager - Public Transit,Alternative Transportation Modes Date: 1/27/2012 2:10:03 PM Name: SotoCaroline Title: Management/Budget Analyst,Transportation Administr Date: 1/27/2012 3:53:22 PM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services Date: 1/27/2012 3:55:48 PM Name: ArnoldMichelle Title: Director - Alt Transportation Modes,Alternative Tr Date: 1/27/2012 4:00:15 PM Packet Page -674- Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 1/27/2012 4:41:57 PM Name: OberrathKaren Date: 1/31/2012 3:42:45 PM Name: CarnellSteve Title: Director - Purchasing /General Services,Purchasing Date: 1/31/2012 9:30:24 PM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 2/1/2012 10:13:46 AM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 2/1/2012 3:01:50 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 2/1/2012 3:11:10 PM Name: FoordMarlene Title: Grant Development & Mgmt Coordinator, Grants Date: 2/1/2012 3:28:43 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 2/3/2012 3:26:24 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/6/2012 3:24:17 PM Name: FinnEd Date: 2/6/2012 5:35:24 PM Name: OchsLeo Title: County Manager Date: 2/7/2012 2:28:39 PM Packet Page -675- 2/14/2012 Item 10.A. O 3 N H a � o °m d N C ms c Q d u° O 0 O L u °D 2 3 � U 0 7 C u N a c a O c� Q G Y C C � O 3: u s 2 C jA • C U 0 w u to 2 J N V u A 3 r c 7 �i o7J 0 O Q m 0 C u c N N O N (D 3 O 0 .614 a e m d e I N d N - S $ S o 8 S 8 8 S 8$ 8 S S 8 8 8 8 S S 8 S 8 g8g 16 g Id N m 14 a N N °o °° °o - S - g. '. °o $ $ S °0 8 $ °° °° °°. °° S °o $ S e a S m Qg QQ a o$ a 4 W S S a a 9 N N N S O _ of N $ $ O ° O $ $ :8 O $ S S$ S S O $$ W $ p S pN S$$ 3 m E 8 8 ''C 14 pp1 e ml n H M m � • S S 8 8 S 8 8 00 8 8 8 oS 88 S 8SS a 8 a 0 8 o o a ^ m p yi S S Bg, °0 8Q S S SS 0 0 � e � n • d °o °° S... 16 O O = O p — e S E e c m mo 0 o e ti wi t d N 0 2 Q J _ Z C c« 0 o F- ;` a O z F z o 2s, 0 z z 00 z 0 z z 00 z 0 z z 0000 z z O Q d G G O D E G O C p p C _ Q i m 7 Z ° V w Z J O 2 2 O O Z O Z 2 O O Z O = 2 O O Z Z O O c -jez F FF F FF r- FFFF � _ N Z i � Z ¢ ; C O p O p p O p O p❑ p 0 z i m a° �Q1- LL - m$ "= v uu u uu u uuuu n u ° w O u u o0 u O u LL O O w O u M 0000 w u w z W °+ 0 z n C n �- �- F- .. .. .. �N �°, LL 5: - LL a s W z o v $ F- O O e 0 o 0 z O z o z 0 z 0 z 0 z 0 z 0 z 0 z 0 z 0 z 0 z 0 z 0 '.E z o z 0 z 0 z o 0 d d d d 6 6 d G d d 1 '� i m m G m Zm 2 w Z m 2 2 p w Z m w t Zm m z Z m ❑ p ❑ p p p p O O Q.2 ❑ ❑ ❑ < O p m p p m ° m i O W `; w� o w w w w w w w N a .Q a f D d❑ O a s 0 ❑ a ❑ a a p p a B p a a p❑ a a p p � as m a m m m � amaa a a¢uaiaaaa N N O N (D 3 O 0 I i CO j 0 u C u° M 3 i � L c _ o E y 2 ° s u ° 0 i e � m C L C h C u C L p S C c C N •� ri J C c L O d � m u h m 0 3 8 ms A y d O u c $I V 8 o}i a Y 8 CD 2 ° s u ° 0 i Y >> Y Y> Y Y Y Y) E e e 0 0 e c e c a E ' E 0 t Y y a � e u `u .r e n � o; �e 'o E� �e QE C .5 Y LC 5 ti Z w d 8 u 4 E a° a e v a � C E `a a - „Wam F ` °oar a C r m °f�n� E "c o'oom C a e'c N 3 ns f m � a � a u c 0 °3 N N 0 N r} \V TT 3 O f` h Orv1 p S C ri N N C � IIS K N p c' $I S 8 S a S 8 8 8 B 8 8 8 O n T M b m • 8 S S 8 o S 8 8 S 8, 8 S 8 ��p�<' N N rbif b N `. H N N N r m d 88 0 o S 8 8 F_y S 8S o o S- 8 S S 0 6 a c o 16 i' m r �.r N wo N A p N f O O z Z z p 5 W G z u u p z o Z 2 z z Z Z } Z _ Z 2 W O O O O O a Z O O Z o' z o Z 0 Z 2 2 o ZO O W W 7 O o i u u u u u p u u n W k7 c 2 , O 0 °z W a z z p HsWu ¢O QO QO ¢¢O z Y Z . u p 2 u "�u�w� � G u o H G¢ W O O z z z z z zo Q QO QOM z w 2 ,ti j c O C m O m z" z z z2 z z� o o a a o o a o 0 a of 0 a i o 0 a 0�7 0 7 a� i- O � Fn rO -0� O 2 I- _ � .� r-p I- O O O F z � O r Y >> Y Y> Y Y Y Y) E e e 0 0 e c e c a E ' E 0 t Y y a � e u `u .r e n � o; �e 'o E� �e QE C .5 Y LC 5 ti Z w d 8 u 4 E a° a e v a � C E `a a - „Wam F ` °oar a C r m °f�n� E "c o'oom C a e'c N 3 ns f m � a � a u c 0 °3 N N 0 N r} \V TT 3 O f` 2/14/2012 Item 10.A. - GR *% FDOT Joint Participation Agreement (JPA) Project No: 420353 -1 -94-01 CFSA No. 55.026 /Contract APF60 Collier Area Transit (CAT) Intermodal Transfer Station COLLIER COUNTY BID NO. 12 -5801 R COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: BrendaBrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Design Professional: Atkins Global puchadrg Departrnenh 3327 Tamiami Trail East - Naples, Florida 341124901 - www.co%Mov.neVpurchasing Packet Page -678- a 2/14/2012 Item 10.A. Email: brendabrilhart @colliergov.net Telephone: (239) 252-8446 FAX: (239) 252 -6697 Addendum 5 Date: January 13, 2012 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #5 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANGE: • The Questions and Answers will be re- opened on www.colliergov.net/bid on January 16, 2012 until 5:00 pm. • The due date has been extended until 2:30 pm on January 20, 2012. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Packet Page -679- M 9 Addendum 4 Date: January 13, 2012 2/14/2012 Item 10.A. Email: brendabrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252-6697 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #4 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Line item allowances for Furniture have been modified. Revised Bid Schedule attached. • Division I specifications attached. CHANGE: • Isolatek SprayFilm WB5 is an acceptable equal to Carboline Fire Film 3 for intumescent mastic fireproofing. • After further review as a substitute for Membrane Air Barrier, PROSOCO' R -Guard will be an acceptable substitute at time of bidding. • Bidders should supply bid numbers as specked. Bidders are encouraged to submit proposals for additional substitute products on a separate piece of paper and submit with bid package. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign ibelmAr and� wur rn a.r y rsi ch�S Addera>iurn anti u#�rrnttal nr he albov rifer ced vita #u4 Al Ir TZ v Packet Page -680- if Addendum 3 2/14/2012 Item 10.A. Email: brendabrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Date: January 12, 2012 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #3 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Revised Bid Schedule The addendum #3 bid schedule must be submitted to be considered for award. Line item allowances for Signage, Furniture and CAT ICON have been added. Owner Contingency has been deleted. • Scope Matrix • Intrumescent Mastic Fireproofing: WR Grace is having temporary supply issues; Carboline fire film 3 can be substituted. www.carboline.com • Membrane Air Barrier: PROSOCO' R -Guard will not be an acceptable substitute at time of bidding — a bidder may submit a proposal for substituent this product on a separate piece of paper and submit with bid package. REMOVE: • The Owner Contingency Allowance under. Bid Allowances is to be struck from the Bid — delete note from page G -002 under Bid Allowances: ALLOWANG& BIDDS S SHOULD D !NG i DE $290,000 ALLOWANGE IN BASE BID CORRECTION: Sheet G -002 project clarification #59, Value Engineering; Bidders may offer alternate to substitute the custom sunscreen shown around ADD Alternate No. 1, CAT Offices addition with a sunscreen system integral to and by the same manufacturer as the adjacent perimeter curtain wall below. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Enc: 2 Packet Page -681- v} Iv> IV). Iu} k^ Iv* 11* 14A I— I- I- fir??'':- I+^ I'^ 114 Packet Page -682- 2/14/2012 Item 10.A. . I . I . I . u-, iv* i1^ 1 4 u J F C i w t u 7 N l o c O C n Ln ] O z 5 o c J U l LL L O C c z z Q a w F I Q a � � 1 a a � N I I � I � z I i o i vI z > O {{°ann LL 1 W i o F i u i e-1 ' z J W z u u � L Q ] 0 V N I'A ., r T c "ll M w N l ". 0 M z M ri E • Q CO C 'i: m C N f+ H CG • VI Ti r � � • � ,� tea,.. z Ln 7O o N wi u Cr w W e rxv V ft-n Q Q W Ln H to (D �W j J 1 W a = 1 Z U LL a w u z O Q O Z W Z a Q a Z N? `^ z H C' z W z Q w O W �: w x cC r 7 w G w l7 F_ v1 'S F a O 2 LL t ;. LL a s w r z i-1 N M V1 ID 1� W 61 .-1 N M- lO N ou • O O O Z z O Z O z O z O z O z , ' z Z Z Z C9 z O O O O O O O O O 'Z0 ' O O .% O O O O V) V) in V) N Ul N N V1 ». V) V1 V) m m m m m m m m m I# co Co m -: m m m m m O W v1 W V) W V) W W V) W N W V) W VI W V) �k ..1 W : N W V) W ;. - W Co W VI a W W d W a •• Co a Co a Co Co a m a m a Co a m a m a m a m m r Co Co m m m o c 00 M C) 1-1 ,Ny N ea-i e�-1 e�i e^-1 C Packet Page -682- 2/14/2012 Item 10.A. . I . I . I . u-, iv* i1^ 1 4 u J F C i w t u 7 N l o c O C n Ln ] O z 5 o c J U l LL L O C c z z Q a w F I Q a � � 1 a a � N I I � I � z I i o i vI z > O {{°ann LL 1 W i o F i u i e-1 ' z J W z u u � L Q ] 0 V N I'A ., r M A 4 O Q C O to N d w H C f0 1= M V 0 E d f0 Q C i F- N 4 a 0 u O V v n Co CL CL an I v* I an [.n I yr k4 I— I- l v� . I v* I n I of I v* z O O Z- a C N 0 O z z N Q w J V1 z W z Q J Z W 2 LL w LU w U 2 CL Z H O LL 0. N LL 0 0 0 0 0 0 0 0 0 V1 V1 N_ in 1_n vQ z z z z z z O O O O O O O 0 o O D O Q Q Q Q Q Q Ln In W v w u w u W u W u W v LL LL LL LL LL O O O O U- O O U V O. O O O O O z z z z z z a a a a a a cc � � cc = � J J J J J J Q Q Q Q Q Q O O O O O O Q Q Q Q Q Q NI NI NI NI NI NI NI NI MI MI MI MIM Packet Page -683- 2/14/2012 Item 10.A. N O N Addendum 2 Date: December 20, 2011 From: Brenda Brilhart, CPPB, Procurement Strategist 2/14/2012 Item 10.A. Email brendabrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252-6697 To: Interested Suppliers Subject: Addendum for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANGE Specification Section 230900, Instrumentation and Control for HVAC, Paragraph 2.7 Controls Network: System Integration to read: "The building automation system shall be Johnson Control Metasys and the interface to Metasys must be via BACnet." If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Packet Page -684- 2/14/2012 Item 10.A. Email: brendabrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Addendum 1 Date: December 20, 2011 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following clarification is made to the above mentioned Collier County solicitation: A DVD with the specifications, drawings, bid schedule and reference documents may be picked up from the Collier County Government Purchasing Office located at 3327 Tamiami Trail East, Naples, FL 34112. A combination of all of the files were too large to post on the eProcurement site. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Packet Page -685- 2/14/2012 Item 10.A. TABLE OF CONTENTS �31 PUBLICNOTICE ............................................................................................................. ..............................3 PART B - INSTRUCTIONS TO BIDDERS ...................................................................... ..............................5 CONSTRUCTIONBID ................................................................................................... .............................12 BIDSCHEDULE ............................................................................................................. .............................13 MATERIALMANUFACTURERS ................................................................................... .............................14 LIST OF MAJOR SUBCONTRACTORS ....................................................................... .............................?5 STATEMENT OF EXPERIENCE OF BIDDER .............................................................. .............................16 TRENCHSAFETY ACT ................................................................................................. .............................17 IMMIGRATION LAW AFFIDAVIT CERTIFICATION ..................................................... .............................18 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 ......................................... .............................19 BIDBOND ...................................................................................................................... .............................23 BIDDERSCHECK LIST ................................................................................................. .............................24 CONSTRUCTIONAGREEMENT .................................................................................. .............................25 EXHIBIT A 1: PUBLIC PAYMENT BOND ..................................................................... .............................32 EXHIBIT A 2: PUBLIC PERFORMANCE BOND .......................................................... .............................35 EXHIBIT B: INSURANCE REQUIREMENTS ................................................................ .............................38 AftA INSURANCE AND BONDING REQUIREMENTS ......................................................... .............................40 EXHIBIT C: RELEASE AND AFFIDAVIT FORM .......................................................... .............................42 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ......................... .............................43 EXHIBIT E: CHANGE ORDER ...................................................................................... .............................47 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................................. .............................49 EXHIBIT G: FINAL PAYMENT CHECKLIST ................................................................ .............................51 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................................... .............................52 EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS ......................................... .............................82 EXHIBIT J: TECHNICAL SPECIFICATIONS ................................................................ .............................83 EXHIBITK: PERMITS .................................................................................................... .............................84 EXHIBIT L: STANDARD DETAILS ............................................................................... .............................85 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................................... .............................86 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT .. .............................87 2 Packet Page -686- v PUBLIC NOTICE INVITATION TO BID Collier Area Transit (CAT) Intermodal Transfer Station COUNTY BID NO. 12 -5801 R Separate sealed bids for the construction of Collier Area Transit (CAT) Intermodal Transfer Station, addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 18th day of January 2012, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A pre -bid conference will not be held for tis solicitation. Questions may be posted on www.colliergov.net/bid. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Bid No. 12 -5801 R and Bid Date of January 18, 2012. No bid shall be considered unless it is made on a Collier Area Transit (CAT) Intermodal Transfer Station unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department E- Procurement website: www.colliiBrgov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5 %) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General . Conditions ' of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the 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 Packet Page -687- M 2/14/2012 Item 10.A. 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 five hundred and twenty (520) calendar days from and after the Commencement Date specked in the Notice to Proceed. If the Alternative is not selected, the Successful Bidder shall be required to finally complete all Work within four hundred and eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. All work must be completed no later than 12/31/2013 grant funding expires. 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 19th day of December 2011. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y Carnell C.P.M. Purchasing and General Services Director Packet Page -688- 2/14/2012 Item 10.A. PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director,_ as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and /or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his /her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 13 — 24 as bound in these Bidding Documents, insurance and granting agency requirements). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing. Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Packet Page -689- 2/14/2012 Item 10.A. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit "). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (1.20) 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 Purchasing 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 Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Signing of Bids 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. Packet Page -690- . 6 2/14/2012 Item 10.A. 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. 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 Purchasing Department at the County's On Line Bidding System at http: / /bid.colliergov.net/bid /, 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 issued on the County's On Line Bidding System at http: / /bid.colliergov.net/bid/ 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; Packet Page -691- 7 2/14/2012 Item 10.A. 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. 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 aA 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. All bids responses received without pricing Packet Page -692- 2/14/2012 Item 10.A. for all alternates as listed will be considered technically non - responsive and will not be considered for award. 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 Purchasing Director -prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement Specialist of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 11.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be' made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy 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 (FS 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations. in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.html). A copy of the document shall. 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 Packet Page -693- 2/14/2012 Item 10.A. 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. AM%, 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 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. 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. 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 87 -25, 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. Packet Page -694- 10 2/14/2012 Item 10.A. 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 proiect for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction,. luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing 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." Section 18. Single Bid Only one bid from a legal entity as a primary will be considered. A legal entity that submits a bid as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - contractor to any other firm submitting under the same ITB. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - contractor to any other firm or firms submitting under the same ITB. All submittals in violation of this requirement will be deemed non- responsive and rejected from further consideration. Packet Page -695- 11 2/14/2012 Item 10.A. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Collier Area Transit (CAT) Intermodal Transfer_ Station BID NO. 12 -5801 R Full Name of Bidder Lodge Construction, Inc. Main Business Address 2161 McGreoor Blvd. Fort Myers. FL 33 901 Place of Business Fort Myers, FL Telephone No. 239- 332 -4371 Fax No. 239- 332 -0218 State Contractor's License # CGC 059635 State of Florida Certificate of Authority Document Number K00321 Federal Tax Identification Number 65- 0021668 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. ,2 Packet Page -696- 0 a G O d N C H v � 0 N Q � m r N G L H f0 N Q Cu u° O d t^ Cm G o_ I a H 0 2/14/2012 Item 10.A. 8 fn N 01 N N S w fb Oq C1 L°n S fb 00 CY fn ff" o c O O m o a a, N l0 '� V ? S S 00 f\ N to o$ fr M fT N to in a fn fT 1-1 V? o $ a N I n t0 .i lO Ul T Co C V} 4R Q Z S $ n o N n .�-I ul to N tM1 Y/r 8 ul v� O N M M 8 S O N Q�1 LT 8 fo M r R C" 0 .0. 0 oo f` fn Vf 8 ui �C ;�'... M. iA 8 ti ti V? g ,ny .-I N N g 000 N -00 4!? ° c � N O fV {n O I� 7 u, C O_ w W L w OII. .. O � 'm o 'u Z Z 'CL O U m • Z O 'C'" Z x ^ Z c 0 CO v „m „Q � Q Z W .0 N Y C W • a ul o':� �_ z 0 a ,maNy W a • Z -� • a W Z O W > 0 • w w Z O Q Z Z 0. �. l9 of U W W u in Lu 0 I V1 O._Z. O O O O F- w c� N:o • z z z z O a z v o 0 0 0 O CL F= O o z ¢ • W Z cL 7 o O O O 0 a Ln o z F- g r CL CL F- .� u i Z ° f., w. W w 3 r ttFQQJ��- Cr (D > Q tL �0 Ln L11 tA 1 Z _C ~ V U U V cc Z O J Q Z_ = Q d N_ ^ m Z_ C LL LL w LL W V Z Q W O O W z of W _ Z J F W O a' w fC - O O O 0 W I_- Ou Q 2 3 fl O Z wi tr u❑. W fS x J w Z f1 C U U u C7 • of r=- Ln 3 c> .-i O N O M a) V1 O l0 O n O pG O Ql O O � ;4 ti N rl r4 N N M N lO N C, N. 'fU N N H N z Z Z Z Z z Z z Z z Z Z Z z Z z Z a.+ Z z' Z Z 2 2 2 2 9 9 2 9 2 9 2 2 O O O O r . WWUJLIJ Vf V1 V1 V1 v1 v1 {n H N N N v) N Ln H 0 C F- F H H _N a o 0 0 0 0 0 0 0 0 0 0 0 0 o v m O_ O_ O O _O O 0 ❑ =w Q -p ~ Fw- IW- IW- U m m m m m m 07 m C7 a m m M f9 m m m CO L Q Q Q Q W N W W In W Vt W of W of W un W fn W W H N W VvQ}} W W vi W ut W fn W W J Q -: r ❑ O O < 'O] Q Q a Q • m Co CO CO CO LO LO Co CD m fA fY1 Co 02 Co 0:: H O N N M d' Ln Co M M tT O rl e-I '-I N N ei N M H 1-r N V) e-1 f0 N h N 00 N ei N N Packet Page -697- 0 Z W 0 0 Q O ro N C e0 r m 0 � O E '^ c N N � •N C H 10 d Q Cu O u 0 O f0 LD a 2/14/2012 Item 10.A. $ C Co M N 8 ni C N VT 0$ a aN1 O rl t/} �pli O N in 8 0 M LVD1 LM q? 8 vi tM I1 N t/f Q Z 0 8 r. Sri t+N'1 a0i ~ O V1 N 8 o O N V? 8 C�t} 00 r4 V} 8 (li O V7 V� 8 n b N 8 D^f lD O ri V1 � V VT .�:. N N o LLn Q T V► to MP Y o � c 3 � � o N W , w a.. CL . W LA Ln Q W) ~ tn W W J ut H w J Z W z a = a_ U 2 Ur Q U.• +r J D Z W Q N 4 Co Z {1-' .. w'i't ' .n. _C .� r- O W W Z L" r w 7 K W = Q U- VI cW d O W N LU rr L=L LL d LLi Z W N' CU N O LD O n O 00 O a1 O O .4 .� N .4 N N N M N LD N .. ' _ H. Y -� W Z -� z z z z z z z z z z z z z Q) O O O O O O O O O O O O "lg-, Ley z z z z z z z z z z z z a a O O O _O 0 0 0 0 O a O a O ¢ Q ¢ 0 a 0 Q Cl Q 0 O a a 0 ¢ C a D ¢ W 0 W V) W V7 W V/ W V1 W N W N W In N W .W V1 W Vf W to W 'MM a+. 3. U f' cg a lL W LL LL LL W W W LL LL LL W LL N ' 0 0 0 0 0 0 0 0 O O O b r{ F U F- V < U < V aHa FQQ- Iaa- F FQQ- U < U H H :.1� -c Z OV 14 _ . a- e-1 e-I rl rl U rl U r1 U N U e-1 rl r7 rl e i .e'i W Co 0 o d o 0 0 0 0 0 0 0 0 =ii o z z z z z z z z z z z z z N 0 W W W W W W W W w W W W Llk; W C �. z z z z z z z z z z z z z z a . C W W 2 W 1' W D' W C W 1' W C C W W C W K- W C W .•a: '�` •W �, M 0. 0 U O ;' W LA F- r r r F- F- � O O O O O O D O O � O <'. N N M N er N LM N ID N n N Co N a1 N N N M M N M M M V M Packet Page -698- 9 n Y C Y Q a t b m N m z u y u Of ti b a N u .'o a t C N I 2/14/2012 Item 10.A. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL. BE DEEMED NOW RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specificaflons:. 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 EngineedProject 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. Signature.,: Date '1119YZ012 ., Mc purm., Vice Presldent.. Section B (Exception requested to Bid specifications manufacturers and materials.) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company. 11andge Construction, .1, Signature Pr Packet Page -699- 14 2/14/2012 Item 10.A. 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 87-25 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 bre 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_ 2. 3. 4- 5. Major Category of Work Subcontractor and Address Lodge Construction, Inc. Concrete & Masonry 2161 McGregor Blvd,Ft.M)rers,F1 Beaumont Electric company, Inc 4534 Mercantile Ave.,4E.Naples,FT, Precision Plumbing Services Inc. Electrical 33901 34104 Plumbing 17031-2 Alico Commerce St,Ft Mvers,FL 33967 Conditioned Air 14VAC Roof ing 3786 Mercantile Ave,NaDles,FL 34104 Advanced Roofing & Sheet Metal 2320 Bruner Ln,Ft Mvers,FL 33912 is Packet Page -700- 2/14/2012 Item 10.A. 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. 16 Packet Page -701- Project and Location Reference 1. Sanibel I Toll Plaza - 2007 Paul Wingard - Lee County DOT 17.2 mil. 239-479-8545 2. FGCU Student Union Bldg Barrett Genson-Director of FGCU 5.2. mil. 239-5.90-1503 3. Cape Coral Fire Station 1 Oliver Clarke-City of Cape Coral PM 3.8 mil. 239-242-3225 4. Western Glades County K-6 Scott Bass-Glades Cnty School District 8.2 mil. 863-946-0202 5. Lakes Park II Bob Taylor, P.M. Lee County Planning 3.8 mil. 239-707-0769 6. Mariner High School, Renovation Reggie Snell - Director of Constr. 8.2 mil. Lee County School District 239-707-5857 16 Packet Page -701- 2/14/2012 Item 10.A. 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 cast (Description) L� F.SYI 1. N/A N/A N/A N/A $0.00 2. 3. 4. a. TOTAL $' a' . oc Failure to complete the above may result in the Bid being declared non- responsive. 17 Packet Page -702- 3 2/14/2012 Item 10.A. F. i Immigration Law Affidavit Certification ITB 12 -580111 Collier Area Transit:(CAT) Intetmodal Transfer Station This Affidavit is required. and should be signed, notarized by an authorized principal of the inn, and submitted with formal Invitations'to Bid (lTB's) and Request for Proposals. (RFP) submittals. Further, 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 vendoesibidder'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 Bidder's oroposal 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 CINiA ). 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 taws (specifically to the 1986 Immigration Act and subsequent. Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of homeland Security in partnership with the Social Security Administration at the time of submission of the Bidder's proposal. Company Name Lodge Construction, Inc.. Print. Name _.. ael n Title trice President Signature Date 1/19/12 State of Florida County of Lee The foregoing instrument was signed and acknowledged before me this 1.9thday of Jan 2012 , by Michael Duren who has produced Personally known as identification: (Print or Type Name) (Type of Identification and Ntrmber) ` Notary Public Signature Denise E. Hodge Printed Name of Notary Public DD 791090 6,/17/2012. Notary CornmissiorrNumber/Expiration ........... ti�"•r%" " DENISE €. HODGE s Corivnisft DD 7910 Ex�$. June 17.2012 i .F BandsAFMr.Tkyf�n kiasanoa70f4 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. Packet Page -703- 18 Construction $erv=s Agteerfnt Rmsw.611,201'1 2/14/2012 Item 10.A. Compnuy ID Number: 161023 T11F F: VERIFY PROGRAM FOR F.MPId)YMt: r VERIFICATION IW1FA- 10RANDUM OF MVEItSTANDING ARXLQ.S I1 PuRPO86 AND Aursa ry Mu Mesem=dum of Underi mdog (MoN set: forth tie pobts of apmeaW between the Socbl (SSA . do Daper b" of Hoodand Security (M sod igft CWNUMNION UL (EmPbYw) nouft do Empkwa,% pwdelpadon In dw Employment EIiSlbility VaiRation Prnlrane (&Verity). &Vai4► a a prapam a whidt the eapbymmt eUwWW of all newly hired employee wM be cn&med ate do Farpi Www Blurry VaiScatiom Foau (Fam IA) has bean computed. Audbarity for the E- Verily paaecam a fntmd in Tide IV, Subtitle A. of the Mod IwAWVW n Rdwm and b=iSMA RUP00011ft Art of 1996 (ill! W.0 P& L 104-205.110 Std. 3009, o amended (6 U.S.C. 413211 note). & RES OF THE SSA 1. Upon completi m of rho Fan 1-9 by me saWkwee and do Bmployer. end povided the . Employer oo®plies with tie tegr h6n0 is of this MOU, SSA 1 @ - to provide dw Empi"w with avub" b&hnn =that aibwa the Bmpiwjw b coasnn do aoauactr of Socal Ssowky Nnmbam pvided by A now* lined empioyeea and the empbyment n6wiatiou of U.S. 2. The BSA alms to provide to the BwooW approprLb esbdnoo* with opw&dMal proldew dW my ariw dwinS the pertialpatis - to the &Vis* I - The SSA ll + b provide the Baployer WM MOM tithe, ad6wM and telLphane arm bem of SSA repeaeeubdins to to Cenuma d daft tla &Va *process. 3. The SSA epees to safopwd the inform d= provided by the Employe *nn%b the Fr VU* per; and to HU& Soots b smah in6oradiom, a is -11 11 e1 l by law, to iodividitab tetpoastbie for the vaiftcatbn of Sadd Soo njty NwA us and for enbudoe, of the E -Verily 1 0 91 m err snch Cdw person: or adbies who easy be setwhied by the StA as fovaned by the PsWm Act (S U LQ SSL). the Sadd Saar ky Act (,G 112 C: 1306(1)), And SSA regulation (20 CPR Fart 4011 4. SSA sp eer to a w*M a, mesas of subo Mad vaift on that is dm*W (in oog)noclios with DHft anlometed sydam U necemary) b pr+uvide Con iroodesi or Wage" moncamiltmttba of U-& ddaaes empbyn M e y Nd aoit woo) , of ISA for bold citimm and allom wit k 3 Federal Govan owe wadi days of Iha ieitat iagai y, S. SSA egress to ateblbt a macros of saoenderyr veri bBdW (iaahrt W&dpg SSA recotds as may be necawy) for esspioyesr wbo con= SSA Ierlathee aonesulfenrdioms that It duqued to Provide bbd coaamdoe or aoacoai'smMiM of M& cltbous. employment Packet Page -704- 2/14/2012 Item 10.A. Coagrsary M Numbw.161023 C OF TM 1l2YiPLOYM 1. The Bmpbyw apses m 646Y do notices mppbw by DIM in a poemmaat place dot Is owerly vislols to pioapeetiva empbyaa. 2. The Emptoya apeea to provide m the SSA ssd DES dr atmw Wks, sd&eum and seiepitone mimlres aeon Em ployer npessmledva to be cosbolod im 8 &Vasty. 3. The Employe spas b become; bm slier wA and comply with the &Va* Mvmml. 4. The Employe apes drat any Bm hw RwruonWm who will par I eopbymest verification gaatib will complete the &Vasty Tvt=W before that k diva" Main any A. The employer apeae that all employer t+epeON' 1 -1v es will talm dr rieG , drtorlale ivtided by the 13- Verify poparn as s eondiidom of eoaduned an of & Va*. B. Fellow to compmle a re6eshs tmmrial will prevent the employe fiam eoothau d use of the peo8 S. The Eatpbya Opens to comply Ma ettaitlbw Farm LA prooeftft with two 1f an employee prat 1 ' a "Liar B• Amoy downmed the Employer apes toady accept 'List B" documents dwa omolsin a photo. OJK B doattmenls idantilWl in a f AIL 1 274s.2 (b) (1) (B)) can be p eded ft ft do Fam W prncem to, adabikh idealkyj If so P P63 I I presents a DI& Fan I -351 ftmaaeat Rya Wou Cs4 or Fan 1-766 (Employment Aud riiadon Donned) to die Awn I-9, the BmpbW >►lpsm to make a pbowcopy of the dowment and to resin dew phol000py with the employee's Form I.9. Tile emplwyar WE nee 66 phaftopy to verity► the photo and to sedd-69 Deportment with its twice of pboto nos- owlebes that see aoa sled by employees. Nose that employees retain tits agbt 10 present say Lint A, a Lint B and ListC, doonmeatdion to conpbte toe Farm I-9 DIMS may in dr f fire I ipnalo albs documeds dot acdvate titspboso screatiostool. ti. Tie Booloyer rtadaraVod: that portieipedw in &Va* doom not eaarmI I the Empbya 5rwm the ray to trio, and ante availablefor iaspedion Fasaa 1-9 that tilde to its emploM or 9nas.odwr uqAimmmu of appilubb tgpbd m at haws6 coo for eke SMwing modilled ragairammts appdcabfe by reason of the Bngtlww% in & VwW.. (1) idaatity doommmo t anal have photw as described is petugmph 5 sb M (2) a reba" prestsaStioa is edahiMW flat do Fsspioyar hen not Aftisd soodon 2741(aK1)(A). of do Imm ipudw and Nisdomilby Act MW widr r, I - - to the bicisd of soy isdividiod ' if k obW= cam&m kdm of the ideally ad empWowd elipibiliry of the iodivMW in with die rata, and cows of &Vu* ; (3) do Bmployer m ma soft DES V it oodiu s to moploy nay eoq*q s attar rmeivias a f1aa1 aomoa- madonj ad is enfyeet to a dull umsy penalty between 5300 and $1, 000 far mach hihae to notify DIM of coadoaed empbymmt follw4ft a feat sioreaafirmssion: (4) the Employer is =*.vt to a rebartabie peawmpdon drat b hoe latoavh* aopleled as nasudwhied aft is vlokdan of section 274 *XIXA) if die Bmopbyer ooadrmes to employ any employes allot receiving a !leaf saa000f tler:; and (5) no III aatity I 11, 4 1 fits in B- Vert► is dvfpy or alasinelty !fable under any law for any Packet Page -705- 2/14/2012 Item 10.A. Coro► ID Number: 161023 udw raises in good. felt an information poovided *zough the coaSemotion Wom DIM ne wwo the tight to aooft t Farm I-9 cmpliaate lmpdions daring the comae of &Vasty. a wall ss b a ndaat my ether a d aMand annuity aelmind bylaw. 7. Tho Bapivyer spun to is,— " E- Vadflr vusosdn ;o 1 loo 1 wid& 3 IbWk r busieen daps sh r arch ampbyo, has been bhod (but after both notions 1 and 2 of the Form lA have been eompMoA and boomplele a away (but only ac now) step of the B- Varilj► peacccc as aro aeoesstty aooaniag b tins &Vaity Masud. Tie Bmpbyer is published f oa ioi�ting vaiSeadoo peooedome befosa tie anpioyee bas bus bhW and the Fars I.9 computed. [Ease aukandol itm lobe 9aded b aaMA@bl% to 34hy time .period is amboded =0 k h again operational in mW to aommoodale the F.mpbyoes agaapd o& in good Aft b onion b* kW daring the period ot'onvoilobility. b A aces. Ws, Emploj ar no ms die SSA verifiaatioa I I I N ' nos fiat, and ran DRS-vaifiaMdW pooedaus sod piltdo stsemiog rod only after Wetbe SSA vaiSoa -1, s 1 ; o -- bas boom gives. 8. To Bmpbya spun not b roe B&Vaei>Jr p M q I F, N I fur pu 4omplWinund sotaa 1 0 -of Sob applioaots, ssppst for say nbv dtl empbyaest prodick or MW abler ase sot sulba *md by this MOU 7W Bmpbyw =0 use B-Vu* for all now emplopow sod wM ant vu* only raisin empiopoea adedively. 'Phu Employes apoos not to use U- Votiiy proeedm+a for M. vaiftdim or for sags yoea hired before the dde this MOU is is urgent. The Botpbyer . rndeestmds that if the Bapioyor non E- Verify ptocedanss for any paspoae otbq rhea as a dwhsd by ibis MM the Bmployur may be s Aim to app opiab legal notion and &a hoMeMb tMM"oa ofhs snows to SSAaad M hdbrmadon puateant b this MOU 9. The Bmploya apes to Wow appropisI ptoaedneoc (M Attune OM bokm) tapnft lmiva nonom kdo ft n1166 tg amployaes of tie fiat, provi ft written :a6snl :issiudoos b VIM, slow* eespioyees b oonted the �. and sot W ft advase adios, spiau mtploy am B they cbma to contest the Soodb* Further, vmat aopbpas Comm a Mod,u aosooafiavtation based woo a *0 non mat* the &4"w is repined b tube afitraatiw slept (see Av" 1n.B. bebw) to untied nMS W& iaiarmetiom amomicy to sad the abousop 10. rm Bmpbyw spomi ant b Moe say aduaae so" apiim as a V i c I a band upon the mtployah aapbyseat oi* thy sun wbb SSA or DarIB is pocaattiag the vatifinda to I sslsa the Btapbya obb" bowle fts (as, defined b 8 CAR $ 274LI OD that the =*I we it. sot wads aAwlsed. Thu Bapbyar taderats I Batt an initial imtbifity of tba SSA er DRS submeM vaeifieation to varier M&sa horltadim a lmdtive aortcoa6ritatiom, or We fittdiata of a photo aan4niob. done ant am% and shoald ant be iatapreted as,. an iadiatin . that the anployre is sot work andu aad. In asq of&*comas Bernd Am% the mtpivyse som be proviiied We oppa urAy to 000bst the fimfmi and if be or she doe a% may ant be trraskdod or soft any advents smploymeat somugaanom =IN sad rdaas seoaadary vaifinetion by SSA or M has bum aampieMd and a !seas aoaooafirmntioa hoc lam issued. If Wea■pinyae ion mot choose m =sm a Notts" aoacodfiematim or a pbob am-sn" then the limployar ana find thn WWI*" is not weric amhori -1 '=d .take the apptnpriets acdow I L The Bapbyer spun to comply with mod= 2748 of the INA by out d oiesioodog uolowtitlb► spiest say b&vldaal is lining &in& or reortdtmaat or tebsrral padion bsnuse of his or bar udhwd od#a or, io the caseof a proles l iaiiv"a detfoad iu sodioa 2274WX3) of fire DIAA. because of his or bs stelae. The Bmpbyar rsd ussads that snob Uhwl ptaolion can ioahWe soieotivo varifte ion or use of &VaH.V, I I ji or t' 1 6 1 to hie@ employers boom= Way anow or somd °foroW, and preaaatee woubodoa of Packet Page -706- 2/14/2012 Item 10.A. Company M Nub: 161023 =*byw basod apon umadve ooscoatirmatiom sad that say vioitlioo of *a =&w prati iated amploytasst prasW s pmvisioos of the MA 000ld =b jeer the Empiayar b ciW "aids pw=W b adios 2748 of the WA and do taroiaWW of h parlioipat n is. E- Verify. If the Employer ho uW quad= to ft aaB- dM povisiao, it dMW wokodOSCA 14W4W- 76886c 1-WO- 237- UIS(RWU 12 The EAPIOyer apneas 10 record the arssvari5osdm mrmbar = tles moploynt Farm 1-9 or to p dd dw omm the Dace rarirmdm non6w nd sumb it to the aatpiopot Farm IA. 13. The Bugk ar apneas that it wM ae tin bhrwW= it racdvs Boom *o SSA ar DM pnrsosat to &Veri!)r and thin MOU o* le the andoymaat dipiility of nowb%Mrad empWyaes alter ootapld w of the Fotmr 19 Tie Empigw aptees tint R wM nhp wd this irrfarnwbo. and metes of ac to it (pooh a. PIIW sad p wswonh) to as= 00 it is sot used for air other; 1, and as iwomy to protect ib aoolidaadCdY, Woloft =aft ft the it is not drsembood to say person other the employees of tiro Employer who are r Mbwlaed to peria m tiro awkyafs wwomubdo www drip wu 14. The Eofployw =bwwkdom do tin iaiono dm which It no" from SSA is povaraed by der Pdvaey Act (5 U.S.C. 3 OU (i) (1) and (3)) ad do SooW swity Act (42 U.S.C. 1306(0)), and da t=y pesos who obtains this hdx d = =der No pamm or saes it for sad parpaae other 6= as p Aded for in this 1OU may be sotaect to Waled p®aities. 13. The Employw aptaes lo aUOw DHS and SSA, or thdr enthused speob or dwipeos. to mdoe pQiodie vidb to the Empioynr for the limp ose oft miming E-Var* .tviMW rscarda. La.. Farms IA. SSA Thm oodon Records, sad DIES voi8adoa racer+ I wW& warn amaeed do ft the Employer's pardmp dioa in the E- Varitj► ProDam. In addidoo, for the pnepoae of evahttop E YaiQy the Employm opfm to albw DO acrd SSA or their wAniaed apts or deWmeas, to interview it i+aI I I ib axpaiaaca wh6 &V&j*.10 insu d w omplayaes hired do ft E.V** ape coaarnks their u*wieaca with the picot, nod to xWoe amploymaat sad E_V** related tnear ' amdkbis to DOS and tiro SSA, or thdr desipatad sp oft or du*m Faiiae to oom* with the tetras of tads parspraph may imd DR$ to krMbft the Eosplows aooas 10 E-VU*. RBFERIRAL OF EWIVOUALS TOT= SSA AND THE DEPARTSUNT OF ROAAELAND SZCtlRUY A. RBFOSBAL TO TM SSA I . If the Employer r+eceivos a is "Min aoaeonfirmdioa iteoed by SSA, the Employer mm print the tonnttive norwafirraatian wdn at dhaeted by the cot OMW sysi m and pre wo b to the emphri a as tint tike emphyae may ddarmiaa whorl w he or *a wil rooted &o I - wed i e s0000atlesaatiaa. 2. Mw Employer will mfar ampiopes to SSA field 0, only as di =KW by the adomnted system based oo s lcotativa w ool3nasliork. earl ady aim tic Emplow reeoeds the ease vorliindon mmtber. m don the spot b detect any k=mWoa err, ad dd nmiw tbnt the employee come" the tmtst M nonkmnBrmdioa Mn Smpioynr will o nsok the SooW Seeadty Numbw to SSA for voiftedon spin if this mwkw iota a sad b do am The Packet Page -707 - 2/14/2012 Item 10.A. Y M Nun* r. 16IM3 Emptoyer will deteemoiva whether the.easployee =00%. do tenative ion as am as posubk afw *a &*a* rocoNes sL: 3. W dw empioyee coutatsts an SSA tentuWa. do Euspla)v writ pmvida the, empk w:vvith.a mf=W letior and instruct thaaawkTw to vW- n SSA.affice: to ramolve dw &crepincy within: tt Federal Government wat days. TLe Eiaployee wE. mdm s secoad *Wry to tftc SSA *AWww whsj.B -Va * pnncxdurea an the dada that is 1#' Fedeca£ Govamm mt: wa t days after dm date.oftbexefinst in ardor to obtain Qanfinus iom, or 6adt tioa, calms otherwise hw tvated. by: SSA or ttaies3 SSA determines that nee. thaw 10 days is nOMMMcy to resolve do tonwivcnoocom6rmMkM. 4.. Ma Esoployer agrou act to ode the emptoym to obtain a prbmat Eiota the Social. Security Number database: (the Winnideat) or other written verificafion of the SwW Security Number.fran thaSSA. H. RFFBRRAL TO T)1: DE"A 2SUM OF ROW LAND SECURrrY 1. If the F.moloyes receives a testafm noncest6ematiom. by DH$ the EmploW mast print the teatWm nawsonfitmstioa notice as d'hected by the sufamsted wistem and provide it to the emplay= so that the:imployne my determine: whether her or she wiU contest tits tentative no confi=don. 2. If the Employes funds a. photo non -ateh for an alien wbo provides a document for- which the automated system bass bmwiftad a. photo, the suet. pelnt the pbow non- match tarttmtitre aooeoaefirmation notice ss directed by the audmtsfled risttm and provide it to.. rim employes: so do dwempbyee may datarmioe whodw he or she writ coodeat the futdi ns. 3. The Employ apm to gofer iadividt * ter. DHS only when dm employee: choosm to contest a tentative aaraan fiicmadow sxaei 11 err when die Etnptayar inum a "Dwivoc. 01 It n. bared upon a tuts nrtn- matt~. Mw F.mploW wilt desermima .bdha tba€ anpioyea ao the teatatiwe bfa3mesioa as sons as poatgue a tec.titaEmptoyaraxim.iL 4. If the ErillliOYW contem a teaoet c; OGO ", . honed by DM, the .F.mpbryw vrdt pro *& the employee w a twat: ktter ad ia�ntct the empk)e to covbwtabe Aepartaa� through its toll flu howw (thin 8 Federal Government WO& days. 5: Ifthe aoployse cantaats a tametive n matiam based upan:a:photo nom md*— din . Etaployer wal provide the employee va a referral !ester to ills & DM Win deast+onicany ttsnsmit the remit of the rafixi l to the Faooptoyer witbist to Faierat :Crovermocat work.days of the referral unie t it defermintx flat maretban 10 days is woesowy. 6. The Employer app that if an empioyw enstob a tesmtNe.:aonco- A aSon bwed upom a pinto eras- awtich;, the Eazpiqyw will sond a :copy of *e mooyee's Faun h5sl or Farm l. 766 to DHS for review by: • S� :and.�;tha dbca�nt, at Smefmg a ph otocM of the t by an , F 1,1 mail aamamt (ruslasbed and paid for by DHS). Packet Page -708- 2/14/2012 Item 10.A. Compmy ID N=*W.161023 T. The F.aaptayer tmdantaa I dot V it carrot demaim whalle dwe is a photo aostch/mn- aotcb. die Bmployw is naquhW to Atoned do ampioyea'a documexWos to EM by sosaniod ad gpieedi>i, or lr3►nuft the doahmeot as dwor bed in the psieeadinBpaaa I I and molvi q the cue as spedded by the Igoe Savica VWWW at DRS who will ddmW= the phob match anon -=" E RVIC& PROVIBi[Di!18. The SSA sad DES wS ant dwV the Eo*byw for ve iBcstion swW= g , 6 4 wader this MOLL Ths Bmgb)ya is rsepos stbb dot paridhtg eqw =wf. seeded to saaloe ingsicim To aeoeas the &Ve:* System, at, Bmoloyer wM need a pasmel composer with bdarAt voce m This MW is affective upon the Apsum of sg pwdm6 ad d uM coodmse in effeot for as 1008 as the SSA and DO =@dud the &Verify I - ache modified in writwg by the =*ml oaose0t of aWpor -ft or torsaI I - I by any potty apan 30 drys prior wditten notice to the otters. Any and d system whanceamb b the & Vaify pciodrasa by M or SS& imdndios but not Ne ted to the B- VailS► die l=g siBbst additimd data some and fistillft nay.vai8atim pntc edom wR be cowered under d* MOU sd wS not =mwa the need far a x9pk ewd MOU that Oati'ines these cdtaoges. MM epees 0 task eaaployets Oa alt GIRNMOS made b &Vel* dsano the use of wooda y n*adw hadsh and updstn to rho E•VeriEjr mamaL Been without cbmps to B.Vesily, the Depecimant tasavrrs the H& to re*** smpiayas to tame wmmdatay MAVAer tubriala. Tamiodan by uW patty " som*ota tie MOU as to d1 pasha. The SSA or DO mry umdow dbis MOU widhont pdw notice if deemed neoeataty beam of the tegni+cmen is of kw or poky. or opm a deteeddou by SSA cc M that theme has bean a I, , of of system bttepity or s omAy by the i3sspl0ywl or a 10 - as the part of the Bmpioya t0 =aa* with edhhod pa =&= or lWd regt*um te. Sane or al SSA end DW taq oouV tin w dor this MOU may be p, I% 1 1 by watruloft ad SSA sad M my a4W veri8esdon tespooAitities between each other as they msy determiaa PloOM In this MU is is w" or should be woosd, to careste atw rWd or benefit, P*dnM ve or pmcetheal, sefi ombb at hw by wW third pwy spbe tie United States, its sgesoW , M, - ,, or unpbysaa. or apiod die Empbya. its sp oI4 affloas, or eatpkyvm Eaeh perry dwR be nobly oaponskte for dofim tg any obis or sots gpiwlt admiq art afar tabo d to E-Va* or d& MM whether dvtt or odw iWel, wd for asp► Ushi ty win e6am, ioalu ft 00 act liotited to) nap Opus between do BWWya tad any other peracn or eniity npdint the @pp9wbW of Secdou 4Wd) of iB MA to mW nation td= err slbopdry Won by the Bwpl"w. 'fie mpkyer tatdaeabads that the ful of its pw ickution in B-Vu* is not cos5de dd iofadnation sad ney be doobsed at ad horined or ragnired by kw and DO or SSA poky. Wicieft bwt ad liwAW W Convadoed eversipltt, &Verity publicity and meths k *iu and tnp0sse . to order the Fmodam of Itebeaattion Act (ML4 Packet Page -709- 2/14/2012 Item 10.A. CoaWM M Number: 151023 The &resains Mertes 0o #A aDeeasmt on this subject bet the SSA, DH& and the The "vidals whose skm to appear below rapteaeet fiat dwy an authorised to ova into We MOU on bdo of We Empboyrr and DHS type dvdy. To be sesspied as a parddpeot in Z-Vu*. you dweld s* dpn tie Empleya's Ssetlnn of the. dpontm* pqp. U>06 here MY *00118104 esataet X-VW* OpstwlNaa at tlIl 4" saga. Eisgpbyer Lodge Co uenellsn im I Ddwsk iw:'d Name (Please type or pant) Tide Bho"AdOMWftoed iuzar�ooa Siena Date Depsstm of sf Hoa dmil SUN* — Vaillestis s Dlslsion USCfS ValQatlea Db *i n Noma 01am 4W or print) Two M&*wd1:v* 1W29/390i SipsaVM Dace Packet Page -710- Con"" ID Nmaber: 161023 2/14/2012 Item 10.A. MR THE &VERM PROGRAM �tioa mioti� tv yanr C�mpoyNamc t,00laCrrproellen me. C000pmq►Faoili�Atii� Sip Mefit�r.�d B.N. A t►.� tom. FL�t . C=p"AbWMAdiW= CowW or IP W LEE E" if I P ileotukmd m Nomim• 4$NU tt NO& Ammia= b&My Chm bdm 33 Coda 2M P c=pw. t onescoNerRw wr WW_ i N,m6ordEmpt 30 to to MAdwofftevot"foc 1 MYoofocmmthmiohd ifya. pMaotPwldsdwaom�ora fs{eer.a!![dforioaei<Ste�e. FLORtDiA I h bhmW=i bfttoieMop A*doimm(s)IEry=Co•psympik gooWouaapsmimlP I Debumh i tubed Tdgbm Nemkt: (MM -4571 Fallortie: mgm.ow &"Aftm iiODG Packet Page -711- 2/14/2012 Item 10.A. ti oouxwcoamy. Soucrmmms susawmm W­9 Request for-Tiamayer Wendiftatfun Number and Ger0baffan In accordance with- the internal Revenue Service regulagorts, Collie tpunty is reqpired to, collect the fdlcvAnq information br tax reporting purpowskom;individuals and companies who do business with the County (Inciteing social: security. numbers t used by The individual or empany, far lax reporting purposesj, Rodda StaMe 1119,071M.require -that the county-,notify yAu in writing- of. the imwon• for collecting, this informadiDn; Wt*:b.v& has used fbr-no. other purpcise.ftn. herein . stated. Please compWai- afl- Jn(brMad=1 that applidIs- to your business, and: return! with yow quote or proposali 1. Generat Informed= (provide 01 hformation) Taxpayer Name Igoage Q=stz-ur_7.z.oja, Inc. (as sho" M Mcame ter-MIUMI Busihew Nerve (7 Memig Imm t8Wayer name) Address 2161 McGre=M', Blvd. CIty •az't. Myers State. Florida. ZIP Teiephene 235-332-4371 FAX-. Enuw mikeelodgeconstructlam. Order finformatim Roma I Pwvmwd Infornadsm Address ZIEI McGregor Addrew 2161 MCGregOr- Blvd. Fbz't. Myers Fort Myers, city. state FL ap 33 50Z C4. Mate: F1 Zip 3.3-90.1 FAX- FAX 2391-3,31-0218 Email mikeslodgeconstructing. can Emd mike*I0dqec0nftxuCt±0n. cam 2. Company Status (check only one) _individual; Sole . propriefor .1 _X_Carparation JaxExempt F-edoi;W'in= na,,toxexeiTwt�endty. Limited Ualmlity QmWWW .: under ftemal Revenue Somm guidefl-nes PC C 50.1 t-): 3) ( Enter th&'t=zhW8ffiCatI0n- P!=-bf&VV_rdsd Enft; C'- CWporation. P = PgNmrshia) 3. Taxpayer Idendfication. Number (Ibr fax reportft purposes oMY) FederW Tax- Identification,Mumber M- N1. tL_I')_IV+J4.LW.7z riot have z. 4. Stan -and Date Form Certification: Undecps Signature Packet Page -712- :I Date W 19 01 Construction Services Agreement Revised 6/1/2011 2/14/2012 Item 10.A. Upon notfication 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 Successful Bidder shall be required to finally complete all Work within five hundred and twenty (520) calendar days from and after the Commencement Date specified in the Notice to Proceed. If the Alternative is not selected, the Successful Bidder shall be required to finally complete all Work within four hundred and eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. All work must be completed no later than 12/31/2013 grant funding expires. The undersigned further agrees to substantially complete all work covered. by this Bid within four hundred and ninety (490) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, if alternate selected, the Bidder shall be required to substantially completed all work within four hundred and fifty (450) consecutive days. Resoectfuily Submitted: State of Florida County of Lee Michael Dunn being first duly swom 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. Michael Dunn , 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. io Packet Page -713- 2/14/2012 Item 10.A. (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 Lodge Construction,, Inc. , and the full names of its officers are as follows: President Cabot L. Dunn, Jr . Secretary Cabot L Dunn, Jr Treasurer Cabot L. Dunn, jr. Manager The Vice President is authorized to sign construction bids and contracts fo the company by action of its Board of Directors taken (b) Co- Partnership N/A The Bidder is a cc- partnership consisting of individual partners whose full names are as follows; The co- partnership does business under the legal name of: (c) Individual N /:A The Bidder is an individual whose full name is operating under a trade name, said trade name is 21 Packet Page -714- . and if I 2/14/2012 Item 10.A. Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. Michael Dunn Legal entity BY: Lodge Construction, inc. 'dder(Typed) S i Iture lure Vice President Title 2161 McGregor Blvd. Fort Myers, FL 33901 State of Incorporation; Florida STATE OF Florida COUNTY OF Lee The foregoing instrument was acknowledged before me this 19thday of Jan. 2012; by Michael Dunn as Vice President Of Lodge Construction, Inc.. Florida corporation, on E-e—h—alf of the corporation.. He/she is personally known to me or has produced Personally Known to me.. as identification and did (did not) take an oath. My Commission Expires: 6/12/2012 1'e DENISE E HODGE . NAME: ComffdssionDD791090 e*rim J" 17, M12 (AFFIX OFFICIAL SEAL) (Signature of Notary) Denise E. Hodge (Legibly Printed). Notary Public, State of Florida Commission No.: DD 791090 22 Packet Page -715- 2/14/2012 Item 10.A. BID BOND KNOW ALL, MEN BY THESE PRESENTS, that we Lock Construction, inc. (herein after called the Principal) and Arch Insurance Company 1 (herein called the Surety), a corporation chartered and existing under the laws of the State of M0 with its principal offices in the city of Philadelphia, PA and authorized to do business in the State of FL. are held and fim*dy bound unto the Collier County (hereinafter called the Owner), in the full and just sum ofive pezcent of the amount bi,4JdIIars ($5% of bid 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 fumish, install, and fully complete the Work on the Project known as: Collier Area Transit (CAT) Intermodal Transfer Station . Bid No. 12-580111 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 Docu ments with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment. of labor,. materials and supplies fumished in the Orosecution, 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 $55.1 of bid 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 duty signed and sealed this . 3 day of January _, 2,0 12. L Lodge G nstruction.., Inc. Princip;;9- BY (Seal) Insurance Company W Kevin. Woltowlcz cen Countei signecl n/a Local Resident Producing Agent for Nielson, Woltowicz, Neu & Associates 23 Packet Page Surety (Seal) t AWN N N 2/14/2012 Item 10.A. AIC 0=21249 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 28th day of November, 201_1. Attested and Certified Jfa actin J. Nilsen, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA, SS Aron Insurance Company rsrr 44 David'M. -I ein, Executive Vice.President. I, Kathleen Marcinkus a. Notary Public, do hereby certify that. Martin J. Nilsen and David M Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,. subscribed to the foregoing instrument, appeared before me this day in person and severalty acknowledged that they being thereunto -duly authorized signed, seated with the corporate. seat and delivered the said distntmentas the free and`voluntary act of said corporation and as their own free and voluntary acts for the ttses and` purposes therein set forth. NOTa1RIALSFAL iCAT tr4fPb,UtRGlffltltS.Nctmt}rp 3Nrc 2TA i?pkIN�ltbt. P1tl6. A .1 Kathleen Marcinkus, Notiliv Public My commission expires 114126A CERTIFICATION 1. Martin J. Nilsen, Secretary of the Arch insurance Company, do hereby certify that the attached Power of Attorney dated November 011 on behalf of the person(s) as listed above is a true and correct copy and. that the same has been in full force and, effect since the date thereof and is in full force and effect on the date of this certificate;: and t do further certify that the said David M. Finkelstein; who executed the.Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TE! SONY WHEREOF, i have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day ofan, 20 artrrr J. Nil n, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated, PLEASE SEND ALL CLAIM INQUIRIES RELATING TO T141S BOND TO THE FOLLOWING ADDRESS::. Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 e,re O sru »st �f�i>QOYt� OOML OO13 00 03 03 Page 2 of 2 Printed in U,S.A. Packet Page -718- 2/14/2012 Item 10.A. THIS SHEET MUST BE SIGNED BY VENDOR BOARD Of COUNTY COMMISSIONERS. COLLIER COUNTY, FLORIDA Purchasing Department . BIDDERS CHECK UST IMPORTANT: Please read; carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: i/1. The Bid has been signed. V2. The Bid prices .offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawingsi 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. Collier County's t W-9 V 9. If required, the amountof Bid bond has been checked and the Bid bond or cashiers check has been included, 10. Any addenda have been signed and included. �i 1. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiaml Trail E Naples FL 34112 12. The mailing envelope must be sealed and marked with. 4=�Bid Number; 4*Project Name; c�Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER - DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET istruction, Name &TiUe Michael Dunn,Vice President 1,/19/12 24 Packet Page -719- s Addendum.? 2/14/2012 Item 10.A. Email: brendabrilhart@ colli ergov, net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Date: December 20, 2011 From: Brenda Briihart, CPPS, Procurement Strategist To: Interested Suppliers Subject: Addendum for Solicitation: IT'B 12 -58018 Collier Area Transit (CAT) Intermodal Transfer Station The following clarification is made to the above mentioned Collier County solicitation A.DVD with the specifications, drawings, bid schedule and reference documents may be picked up from the Collier County Government Purchasing Office located at 3327 Tamiami Trail East, Naples, FL 34112. A,combination of all of the fries were too large to post on the eProcurement site. If you require additional information please post a question on the Online Bidding site or contact . me at the information noted above: C: Brandy Otero, Project Manager (Nameof; Finn) Packet Page -720 - 3 t t ku Addendum 2 2/14/2012 Item 10.A. Email: brendabrithart@colliergov.net Telephone: (239) 252 -8446 FAX: (23.9) 252 -6697 Date: December 20, 2011 From: Brenda Bi ilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum for Solicitation: 1TB 12.5801 R Collier Area Transit (CAT) Intermodal Transfer Station The. following change is made to the above mentioned Collier County solicitation: CHANGE Specification Section 230900, instrumentation and Control for HVAC, Paragraph 2.7 Controls Network: System Integration to read: "The building automation system shall be Johnson Control Metasys and the interface to Metasys must be via BACnet." (Name,of, irm), Packet Page -721- Addendum 3 2/14/2012 Item 10.A. Email: brendabrilhart@colliergov.net Telephone: {233}252 -8445. FAX:(239)252-6697 Date: January 12, 2012 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject Addendum #3 for Solicitation: ITB 12-5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Revised Bid Schedule The addendum #3 bid schedule must be submitted to be considered for award. Line item allowances for Signage, Furniture and CAT ICON have been added. Owner Contingency has been deleted. • Scope Matrix • Intrumescent Mastic Fireproofing: WR Grace is having temporary supply issues, Carboline fire film 3 can be substituted. www.carboline.com • Membrane Air Barrier. PROSOCO' R-Guard will not be an acceptable substitute at time of bidding— a bidder may submit a proposal for substituent this product on a separate piece of paper and submit with bid package. REMOVE: • The Owner Contingency: Allowance under Bid Allowances is to be struck from the Bid — delete note from page G-002 under Bid Allowances: -OWNER GQNPNG6NGY CORRECTION: Sheet G-002 project clarification x#59, Value Engineering Bidders may offer addifiefial dedue allemate to substitute the custom sunscreen shown around ADD Alternate No. 1, CAT Offices addition with a sunscreen system integral to and by the same manufacturer as the adjacent perimeter curtain wall below. If you require additional information please post a question on the Online Bidding site or Contact me at the information noted above. C: Brandy Otero, Project Manager Enc: 2 Please si .ovvan �retumalco 11 64 of this AA1d e I nd um.vjlt kyour submittal for the;2bove. referenced 4 I solicitation. Packet Page -722- Addendum 4 2/14/2012 Item 10.A. Email: brendabrilhart@.colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252-6697 Date: January 13,_201 From: Brenda Brilhart, CPPB, Procurement Strategist To: interested Suppliers Subject Addendum.#4 for Solicitation: ITB 12- 5801R'Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Line item allowances for Fumiture have been modified. Revised Bid Schedule .attached,. • Division I specifications attached. CHANGE: • tsolatek SprayFilm WB5�is an acceptable equal to Carboline Fire Film 3 for intumescent mastic fireproofing. • After further review as a substitute for Membrane Air Barrier, PROSOCO' R -Guard will be an acceptable substitute at time of bidding. • Bidders should supply bid numbers as specified.. Bidders are encouraged to submit proposals for additional substitute products on a separate piece of paper and submit with bid package. If you require additional information please post a question an the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project. Manager lame.of Firm) Packet Page -723- Addendum 5 2/14/2012 Item 10.A. Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (233) 252 -6697 Date: January 13, 2012 From: Brenda,Brilhart, CPPB, Procurement Strategist To: Interested Suppliers' Subject: Addendum #5 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) lntermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANCE: • The Questions and Answers will be re- opened on www.colliergov.net/bid on January . 16, 2012 until 5:00 pm. r. The due .. date- has been, `.extended - until 2:30, pm on January 20, .2012. If you. require additional information please post a question on the Online Bidding site or contact me, at the information noted above- C: Brandy Otero, Project Manager of Firm) Packet Page -724- id a 11 i 0 of Cn M to N O 1 N M en a w � rt a� 1 N m o� E N w 0 w Packet Page -725- 11 2/14/2012 Item 10.A. a O a N m Q VJ H N [e0. N � N � H r-1 � p � N O m h � a b' � � a w ri a 04 a �O m m� w n H L N U 0-4 H orq Q w U /� O E u M W _i U 0 U ao O .� N r. C13 a E4 •i+ 0 0 •.1 U W H O 1D i H It sm 4 '� U 0 a [U'3 a xW.r L V Ln W o a a 44 U O C14 ppqq � E-4 to a N Ch Ln Ej a C d 3 CM w O O 0 r4 O C> L 1 V c U w .> H a N t` I a ■ U 44 w 0 W o vi �Z aM a oEC �' F� a cno a CyL) 0u° 0 v C-) M 11 i 0 of Cn M to N O 1 N M en a w � rt a� 1 N m o� E N w 0 w Packet Page -725- 11 2/14/2012 Item 10.A. STATE OF FL©RJDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 3,340 NORTH MONROE STREET Y�' TAI,LAiiASSEE FL 3,23,99-0783 DUNN , CABOT LODGE JR LODGE CONSTRUCTION INC 2161 MC GREGOR BLVD FORT' , MYZRS F; Congratulationst With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulatiom Our professionals and businesses range:from architects to yacht brokers, from boxers to barbeque restaurants, :and they keepTlorida's economy strong. Everyday we work to improve the way we do- business in order to serve you batter_ For information about our services; please log onto www.myfloridalfconse.com. There you can find more information about our divisions and the regulations that impaat.you, subscribe to: department newsletters and team more about the Department's initiatives. Our mission atthe Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so thaLyou can serve your customers. Thank.you for doing business in Florida, and congratulations on your new license! DETACH HERE 2/14/2012 Item 10.A. {850} 487 -1395 3 I 2/14/2012 Item 10.A. Packet Page -727- State of Florida Department of S't .ate I certify from the records of this office that LODGE CONSTRUCTION, INC. is a corporation organized under the laws of the State of Florida,. filed on October 30, 1987, effective January 1, 1988. The document number of this corporation is K00321. I further certify that said corporation has paid all fees due this office through December 31, 201 1, that its most recent annual report was filed on January 28, 2011, and its status is active. I further certify that said corporation has not filed Articles of Dissolution.. Given under my hand and the Great .Seed of Florida, at Tallahassee, the Capital, this the Fifteenth day of Febniwy, 011 u Secretary of State M Authentication 1D: "0192740929- 021511- KO0321 To authenticate this eeniftcatc.visit the fallowing site, eater this lD. and then fol1mv the itistructions displik -Ld. 4ttps:/iertle.sunbiz.org/Certautbver.htmi Packet Page -727- Collier County Florida kmRAum ANO SGNDING REouumAws 2/14/2012 Item 10.A. Insurance / Bond Type Reg ilmd Unitts " 1. ® Worker's StaWbory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employers Liability $1.DODM single lknit per occurrence 3. ® Commercial General Bodily Mjury and Property Damage Liability (Occurrence Form) patterned after the airrent ;2.000.000 single limit per occurrence ISO form 4. ® indemnincetion To the maximum extent permitted by Florida law, the ContratdorNendor/Cornsultant shall Mdenw* 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 On extent caused by the negligence, reddess ness, or intentionally wronpfuh conduct of the ContraclodVendor/Consultant or anyone employed or utigzed by the ContradorNendodConsuttant In the perfomtance of this Agreement. This indemnification obligation shag not be construed to negate, abridge or reduce any other rights or remedies which otiarwise may be avallable to an Indemnilled party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Caner County. 4. 0 Automobile Liability 5 ] 0 Each Occurrence: Bodily hftuy & Property Damage, Owned/Non-owned/Mired; Automobile h>duded 5. ❑ Other Insurance as ❑ Water aft $ Per Occurrence noted: ❑ Untied States Longshoreman's and Marborworker's Act coverage shall be maintained where applicable to the completion of the worts. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained whore applicable to the completion of the work. Per Occurrence ❑ Mrcratt 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 ❑ Prdessional Liability $ Per Occurrence • $ 500.000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate a $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 40 Packet Page -728- 2/14/2012 Item 10.A. 6. Bid bond Shall be subrhitted with.proposal response in the form of periffied funds, cashiers'check:or an Irrevocable letter of credit, a cashbond posted with the County Clirk, or proposal bond in a sum equal tolVa of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company4ocated in the State of Florida and Insured by the Federal Deposit Insurance Corporation. 7. 0 Performance and For projects in excess of M0,000, 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 Pelformanceand: Payment Bonds shall be under lten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner, pr6Wded,, however, the ,surely shall be rated.as *A­" or better' as to general. policy holders rating and Class V or higher rating awto financial SIM category and the amount required shall not exceed 6% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, publiattedby A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Vendor shag ensure that all subcontractors comply with the same insurance requirements that he is required to meet The same Vendor shalt provide County with certificates of insurance meeting the required Insurance provisions. 9. 0 Collier County must be named as "ADDITIONAL INSURED" on the insurance Certificate for Commercial General Uabilfty wherwrequired. 10. 0 The Certificate Holder shag be homed as Collier County Board of County Commissioners, OR. Board of County Commissioners in Collier C6 unty, OR Collier County Government OR Collier County. 11. 0 Thirty (30) Days Cancellationi Notice. required. Vendoes 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 Vendor Signature Print Name Dunn Dn, Inc. Insurance Agency Bouchard- Fort . Mvers Agent Name Richard V. Cal ig_iuri . 41 Date January 19, 2012 Telephone Nurriber23.9 -4 89 - 3 232 Packet Page -729- 2/14/2012 Item 10.A. ---- OP 10 GF ACfJRt ' DATE Io Y" CERTIFICATE Of LIABILITY INSURANCE 01 /03/12 THIS CERTIFICATE IS. ISSUED AS A, MATTER OF INFORMATION' ONLY AND CONFERS NO RIGHTS URON THE CERTIFICATE HOLDER: THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR HEGATIvELY AMEND; EXTEND OR' ALTER THE COVERAGE AFFORDED BY THE POLXNES' BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTVIUM A CONTRACT BETWEEN THE ISSWNG INSURER{Sj, AUTHORIZED' REPRESENTATIVE OR PRODUCER, AND THE CERT1Ftr.ATE HOLDER. IMPORTANT: If the certificate holder is an ADOITIONAL INSURED; the pollcy(las) . must .be endorsed. iFSUBROGATION 115 YVAMED, subject to the. termsand conditions oilhe poficy;.certam pol)cles ma-y require an andorsamsnt, A statement on this curt#ipte does natronfer r(ghtw tothe cerlfficate holder In lieu of such endorsemanifs PRi MIMR 239489.3232 G cr Bouchard -Fort Myers 8191 College, Pkw�r Suite Zs2 239- +t89 -t OSA .tn .,rte_ —. _. __... t r...k, Celle �_..,.. _ ........ . ........_...._..._ __,_„ _ ., .._......__...._.,._. ctlsTe,�lEltm_ac. _ .. _ ... ..... _._.....__.. INSURED Lodge:Constrw. don, Inc.. ;u±_suFtapA AAmeriswe.Insurancx CamP�.. n� ...,......._._.._......�...._.. ._._ .. _. 2161 McGregor Slrrd. #6 arsuRma . Amerisure. Mutual:Insur�annceto Fort Myers,. FL.33901 - ursuRERC Houston Casualty Company COVERAGES CERTIFICATE NUMBER: REVISION.:NLIMBER- THIS tS:TO CERTIFY THAT THE POUCIES:QF INSURANCE U5TSO BELOW HAVE BEEN ISSUED TO THE INSURED NAMERASOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TD 'WKICH' THIS CERTIFICATE MAY ISSUED OR MAY ' PERTAIN; THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERSWIS SUBJECT! TO ALL THE "TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES:;UMITS'SIiaC'M MAY HAVE BEEN REDUCED BY PAID CLAIMS. [ TONT]C'1tae' TICKS i¢ innmr ua�Lil aisocn Acflg =cnc�.f c� n ►�i`i a.w` -it e�:°.fei °u � I COLLIER StIOULD ANY OF THE °ABOVE DESCR. IDED POLICIES BE CANCELLED: BEFORE COLLIER COUNTY THE EXPtRAT40H DATE 714ERE1F;; NOTICE WILL BE ; DELIVERED IN PURCHASING DEPARTMENT ACCORDANCE WITH TfIE -POLICY FRDVIS10N5: ATTH. SCOTT JOHNSON 5301 TAMIAMi TRAIL EAST AUTHORIt 0 REPRESENTAW& NAPLES, FL 34112 019884009 ACORD CORK RA'TKAL: Alto g" MMV44. ACORD 25.(7A491091 The ACORD'name.and logo are registered marks of ACORD Packet Page -730- 09 io � 1 GENERAL UA nMY ' !,�>= -- - -- -- s 1,000.00 A X COEiklERCfAk t18NERALLtA9ltJTY" X ..__..; CPP132$059 F 09/81/12 01101tt5 r rro REtat I D..... 308,00 CLAMCAUM X. OCCUR :I �aa � s.._. 1eau. X INCLUDES XCU:AND _ ..... PEPSORAL & ADV INAIRY, $ CONTRACTUAL L.. µt . tEDArE s 2;000,0 i,ENt AGGREGATE ulu+T afMuES aw-R PtOS q�PO tiG3 s 2;000,0 LOe Emp Ben: _ 100tt;00' AUTGUOUILE LIAMUty COUSINEElswiGLELM s �,I100,0 A X ANYAwo CA20515490401 01101/12 ' 01IM3 = IE'°`�0o ... 9OV4.YU4;afi2YIPQfw=) s j tlotfn rv4JtMY tPa..ac 0wq s SCHEOMEDAUTOS X - HIRE/) AUTOS 3 PROPEMIDAUAGE IPer'oc�?Aanti s f � X. x trtCr,orIIt4GE s s;oua,00 excESS LIAH arw,AsMAt�e ,._ _.._... _._,.....,. 1CU200660608 01101112 ae.�Ea�,re _ 81101113 ._.._..... __. _.._ s _... 6;DDO,OD ___,_.. oeOtleTlste X REIEmnoN s s WORKMCOKUMNSATON X j- APC'STATU- 0414. YIN � A ME-O AECuTWE OF HCE W- -'Mefp EXCLUDEO7 NIA - ,WC2042472 01/01/12 01/01/13 F L FACItAGCtt1Et4T INanWttaryrg4� ' Ey �_EAEAIPLOYE£ s i..flDO 00 ClsO be WOMF% SCRIixT1iN1CSF DI'EIiJiTSfN35 b,N4w EL OL4FASE -POLE urr s 1:;Ot10,00 A LEASEDIREMEDEQUI' CPP13MS91 -DED $2.580 01/01/12 01181113 !UMtT SeO;ito 11A INLAND MARINE CPP132B0S91d1E0:2SiJ51600 01101112 1 01101113 ;UMIT SEE tIESC [ TONT]C'1tae' TICKS i¢ innmr ua�Lil aisocn Acflg =cnc�.f c� n ►�i`i a.w` -it e�:°.fei °u � I COLLIER StIOULD ANY OF THE °ABOVE DESCR. IDED POLICIES BE CANCELLED: BEFORE COLLIER COUNTY THE EXPtRAT40H DATE 714ERE1F;; NOTICE WILL BE ; DELIVERED IN PURCHASING DEPARTMENT ACCORDANCE WITH TfIE -POLICY FRDVIS10N5: ATTH. SCOTT JOHNSON 5301 TAMIAMi TRAIL EAST AUTHORIt 0 REPRESENTAW& NAPLES, FL 34112 019884009 ACORD CORK RA'TKAL: Alto g" MMV44. ACORD 25.(7A491091 The ACORD'name.and logo are registered marks of ACORD Packet Page -730- 09 io � 1 2/14/2012 Item 10.A. Lodge Construction - pol #WC2042472: pol #CA20515490401; pol #CPP13280591; pol #CU200660608 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 30 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. Name of Person or Organization Collier County Purchasing Department Mailing Address 3327 Tamiarni Trail E. Naples, FL 34112 ATTN: Brenda Bithart IL 70 45 05 07 SCHEDULE Packet Page -731- 2/14/2012 Item 10.A. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ( "Owner ") hereby contracts with Lodge Construction, Inc., ( "Contractor") of 2161 McGregor Boulevard, Fort Myers, Florida 33901, a Florida corporation, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Collier Area Transit (CAT) Intermodal Transfer Station, Bid No. 12 -5801 R ( "Project "), as said Work is set forth in the Plans and Specifications prepared by Atkins Global, 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 million six hundred ninety seven thousand four hundred seventy five dollars and no cents ($3,697,475.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Packet Page -732- 2/14/2012 Item 10.A. Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www .fms.treas.gov /c570 /c570.html #certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liauidated Damaaes. 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. 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 Successful Bidder shall be required to finally complete all Work within five hundred and twenty (520) calendar days from and after the Commencement Date specified in the, Notice to Proceed. If the Alternative is not selected, the Successful Bidder shall be required to finally complete all Work within four hundred and eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. All work must be completed no later than 12/31/2013 grant funding expires. The undersigned further agrees to substantially complete all work covered by this Bid within four hundred and ninety (490) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, if alternate selected, the Bidder shall be required to substantially completed all work within four hundred and fifty (450) consecutive days. 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, Packet Page -733- 2/14/2012 Item 10.A. 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 six hundred and nineteen dollars and eleven cents ($1,619.11) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his /her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate -of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday 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 Packet Page -734- 2/14/2012 Item 10.A. 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. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by Atkins Global and identified as follows: Collier Area Transit (CAT) Intermodal Transfer Station as shown on the Plan Sheets. Exhibit N: Contractor's List of Key Personnel Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E -mail or Facsimile, addressed to the following: Hank Jones, Project Manager Facilities Management 3336 Tamiami Trail E. Packet Page -735- 2/14/2012 Item 10.A. Naples, Florida 34112. (239)252-8554 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: Michael Dunn, Vice President Lodge Construction, Inc. 2161 McGregor Blvd. Fort Myers, FL 33901 (239) 332 -4371 .(2390 332 -0218 Fax C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a Packet Page -736- 2/14/2012 Item 10.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 Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General.,Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. Packet Page -737- 2/14/2012 Item 10.A. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR, I Lodge Construction, Inca TWO WITNESSES: By: FIRST WITNESS Type /Print Name and Title Type /Print Name SECOND WITNESS Type/Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form al Sufficiency: 6�zht)tName: Scott Teach, Deputy County Attorney OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: 39 Packet Page -738- Fred W. Coyle, Chairman 3 EXHIBIT A 1: PUBLIC PAYMENT BOND Collier Area Transit (CAT) Intermodal Transfer Station KNOW ALL MEN BY THESE PRESENTS: That 2/14/2012 Item 10.A. Bond No. Contract No. 12 -5801 R as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into 20_, with Obligee for accordance contract is incorporated by reference and as the Contract. a contract dated as of the day of in with drawings and specifications, which made a part hereof, and is referred to herein 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 day of 20_, the name of each party being affixed and these presents duly signed by its under - signed representative, pursuant to authority of its governing body. 32 Packet Page -739- Signed, sealed and delivered in the presence of: Witnesses as to Principal PRINCIPAL BY: NAME: ITS: 2/14/2012 Item 10.A. 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) (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety (Legibly Printed) Notary Public, State of Commission No.: SURETY: 33 Packet Page -740- (Printed Name) (Business Address (Authorized Signature) (Printed Name) am Witnesses STATE OF COUNTY OF 2/14/2012 Item 10.A. As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) The foregoing instrument was acknowledged before me this day of , 20_, by as of Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 34 Packet Page -741- 2/14/2012 Item 10.A. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Collier Area Transit (CAT) Intermodal Transfer Station Bond No. Contract No. 12-5801R KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) 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 , 20_, with Obligee day of for 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. 35 Packet Page -742- 2/14/2012 Item 10.A. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, 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: Witnesses as to Principal STATE OF COUNTY OF PRINCIPAL [:371 NAME: ITS: The foregoing instrument was acknowledged before me this 20_, by personally known to My Commission Expires: (AFFIX OFFICIAL SEAL) of _ corporation, on behalf of the corporation. me OR has produced _ as identification and did (did not) take an oath. Name: (Signature) (Legibly Printed) Notary Public, State of: Commission No.: 36 Packet Page -743- day of as a He /she is ATTEST: Witnesses as to Surety W Witnesses STATE OF COUNTY OF 2/14/2012 Item 10.A. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) The foregoing instrument was acknowledged, before me this day of 20_, by as Of , a Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 37 Packet Page -744- 2/14/2012 Item 10.A. 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 amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self - insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of. Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self - insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a 38 Packet Page -745- 2/14/2012 Item 10.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 coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages 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. 39 Packet Page -746- Collier County Florida INSURANCE AND BONDING REQUIREMENTS 2/14/2012 Item 10.A. Insrance / -$onr! Type';:. Requirl zmyts t = ..... .�` 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence Bodily Injury and.Property Damage $2.000,000 single limit per occurrence 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/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: ❑ 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 • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 40 Packet Page -747- 2/14/2012 Item 10.A. 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. ® 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. ® 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. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name . 41 Packet Page -748- Date Telephone Number 2/14/2012 Item 10.A. EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared _ who after being duly swom, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor') releases and waives for itself and its subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20_for the period from to excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly /final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by ,as of ,a corporation, on behalf of the corporation. He /she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: 42 Packet Page -749- 2/14/2012 Item 10.A. EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ - Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued $, Original Contract Price: Total Change Orders to Date Revised Contract Amount Total value of Work Completed and stored to Date Less Retainage Total Earned Less Retainage Less previous payment (s) AMOUNT DUE THIS APPLICATION: $ $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (DP's Name) (Signature) DATE: _ (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) 43 Packet Page -750- R �kUJ E §/ u2 ■� ■� 'w. j� k �kk \E LU �§§ § ( §� - k� .� .) 2/ LU_ - $� Z \� ]o §/ I CL \� / a) § wL 2'o §B kk CL 0& LU co« LLJ �2 < uj -J o 0m § 20 // TI I oU) & 2 .9 k§ {§ ■ &a ; D U) z 22 /� w � & Af \ /§} / }$ 2§ G§ ) CL � ° °z § k� ■ cn -j D �- IL in \ cn § # 2 o� § � 2 A = �& £ \ cc CL � eu o [\ `k§ {7 .' § 12 _ 224) tm £gp a.m & §c 2m z =Ec a 'A . EC: ( ui om� kM. S k2\ CI CL 0 } -- E c ; # o § ■ . §2��f § / �_■ \ ƒ a 9 Packet P 75 1 W 0 U m Q io E O U- 0 V d Q.' N i0 •L R m L O C O U_ D L X W Packet Page O F- LU d_ t4 C ea m z O o°a N N c 2''a N y U C w .> N a— o > m 'c, a. V N Cr L H � N Q O y �> v d d IL LS � L V O E Z L AD C O W 'L v N CD D d R G Packet Page a Packet Page -753- 2/14/2012 Item 10.A. 2/14/2012 Item 10.A. EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: Bid No.: Change Order No.: Date: Change Order Description Original Agreement Amount ............................. ..............................$ Sum of previous Change Orders Amount ........ ............................... $ This Change Order Amount ............................. ..............................$ Revised Agreement Amount ............................ ............................... $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Project Manager Date: Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Department Director Date: Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Director Date: (For use by Owner: Fund Cost Center: Object Code: Project Number: ) 47 Packet Page -754- 2/14/2012 Item 10.A. Packet Page -755- 2/14/2012 Item 10.A. EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT:' CONTRACTOR Contract For Contract Date Design Professional's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. as Packet Page -756- 2/14/2012 Item 10.A. 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_ By: OWNER Type Name and Title 50 Packet Page -757- EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: _ Contractor: The following items have been secured by the for the Project known as Date: 2/14/2012 Item 10.A. 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. 2. 3. 4. 5. 6. 7. 8, 9. r9M All Punch List items completed on Warranties and Guarantees assigned to Owner (attach to this form). Effective date of General one year warranty from Contractor is: 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). As -Built drawings obtained and dated: Owner personnel trained on system and equipment operation. Certificate of Occupancy No.: issued on (attach to this form). Certificate of Substantial Completion issued on 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) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) 51 Packet Page -758- 2/14/2012 Item 10.A. 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 Packet Page -759- 2/14/2012 Item 10.A. the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perfoFm 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 Packet Page -760- 2/14/2012 Item 10.A. schedule for the Project (herein "Progress Schedule "). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Contractor shall submit all Applications for Payment to Hank Jones, Collier County Project Manager. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on Packet Page -761- 2/14/2012 Item 10.A. the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.5 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re- submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10 %) of the gross amount of each monthly payment request or ten percent (10 %) of the portion thereof approved by the Project. Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount .of the retainage withheld on each payment request subsequent to fifty percent (50 %) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Packet Page -762- 2/14/2012 Item 10.A. Application for Payment. Further, to'the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub - subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub - subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved .adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 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. Packet Page -763- 2/14/2012 Item 10.A. 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. fi. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 7. FINAL PAYMENT. 7.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 7.2 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. 8. SUBMITTALS AND SUBSTITUTIONS. 8.1 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. 8.2 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. Packet Page -764- 2/14/2012 Item 10.A. 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. 8.3 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. 8.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 8.5 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 Packet Page -765- 2/14/2012 Item 10.A. Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 9. DAILY REPORTS, AS- BUILTS AND MEETINGS. 9.1 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: 9.1.1 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; 9.1.2 Soil conditions which adversely affect the Work; 9.1.3 The hours of operation by Contractor's and Sub- Contractor's personnel; 9.1.4 The number of Contractor's and Sub - Contractor's personnel present and working at the Project site, by subcontract and trade; 9.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 9.1.6 Description of Work being performed at the Project site; 9.1.7 Any unusual or special occurrences at the Project site; 9.1.8 Materials received at the Project site; 9.1.9 A list of all visitors to the Project 9.1.10 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. 9.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project Packet Page -766- 2/14/2012 Item 10.A. 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. 9.3 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. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 10. CONTRACT TIME AND TIME EXTENSIONS. 10.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 10.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine. regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 10.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. Packet Page -767- 2/14/2012 Item 10.A. 10.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 11. CHANGES IN THE WORK. 11.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 11.2 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. 11.3 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. 11.4 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 Packet Page -768- 2/14/2012 Item 10.A. 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. 11.5 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. 11.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 12. CLAIMS AND DISPUTES. 12.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 12.2 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. 12.3 The Contractor shall procee d Owner, regardless of any pending unless otherwise agreed to by the payments in accordance with the Claim. 13. OTHER WORK. - diligently with its performance as directed by the Claim, action, suit or administrative proceeding, Owner in writing. Owner shall continue to make Contract Documents during the pendency of any 13.1 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 Packet Page -769- 2/14/2012 Item 10.A. 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. 13.2 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. 13.3 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. 14. INDEMNIFICATION AND INSURANCE. 14.1 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. 14.2 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. Packet Page -770- 2/14/2012 Item 10.A. 14.3 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. 15. COMPLIANCE WITH LAWS. 15.1 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. 15.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. 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 Packet Page -771- 2/14/2012 Item 10.A. 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 Cou -nty Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's proposal may be deemed non - responsive Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws - referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 16. CLEANUP AND PROTECTIONS. 16.1 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. 16.2 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. 17. ASSIGNMENT. 17.1 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. Packet Page -772- 2/14/2012 Item 10.A. 18. PERMITS, LICENSES AND TAXES. 18.1 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. 18.2 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. 18.3 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. 19. TERMINATION FOR DEFAULT. 19.1 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. 19.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 19.3 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 Packet Page -773- 2/14/2012 Item 10.A. 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. 19.4 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 therefor 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. 19.5 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 .am Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 19.6 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. 20. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 20.1 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 Packet Page -774- 2/14/2012 Item 10.A. 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. 20.2 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. 21. COMPLETION. 21.1 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. 21.2 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 issue a final Certificate for 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. Packet Page -775- 2/14/2012 Item 10.A. (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. 22. WARRANTY. 22:1 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. 22.2 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. 23. TESTS AND INSPECTIONS. 23.1 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. Packet Page -776- 2/14/2012 Item 10.A. 23.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 23.3 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. 23.4 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. 23.5 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. 23.6 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. 24.1 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. 24.2 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 Packet Page -777- 2/14/2012 Item 10.A. 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. 24.3 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. 24.4 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. 24.5 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 Packet Page -778- 2/14/2012 Item 10.A. 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. 25. SUPERVISION AND SUPERINTENDENTS. 25.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 25.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 26. PROTECTION OF WORK. 26.1 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. 26.2 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. Packet Page -779- 2/14/2012 Item 10.A. 26.3 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. 27. EMERGENCIES. 27.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty -eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty -eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 28. USE OF PREMISES. 28.1 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. 29. SAFETY. 29.1 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: 29.1.1 All employees on or about the project site and other persons and /or organizations who may be affected thereby; 29.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 29.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground Packet Page -780- 2/14/2012 Item 10.A. structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 29.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees "), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; Packet Page -781- 2/14/2012 Item 10.A. 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. 30. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre- construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre- construction conference) as may be directed by the Project Manager, 31. 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. 32. 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 Packet Page -782- 2/14/2012 Item 10.A. reference. Copies are available through Risk and 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. 33. SALES TAX SAVINGS AND DIRECT PURCHASE 33.1 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: 33.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ( "Direct Purchase "). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually, agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from., any manufacturer or supplier of any such Direct Purchase by Owner. 33.3 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. Packet Page -783- 2/14/2012 Item 10.A. 34. SUBCONTRACTS 34.1 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. 34.2 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 87 -25, 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. 34.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self - performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 34.4 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 Packet Page -784- 2/14/2012 Item 10.A. 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. 34.5 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. 34.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 34.6.1 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. 34.6.2 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. 34.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 34.6.4 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. Packet Page -785- 2/14/2012 Item 10.A. 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. 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 Packet Page -786- 2/14/2012 Item 10.A. staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 36. VENUE Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND /UNDERGROUND TANKS An underground 62 -761, Florida Administrative Code (F.A.C.) or aboveground 62 -762, F.A.C. regulated tank requires notification to the `County, prior to installation or closure of the tank. The Pollution Control Department (239- 252 - 2502), via contract GC -690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. Regulated tanks require notification to the `county' local program thirty (30) days prior to installation and again forty -eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty -eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation /closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor /project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62 -761, F.A.C. and 62 -762, F.A.C. or you may contact the Pollution Control Department with your questions. Packet Page -787- 2/14/2012 Item 10.A. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FD EP Storage Tank Regulation website along with rules, forms and other applicable information. 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. Packet Page -788- 2/14/2012 Item 10.A. EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 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. az Packet Page -789- 2/14/2012 Item 10.A. EXHIBIT J: TECHNICAL SPECIFICATIONS Refer to information posted at: http : / /bid.colliergov.netibidi 83 Packet Page -790- 2/14/2012 Item 10.A. EXHIBIT K: PERMITS Refer to information posted at: http: / /bid.colliergov.nettbid/ 84 Packet Page -791- 2/14/2012 Item 10.A. EXHIBIT L: STANDARD DETAILS Refer to information posted at: http: / /bid.colliergov.neVbid/ 85 Packet Page -792- 2/14/2012 Item 10.A. EXHIBIT M: PLANS AND SPECIFICATIONS Refer to information posted at: http: / /bid.colliergov.net/bid/ as Packet Page -793- 2/14/2012 Item 10.A. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Refer to information posted at: http: / /bid.colliergov.net/bid/ 87 Packet Page -794- 2/14/2012 Item 10.A. GRANTING AGENCY REQUIREMENTS Provided In Separate File 88 Packet Page -795- 2/14/2012 Item 10.A. STATE OF FLOP" DEPARneW OF TRANWPOWAMN 275-03042 ANTICIPATED DBE PARTICIPATION'STATEMENT (`ADSEPS`) EO1�"°�01�1NTf °�M o1n1 LOCAL AGENCY PROGRAM 1. FOOT LAP AGREEMENTII 2 FDOT LAP 3. AGREEMENT AMT LOCAL AGENCY'S CONTRACT M WITH PRIME LOCAL AGENCY NAME TRIP and INTERMODAL $1,300,000.00 COLLIER COUNTY 420353 -1 -94-01 6. PRIME CONTRACTOR'S NAME 6. FEID NUMBER OF PRIME CONTRACTOR Lodge Construction, Inc. 65-0021668 7. CONTRACT DOLLAR AMOUNT WITH PRIME 18. FEID NUMBER OF LOCAL AGENCY $3,697,481.84 596 -00 -0558 9. 15 THE PRIME CONTRACTOR A FLORIDA CERTIFIED 10. IS THE WORK OF THIS CONTRACT DISADVANTAGED BUSINESS ENTERPRISE (DBE)? ❑ YES ® NO CONSTRUCTION ® MAINTENANCE ❑ OTHER? 11. IS THIS AN ADBEPS REVISION? ❑ YES ONO If yes, revision number 12. ANTICIPATED DBE SUBCONTRACTS DBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK AND DOLLAR PERCENT OF CONTRACT COMPANY NAME AND FEID NUMBER FOOT SPECIALTY CODE(S) AMOUNT DOLLARS E: Southwest Construction oRK: Concrete & masonary A Services of SW FL., Inc. $345,635.00 9.35% D: 20- 3476560 SPEC CODE: 0330001042223 WORK: B 0.00% FEID: SPEC CODE: NAME: WORK: C 0.00% FEID: SPEC CODE: NAME: WORK: D 0 0.00 /o FEID: SPEC CODE: NAhIE: WORK: E 0.00°i° FEID: SPEC CODE: 11A TOTAL DOLLARS To DBE'S 113 TOTAL FE M OF F oimff $346,035.001 9.35% SECTION TO BE FILLED BY PRIME CONTRACTOR 13. NAME OF SUBMITTER 114.DATE 15. TITLE OF SUBMITTER Michael Dunn 1/27/2012 Vice President 16. EMAI,. ADDRESS OF PRIME CONTRACTOR SUBMITTER IT FAX NUMBER 16. PHONE NUMBER Mike@lodgeconstruction.com 239 - 332 -0218 239 -332 -4371 SECTION TO BE FILLED BY LOCAL AGENCY 19. SUBMITTED BY 20 DATE 21. TITLE OF SUBMITTER 22. EMAIL ADDRESS OF SUBMITTER 23. FAX NUMBER 24. PHONE NUMBER NOTE: THIS INFORMATION IS USED TO TRACK AND REPORT ANTICIPATED DBE PARTICIPATION IN ALL FEDERALLY FUNDED FDOT CONTRACTS. THE ANTICIPATED DBE AMOUNT IS VOLUNTARY AND WILL NOT BECOME A PART OF THE CONTRACTUAL TERMS. THIS FORM MUST BE SUBMITTED AT THE PRE CONSTRUCTION. FDOT STAFF FORWARDS THE FORM TO THE EQUAL OPPORTUNITY OFFICE., THE FOLLOWING SECTIONS ARE FOR FDOT LAP USE LAP NAME DATE TO ED OFFICE EXECUTED DATE (LAP EXECUTED DATE PEiINEEN , PRE-CONM RUCTION DISTRICT w- LOCAL AMCY AND PRIAM CONFERENCE DATE Packet Page -796- 2/14/2012 Item 10.A. DISCLOSURE OF LOSSYING ACTiMES ApPeo Wbr OM13 CAmplete'thlsi form to disclose lobbying activities pursuant to 31 U.S.C. 1352 oa+re-CM 110— r2i" an #nr rfiftrA alra I 1. Type of Federal Action: 2. Stattsa "of Federal Action: 3. Report Type: }a. contrast j g je. t�floller /aWlication t_ 1b- ( a. Initial filing L�u�_ tJ b. granC _ initial award b. matecial change C. cooperative agreement c. post4award For Material Change Only: d. loan year quarter e. loan guarantee date of last report f. loan insurance 4. Name and Address of Reporting Ems►: S. It Reporting Entity in Noe 4 In a Sirbawrardes. Enter. Name pame ❑ auba mroo and Address of Prime: Tier T fknawn: N/A Lodge Construction., Inc. 2161 McGrecror Blvd. Fort Myers, FL 33901 Congressional District, liknown: 4c 14 Congressional District. If known; B. Federal DepartmefWAgency: 7. Federal Program NameWascription: Joint Participation Agreement one Department of Transportation Transportation Regional Incentive Progra CFDA Number, if applicable: I Federal Action Number, if known: 9. Award Amount, if known: $3,697,475.00 10. a. Name and Address of Lobbying Registrant b. indMdaais Performing =Services (indudbrg address if (gh- AdMduaf, last name, first name, Ml): different from Na. 108) N/A (last name, first name, M /j: N/A veeianlan+w,we.a vn bm it oulwUW W Us 31 US-r. Mean 11. INSZ ThW On*=" of le I , acla it 1t a •omw n re s - ibm+ W=Mgspmm+WgW4raea+rwM.rtltem I W=" d► Print N8rr1B' hi }Ic3'1 i�C1Z271 a anierou hn T1is y, pmwa 10:71 UiA.c. am leas a.ra0000.aron. �ro•�,�m•bA@1* Fate: Vic,' President ` ea+,gMxm. C"W" waxkw nm logo=* 7slephcne No.: 2 3 3 - 3 3 2- 43 7.1 Date: 1/2:6/2012 nW HMO naesuanoo far.rus u.a tan.. Federal Use Only: Auftdod for facet Reproduction Sraadord Form t.u. tRev. TAM Packet Page -797- 2/14/2012 Item 10.A. Mr1S7RUCMW FOR COMPLETION OF SF-" DISCLOSURE OF LOSRYW ACTMnn TMe dhdaure forty steel lot wmppad by rip r mpg " g pally, whsthsr wbmawdesor prihae fidaal w 41, Lot Iha bdNstlahar pf of a covewd FederM adlen, tr• atefsaeidrsnge b s pwrlora8fiap, puwant b llie St U.S C esotlon 1 lbe tmnp a<a fasG fs aa4rrNed for seApaI cr sp esone atta mabr pwsmNtbwWM*yhgw * fwbharnx4h gar aItarIll gbbdha wollceroremployaaofnWapoMaMember OfCar4mmanmmn orampioyseo► Carpreee.aananpioyaeaf a MaCarrlrteeN oomNCllonwdhaaowutlFedanladlon .alherthatapplrbrbofbtlro k�MItlA9np aid mats�b! dare' MPOL Rsfsrfo dw impMrarilog Ouidence puMhMd by0a Oflos of Menopemed and Budget for ad®tleral Nbnh�on I. Weer* a type of covered fedwt salon for vdid fobby(ng s>sirriy b eadfor hes bean socvred r4lalhrerrce 4a orrlooms a! a oovaed fedaN aotNn 2 Naafi rwaatabsefrumwsdFsdrstae4laa. �. ideaCfytiaapproprieieWsGOlDderepoR. NtfitaiaataeowripropoRe�uasdbrsrsstedtlrsranpatoe+ ahaararedonpravtwalyraportad .wMer tlayMrard WarbarMhlalklhNM dharpesoadwd. Eeaerlhedstsof Da loot mllgd haprlbytMa aeportlngartA►lor fhb aowrad Faterst oc*X . 4. Estarfhernrbae.a . dty .8howWzlpcodeofiar mpg r0ogerhl$y kwkWeCiongosstlOndf irict.Nbroath ClraaflNaap�pAslodaalSnion OFMD 1 r16 onaf floddadgnsMNfU& ereepedabbe.& plowarwbawndmdpNLkb ntlydwdorcftlaw batada %aa..DDthatsubwardee *too inkne le tla lst l er. Subeaords Ndude but she Got imlbd to w' prar I am aordwd swards wdw g ezMs 5. N the a ItoGMing Oro wport N harp 4 dMeds'8ubrwsrtse,' Dan arasr ire full owns. address. sty. Stob and alp coded the ptsa Fedewf redplerf Ndrde Capreselonel mod. N brown fL EntirtbeGaareotu+eFed. reel. gerrymMlsguaawantarmanaomnd0aam radudestteaeton .aeradswlas0owadengraaa.alanawG Far sompe. Depsdmertl of Tramoparirtlorh. Uahed tfistss Cast Orwd. 7.6dprtha Fedsralpopwm rumardeeatyUarforthe oorrewdFsdowlsWmh (hear t� N farorrr. eMerflhe Mi Calefogof Fadewl Daaeedo Aaistaaor fc"eaalowforwano aoapar ebeapreeaaGb .lomwandfoesamnndirwAs. 8. EnW ffre mat appropeft Fedead MwWft number we8abbfor ft Fafuet scam 1 wMbd M beo 1 (sjg., Reryrast Aor Proposal MM Member. bwYiorh for Bid 0S) Guitar. pawn a raunamaa rurwbec. the combed. prim. or loan awed nubw the applombnoo pod aoewd number aoagrhed by the reeled apeaq) brdtfds pralhas, a g..'RFP4X -41)6W 8. Fars aowwomf Fedora! sdon whw lwm has boon an aware ar ban mrarrr =rA by the FedaNapanoy. n terlhe Fedewl amount of Da ewardom acrmGirrhent forDw puns soft ldwdlW in ham 4 at ti. 10. W EM@rfbt Ad am addwse. dty, 81w and 0 sods of the Nfhbybg wgiibwa huhder8a tabbylnp ONebeue Ape of tgg6 eer�d by fha rsporiag aadAr NerhlNsd N 6m 4 fo brQhraGa Ohe aownd Federal sellon. (b) 6ator fire lodl rartres of ttre 6hdbridwt(a) pafomhN0 Mrvloee. and Nduds Owl sddrm N dilmal loom 10 (e). Erder Last flenhe. Fbst Nam, and IfOdSa 6fltd tMR 11.71a arBtlrFhp ot<rolst steel eqn sad date tla fonh>. todnt htsflhsr ruree. fhb. and tdspbora rG ndler. F m as fterworkReducftAct. as amanled,no pewaw are mated m reepond le e collsdNGd bdorawricrhunbesa lt d iplaysa voldClIM Mw veed OMB aorard manber for lift IrdomMon colocl on ft OW nro. 08480018. Pubic r I s, g bwdw for ll t oaieclon of bdoraailmo is b awege 10 milhul t pr wePoneatroluri0 ime Aor reviet 1 Inetruclo m. eesrdang 0*04 dabs sorroee, Whwbrp and M*Aabang firs ed compistbg end wvNwbp fht Goose" of bd'o ubm sow oomaantt wgardbq M buafen+aNwaM or ay other mope! of Drle colbdlon of m bxhO p sugp som Aar wdudnp flat bhadm% io d w OMoe of Mwgewer &W 8udgsL Pspepra. Packet Page -798- 2/14/2012 Item 10.A. DECLARATION Of DEBARMENT The bidder, In accordance with Section XKK of the prevailing Collier County Purchasing Pollcy, (known as "Debarment. and Suspensionh shall sign the: appropriate declaration under this exhibit. in doing so, the undersigned hereby declares that: Lodge Construction Inc. Name of Business 1. They are a prospective caurtractar, vendor, affiliate or otherwise Interested or affected party as defined under Section XXIX of the CohBer Coungr Purchasing Policy. Z. They are not nor have not been debarred or suspended by any public entltywithin the last five (5).years of the date of this submission. 3. Signature of this declaration constitutes a material representation of fact upon which reliance was placed when this submission was entered and evaluated. Further, should is subsequently be determined that the signatory knowlng€yor unknowingly`mulered'an erroneous dedarathm;, the County shall reserve the right to refert the bid off associated with this declaration and/or suspend/debar the bidder /signatory. 4, They shall provide immediate written notice to the person to whom this proposal is submitted if at any time they learn that its declaration was erroneous when submitted or has become erroneous by reason of changed circumstances S. Should the proposed agreement be entered Into, they shall not knowingly enter into any subcontract or supplier agreement with a person or entity who is debarred, suspended, declared €neflgibte,:or voluntarily excluded from participation In this agreement, unless otherwise authorized by the Coilier County Purchasing/General Services Director. The bidder shall sign.the appropriate declaration below and - comply with any accompanying requirements set forth therein: (A) l hereby declare that neither my firm nor Its principals Is not presen* debarred, suspended, proposes for debarment, declared. Ineligible, or'voluntar€ly excluded from participation in this transactions by any public agency. Michael. Dunn, Vice President Name(s) and TRIe(s) of Authorized Representod ue(s) Lodge Construction, Inc. Name ofaustness January 26, 2012 Date. (B) tam unable to declare that ejr firm is in compliance with one or more statements contained within this declaration and l shall attach an explanation for determination by the Collier County Purchasing Director. Name {s) and Tltk(s) of Authorized Representative(s) Name of Business Authorized Signature fsj DOW _ Packet Page -799- $M E OF nORMOEPAMW OF 7WX3PWA7= CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST Please complete and mail or fax to: Equal Opportunity Office 605 Suwannee St., MS 65 Tallahassee, FL 32399 -0450 TELEPHONE: (850) 414 -4747 FAX: (850) 414 -4879 This information may also be included in your bid or proposal pacitage. 2/14/2012 Item 10.A. 10 eam oPPo1lTU m OFFICE M= prinrme nt Lodge Construction, Inc. AddresWTehapi=9 NUMber 2161 McGregor Blvd . , Fort Myers, FL 33901 / 239-332-4371 BidlProposalNumber: 420353- 1 -94 -01 CFSA No. 55.026 Contract APF60 taucte Subnoad miwir : 01/12 49 CFR Part 26.11 requires the Florida Department of Transportation to develop and maintain a "bid opportunity list." The list is intended to be a noting of ail firms that are participating, or attempting to participate, on DOT - assisted contracts. The list must include an firms that bid on prime contrails, or laid or quote subcontracts and materials supplies on DOT- asaitied projects, Including both DBEs and non -DBEs. For consuling.compardes this fist must include all subconsuitants contesting you and expres*q an interest in learning with you on a specific DOT assisted project. Prime contractors and consultants must provide informed= for Nos. i. 2, 3 and 4 and should provide any Infer mmadon they have available on Numbers 5, 0, 7, and 8 for themselves, and their subcontractors and subconsutlants. 1. FederafTaxIDNumber 59- 2324798 8. 2. Firm plow Advanceaqof ing &Sheet 3. phi 239- 939 -4412 Metal 4. Address 2320 Bruner Lane Fort Myers, FL 33912 7. 5. Year Finn Established: 1981 ❑ DBE 8. Annual Gross Receipts. ® Non4)SE ❑ Less than $1 million ❑ Between $1- $5 million ® Between $5 - $10 million ® SW=ntraatr ❑ Between $10 - $15 million [] Subconsuntant ❑ More than $15 nOon 1. Federal Tax ID Number. 5 9 - 0 6 977 0 7 S. 97 DBE 8. Annual Gross Receipts 2. Firm Nw= Cement inc. ❑ Non -DBE ❑ Low than $1 million & phony; 239---132-1-440 ❑ Between $1- $5 mfiBon 4. Addrmsas 2925 Hanson St. ® Between $5 -$10 million Fort Myers, FL 33916 7. ® Subconlractor ❑ Between $10415 $15 million ❑ Subconsultant ❑ Move than $15 million 5. Year Finn Established: 1953 1. Federal Tax ID Number. 5 9 - 0 910 6 9 7 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Conditioned Air ® Non -DBE ❑ Lew #=$1 minion 3. Phone: 239-939-1177 ❑ Between $1- $5 million 4. Address: 3786 Mercan t i 1 e Avg. ❑ Between $5 - $10 million Naples, FL 34104 7. ® Subcontractor ❑ Between $10 - $15 million ❑ Subconsuttant ® More than $1$ million 5. Year firm Established: 19 6 2 Packet Page -800- STATE OF FLORIDA OEPA MEFIT DF TR OM11TATM CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST 1. Federal Tax ID Number. 20-34765,60 6. ® DBE 2. Firm Name- Southwest Construction' [j Ton -DBE 3. Phone:239-768-9963 Svcs of Sw FL., Inc.. 4. Address: 212 Wallace Avenue Lehigh Acres FL 33971 7. 0 Subcontractor C] Subconsultant 5. Year Firm Established: 2 0 0 5 2/14/2012 Item 10.A. V64801" EQUAL OPPORT M" OFPtCE M 8. Annual Gross Receipts ❑ less than $1 million 2, Firm Name: aQden Brothers Constr . Between $1- $5 million 0 Between $5 "- $10 million ❑ Between $10 - S15 million ❑ Mors than $15 million 1. Federal Tax ID Number 2 0 - 2 74 55 9 0 6. ❑ DBE & Annual Gross Receipts 2, Firm Name: aQden Brothers Constr . ❑ Non -DBE 0 Less than $1 million 3. Phone: 239 -592 -9960 ❑ Between $1 - $5,million 4, Address: 1141 Sun Century Road ® Between $5 -$10 million Naples, FL 34110 7. 0 Subcontractor ❑ Between $10 - $15 million - ❑ Subcansultant ❑ More than $15 million 5. Yew. Established: 2005 1. Federal Tax ID Number. 65-0,661525 6. ❑ DBE 8_ Annual Gross Receipts 2. Firm NO".-Ecosystem Technolocries , ❑ Non -DBE ❑ Less than $1 motion 3. Phone: 239-337-5310 Inc. ® Between $1 - $5 million 4. Address 2223 McGregor B yd . ❑ Between $5 - $10 million Fart Myers, FL 319,01 7. ❑ Subcontractor ❑ Between $10 - $15 million - ❑ Subconsuttant ❑ More Om $15' million 5. Year Firm Established: 19 -96 i. Federal Tax ID Number. 59-22364400 6. ❑ DBE 8. Annual Gross; Receipts 2. Firm Narna :American Roll -Up Door Co(RJ Non -DBE ❑ Less than $1 million` 3. Phone: 813-643-7000 ❑ Between $1- $5 million 4. Address: 211 Pridg Road Q Between $5 -$10 million Tampa, FL 33619 7. ® Subcontractor ❑ Between $10 41-5 million ❑ Subconsultant ❑ More than $15 million 5. Year Fan Established: 1981 1. Federal Tax ID Number. 26- 02057'52 6. ❑ DBE & Annual Gross Receipts 2. Firm Name: Ford Drywa & stucco 0 Hon -DBE ❑ Less than $1 million 3. Phone: 239-649-6962 ❑ Between $1- $5 million 4. Address 2 R n � u< r.ap„s h n¢ nr i ve Q Between $5 - $10 million Nanles FL 34104 7. ❑ Subcontractor ❑ Between $10 -$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established- 0 0 7 Packet Page -801- ....... __ _ 2/14/2012 Item 10.A. STATEOFFLONUCeMn WOFWANSPORTATM 275030.10 CONSTRUCTION CONTRACTORS- E°""` oPr+oRTTUTmr oFF1ca o7xa BID OPPORTUNITY LIST 1. Federal. Tax ID Number. 59- 2536678 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Suncoast . Contractors ® Non -DBE ❑ Less than $1 million 3. Phone: 231-337-1123 SuPPZY ❑ Between $1 - $5 million 4. Address: 3160 Kutak Road 4. Address: 4683 Laredo Ave. ❑ Between $5 - $10 million Fort Myers, FL 33916 7. ® Subcontractor ® Between $10- $15million Between $10 - $15 million ❑ Subconsultant ❑ Mom than $15 million 5. Year Firm Established: 1985 1. Federal Tax ID Number. 59- 1824363 S. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Wayne Automatic Fire ® Non -DBE ❑ Less ftn $1 million 3. Phone: 239- 433 -3030 3. Phone: 239-985-0049 ❑ Between $1 -$5 million 4. Address: 4683 Laredo Ave. Rd. ❑ Between $5 - $10 million Fort Mars. FL 3 3 9n S 7. ® Subcontractor ❑ Between $10 - $15 million FL 33967 7. ❑ Subconsultant ® More than $15 million 5. Year Firm Established: 1978 1. Federal Tax ID Number. 2 6 3 4 6 7 9 9 6 2. Firm Name: Therms eal Insu . 3. Phone: 561 -775 -9703 4. Address: 721 US One N. Palm Beach, FL 33408 5. Year Firm Established: 2007 6. ❑ DBE SYs . ® Non -DBE 7. ® Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ® Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number. 6 5 - 0 3 6 6 9 2 8 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Cabinets Plus, Inc . ® Non -DBE ❑ Less than S1 million 3. Phone: 239- 574 -7020 3. Phone: 239-985-0049 ® Between $1 - $5 million 4. Address:1056 -G NE Pine Island Rd. ❑ Between $5- $1Omillion Cape Coral, FL 33909 7. ® Subcontractor ❑ Between $10- $15million FL 33967 7. ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1992 1. Federal Tax ID Number. 20- 8965748 6. ❑ DBE S. Annual Gross Receipts 2. Firm Name: Lati ' to Roof ing & , Sheet ® Non -DBE ❑ Less than $1 million 3. Phone: 239-985-0049 Metal ❑ Between $1 - $5 million 4. Address: 7959 Drew Circle ❑ Between $5 - $10 million Fort Myers, FL 33967 7. ® Subcontractor ❑ Between S10 - 515 million ❑ Subconsultant ® More than $15 million 5. Year Firm Established: 1943 Packet Page -802- 0 fo Ln L N L. F� =MEMO 0 E L Q V c 0 M V) • • • 1 N N O � 1 O i LO 4-J . r� l N N O N (D 3 O 9 • • • r a N N O O Q) N .p N O N CD O L i� �l cn N 0 U i m cwt r+ -c.n- CAA . - E Q� .O O U w Ln ca J w .J U Ui r- 1 VI* .O O U Ln O O u m U m U O N N O O.-M O Ln ri p p Q QO � � o o m m M O O L Ln 1 1 1 1 1 CAA . - E Q� .O O U w Ln ca J w .J U Ui r- 1 VI* .O O U Ln O O u m U m U O N N O O.-M O • N .p N O N (D 3 O J