Loading...
Agenda 02/14/2012 Item #13B1 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. (Staff's 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 Ranch-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 2:09 PM 2/14/2012 Item 13.6.1. EXECUTIVE SUMMARY 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) OBJECTIVE: To receive CRA Board approval 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. CONSIDERATIONS: The project addresses flooding and stormwater quality issues within the residential portion of the Gateway Triangle area, incorporating approximately 174 acres located between Airport- Pulling Road, Davis Boulevard and US -41. The improvements will create an interconnected system of open swales and culverts to convey stormwater to three South Florida Water Management District permitted outfalls. The project will reduce future claims to the National Flood Insurance Program, decrease drainage complaints, and improve water quality. The bid was advertised on October 6, 2011 in the Naples Daily News and 1,545 notices were emailed. On October 20, 2011 a non - mandatory pre -bid meeting was held to explain the contract specifications and answer any questions that prospective bidders may have had. Seven (7) bids were received by the due date of November 10, 2011. The bids were reviewed by Bayshore Gateway Triangle Community Redevelopment Agency (CRA) staff and the Project's Design Professional in conjunction with the Purchasing Department. Based on the bids received, staff recommends awarding the contract to the lowest and responsive bidder: Douglas N. Higgins, Inc. FISCAL IMPACT: The source of funding for this contract is a Community Development Block Grant (CDBG) — Disaster Recovery Initiative (DRI) Grant awarded by the Collier County Department of Housing, Human and Veteran Services to the Bayshore Gateway Triangle CRA (CDBG/DRI Contract # 10- 13B- 134- 09- 21- 01 -K09). Funds are budgeted in CRA Grant Fund (717) project number 33189. Project costs absorbed by the CRA include staff time to manage the project, Construction Engineering Inspection (CEI) services ($175,500) and Engineer of Record Services ($44,000). GROWTH MANAGEMENT IMPACT: The project is in accordance with the goals and objectives of the Drainage Sub - element of the Growth Management Plan. LEGAL CONSIDERATIONS: The executive summary has been reviewed by the County Attorney's Office and is legally sufficient for Board action. A majority vote is required for Board approval. —STW RECOMMENDATION: That the CRA Board awards 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 CRA Chairman to sign the standard Board approved contracts after legal review by the Office of the County Attorney. Prepared by: Sue Trone, AICP Project Manager, Bayshore Gateway Triangle Community Redevelopment Agency Attachments: (1) Bid /Contract Document (2) Bid Tabulation (3) Contractor Clearance Letter from the Florida Department of Economic Opportunity (DEO) Packet Page -973- 2/14/2012 Item 13.B.1. COLLIER COUNTY Board of County Commissioners Item Number: 13.13.1. Item Summary: 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: NONE.) (Sue Trone, AICP, Project Manager, BGT CRA) Meeting Date: 2/14/2012 Prepared By Name: TroneSue Title: Project Manager, CRA, 1/31/2012 9:55:09 AM Submitted by Title: Project Manager, CRA, Name: TroneSue 1/3 1 /2012 9:5 5:12 AM Approved By Name: JacksonDavid Title: Executive Director, CRA, Date: 1/31/2012 4:13:05 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 2/1/2012 8:15:55 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 2/2/2012 11:34:37 AM Name: CarnellSteve Title: Director - Purchasing /General Services,Purchasing Packet Page -974- Date: 2/2/2012 4:20:54 PM Name: FoordMarlene Title: Grant Development & Mgmt Coordinator, Grants Date: 2/2/2012 4:28:40 PM Name: WilliamsSteven Title: Assistant County Attorney,County Attorney Date: 2/3/2012 4:12:41 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/6/2012 4:33:59 PM Name: FinnEd Date: 2/7/2012 12:10:45 PM Name: OchsLeo Title: County Manager Date: 2/7/2012 5:15:43 PM Packet Page -975- 2/14/2012 Item 13.B.1. 2/14/2012 Item 13.B.1. Gateway Triangle Residential Area Tertiary Stormwater System Improvements COLLIER COUNTY BID NO. 11 -5705 COLLIER COUNTY, FLORIDA Scott Johnson, Procurement Strategist Email: ScottJohnson @colliergov.net Telephone: (239) 252 -8995 FAX: (239) 252 -6588 Design Professional: Q. Grady Minor pmtmirg Duwh mz- 3327 Tarraarri Trait East • Naoles, Florida 34112.4901 • w wv.colGergov.rre'JOurcnasin9 1 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -976- 2/14/2012 Item 13. B.1. TABLE OF CONTENTS PUBLICNOTICE ............................................................................................................. ..............................3 PART B - INSTRUCTIONS TO BIDDERS ...................................................................... ..............................5 CONSTRUCTION BID ........ ............................... BIDSCHEDULE ............................................. ................................................................ .............................14 MATERIAL MANUFACTURERS ................................................................................... .............................15 LIST OF MAJOR SUBCONTRACTORS ....................................................................... .............................16 STATEMENT OF EXPERIENCE OF BIDDER .............................................................. .............................17 TRENCHSAFETY ACT ................................................................................................. .............................18 IMMIGRATION LAW AFFIDAVIT CERTIFICATION ..................................................... .............................19 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 ...........................•...••••...•.. ...••••...•.•..............••20 BIDBOND ......................... ............................... .............................................................. .............................24 BIDDERS CHECK LIST ................................................................................................. .............................26 CONSTRUCTION AGREEMENT . ............................................................................ .............................28 EXHIBIT A 1: PUBLIC PAYMENT BOND ..................................................................... .............................36 EXHIBIT A 2: PUBLIC PERFORMANCE BOND .......................................................... .............................39 EXHIBIT B: INSURANCE REQUIREMENTS ................................................................ .............................42 INSURANCE AND BONDING REQUIREMENTS ....................................... ............................... ............44 EXHIBIT C: RELEASE AND AFFIDAVIT FORM .......................................................... .............................46 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ......................... .............................47 EXHIBIT E: CHANGE ORDER ...................................................................................... .............................51 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................................. .............................53 EXHIBIT G: FINAL PAYMENT CHECKLIST ..................... ............................... ....... .............................55 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................................... .............................57 EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS ......................................... .............................90 EXHIBIT J: TECHNICAL SPECIFICATIONS ................................................................ .............................91 EXHIBITK: PERMITS .................................................................................................... .............................92 EXHIBIT L: STANDARD DETAILS ............................................................................... .............................93 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................................... .............................94 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT .. .............................95 2 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -977- 2/14/2012 Item 13.6.1. er Courlty Adff **Jradoe- services Purchas►n PUBLIC NOTICE INVITATION TO BID Gateway Triangle Residential Area Tertiary Stormwater System Improvements COUNTY BID NO. 11 -5705 Separate sealed bids for the construction of Gateway Triangle Residential Area .Tertiary Stormwater System Improvements, 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 10th day of November 2011, 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 non - mandatory pre -bid conference shall be held at the Purchasing Department, Conference Room A, at 10:00 a.m. LOCAL TIME on the 20th day of October 2011, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Gateway Triangle Residential Area Tertiary Stormwater System Improvements Bid No. 11 -5705 and Bid Date of November 10, 2011 ". No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department E- Procurement website: www.colliergov.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 cashiers check or a Bid Bond in an amount not less than five percent (5 %) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in. the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and 3 Construction Services Agreement for Grant Funded Projects: 6/1 /2011 Packet Page -978- 2/14/2012 Item 13. B.1. Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to'determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within two hundred ten (210) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 6th day of October 2011. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y. Carnell, C.P.M. Purchasing and General Services Director 4 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -979- 2/14/2012 Item 13. B.1. 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 Managern 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. 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 5 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -980- 2/14/2012 Item 13. B.1. 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. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State. of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit "). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the 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 Reiect 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. 6 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -981- 2/14/2012 Item 13. B.1. 1 ` 4.3 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 4.4 If Bidder is an individual, his or her signature shall be inscribed. 4.5 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 4.6 All Bids shall have names typed or printed below all signatures. <, 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. 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 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -982- 2/14/2012 Item 13.13.1. 7.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non - mandatory. Section 8. Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 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 s Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -983- 2/14/2012 Item 13. B.1. conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re- negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 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 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.asr)x ?page =762. 9 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -984- 2/14/2012 Item 13. B.1. 11.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 11.4 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms 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 cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 13. Exclusion of County Permits in Bid Prices 13.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act ", Collier County will pay 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 10 Construction Services Agreement for Grant Funded Projects: 611/2011 Packet Page -985- 2/14/2012 Item 13.13.1. public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 14.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 14.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de- certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 14.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 15. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. Section 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a 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 11 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -986- 2/14/2012 Item 13.6.1. 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." 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. 12 Construction Services Agreement for Grant Funded Projects: 6/1/2011 Packet Page -987- 2/14/2012 Item 13.13.1. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Gateway Triangle Residential Area Tertiary Stormwater System Improvements BID NO. 11-5705 Full Name of Bidder Douglas N. Higgins Main Business Address 3390 Travis Pointe E�d-,..,- Suite -A--Ann Arbor MI 48108 Place of Business 4485 Enterprise Ave,,,,.NLapfes,-F--L-3-4-1-0-4---� Telephone No. 2391 _ 774 -3130 Fax No. ...(239) 774-4266 State Contractor's License # CGCO60189 State of Florida Certificate of Authority Document Number 830666 Federal Tax Identification Number __ 38-1807765 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. 13 ConStrUction Services Agreement for Grant Fended Projects: 61112011 Packet Page -988- 2/14/2012 Item 13.13.1. BID SCHEDULE Gateway Triangle Residential Area Tertiary Stormwater System Improvements Bid No. 11-5706 Please insert prices at www.colliergov.netfbid 14 ConstrUdion Services Agreement for Grant Funded Piojects: 61112011 Packet Page -989- 2/14/2012 Item 13.6.1. moon 7OOa00 to OOOCQOOaOO o onaC ?OnnC7 Co a s C� C� C? 0 CJ a O O Ca O to to a to to a t� a a a 0 a ca ca ci scir•- oCa0006nw ©vU-)6aCtir�earaCi�ic5c�eiCz ©to O to 0 CD a) a) to O G O V N -T w N C7 Cfi a Co CO C) O 0 O C7 0 C7 tJ CD C� C PI- wN0NMC)) •--tl CC}07C?atoiACnGaC> -V a h t»- If) w CO to h- M r In in ' M CO CO r CCi 6 h- CO M M N O M M N 03 cn r ,- c v> CA to U-11 w ua CAI cn trr t 00Cl00 C�aoaoOaa00aaaCD0n000000 asatnOOC�CDOtoM)in 0000000 0 CJaC�0 O0 aN CC* Q O O O 0 C� 0 a M C O 0 tf) CD V) LO 1- N N 'CY In M N xf N to N 0 0 Co 0 Ca a O 4 Q to N r` CI.00ICOr N N tl) Cf) Cf7 U) C<? F!3 cr) KY Ct �) CC) r o7 iK7 r CC+ oa C1 lCi O CJ3 Cn ►- h-M t(j V-) M Lt) a I`- IV �4 0 H z __ 0 I-- U w 0 UJ > v � uj w O u�� -Cjp -3 �� "d w w - d z U) I- l- ZZZZG0„CL= E �0. J w r O w U U w w w w } d > mU jL CC tiCCC wwww LL LL C) 04t t F- t-wwww CLL ti (r?�LLlwww O jyaZ to q -it- Cnu?�'> }- wCr- a,-xC`NMCn(� to CL. w ��� =)OrLU �l_}� 1wij I-t t�- � -I�jIJ W �LIJZT - > pUUCJUILI ?LW «� �� ZUUUUw W 4aC nu �ZinQUv)Cn �Ir� ta6www0 wLu � t-< < >- IL �1- t�CC�wwu�w0w0wwwwF-cncncncnu'1.. wQ0 ¢!-- N wW.,7Z_ _ wMa00- 0- CLwMto0;^'W an' 22'��c°-,.xZUl LL8 Z �W �MF- F --F--� Nr:MCi ©C�r "CMCI) (k crcrfo�t -I--�Z Ce °a 0 0 x .,r. x x X C) 0 C) 0 0 0 U U < LL 2 CLinwww,- rrNNNn . rrN.'LfniAW0LLLLtY.1LL" fr L 0 F- W C00< 0LL•2 <ti,Ll 1 <Ll— LLLL << <f �<Ld <�dd�L:LY Ei w_.,w..., -jWW- -j- ,w. -.,_.t wLa. w wwwwww -tug o 2 0 LO °P ON 0 woo (S) to m w r- o in M M N N r N M C") 10 i- q M .- 0 h- 4 C3) in '-' O) N r- M Nr C7 0 O 0) to W Cli r M CU C-) ujH C77 ti) M � ua r- N M '�T v) CL) h- WOO - N M 11 too h- C6 O) a r N M ,t u 0 t- CO M Z F- .J Packet Page -990- 2/14/2012 Item 13. B.1. C C)OOOCCOC�n000000000000000000000OOCDO0040 R C:, O 4p CT CV G C� C3 q p Ct,'o C 9 p n a 0 CD 0 0 0 0 0 a 0 0 0 0 0 CD C) ,D O d C) 0 (D a 0 0 0 0 0 a 0 Ln 0C Lo n 6 666666666 6 6 6 6 6 6 6660 CD 0 V) U) a 0 0 W Ca 0 Q N C3 C� - to CD I­ C7 0 CD 0 0 0 0 c) 0 cD c) c) c3 P n c) 0 o 1p ul lr), 'lzf '� ",I Oct -I C� cc (C� ( CD C� LO M M Co 0 C� 0 LQ 0 C14 C) CD to CD CD CIJ " CD N N Cl CD (0 V, 0 �; to C) to - N to tf)� U) - - Cry 6 , C; (6 Ci C"i (6 of tr) t:' ,i C4 q: 4 C"f 4' M M Co to ED - Co v) v)- - V). U) to CO N r V) M (Ft (A (1) 60 64 Go3 br). to M M 0 U) (4) V) V) U) 0 0 ik) CD U) a 0 0 0 CD C) n cl to 4 : t- C Ca c! C� p Ca ai of 6 6 CI), 4), CO, W, OD, Co, 00, T• , U"), 0, C5 r "- M Lo (D 0 0 O''D 0 0 CD 0 0 T- IN 0 0 0 0 0`1 Cy') M Nt 't- C4 V% yj Qb V r- 0 tdT to U) 41). Q Qq_ 0 C) N CN (D 0 C) CD C) 0 CV N N C) fj�y bli (4 0 0 0 (71 V) (19 w (1) En (D - - W (A U') (D Lo LO (0 0 61� CO 4�� C) " N O vT W ol 64) Y) bl-) U) 0 >_ >_ >_ >_ >_ >_ >_ < LL U_ U_ >_ >_ 0 LL LL LL LL LI_ LL < < LL LL < < < < < L_ LL LL < < < < U) U) Lo (n CO (1) CO Lli _j _j -1 0 (1) - -i _j _j _j _j -1 Lu w _j _j uj W Ljj Lu Ul L� _j _j _j w U.1 LU LU 0 0 0 -) 0 C) C3 a C3 n n 0 in - c-;) Lo 0 0 Lo CD (D co o o qt (,j 't er U) - 0 0 0 04 N e (N C`,)0 kn (Z) CZ) 0 L) - C) 0 LO ti4, CO ONOONO-Moo 0 0 0 *,T n N LO - 0) (N 0 N (N (D Lo (N re) f- (N (1) - CD <; N M -r q) 0 1-- W 0 0 - N M �r 0 (D 1`., M M 0 t- N M -r Lo (D f- W 0) C) - N V) V U') Co M n(I)MMMMOM Isr Nuvv v Nr ter 14, -Ir V* Ul)OU')t() L00047 LOLowtow M(DCL) 0 Co Packet Page -991- CL 0 15;z _j > < rr < (0 n LU > < 0 LU LU C) 0 Cr ll Q, 2: W LLJ LIJ z z Cr < < LL Li- LL LL 2 u nr 0 l < LIJ < of -i C) _j CL CL z uj Ld Co ILI C) -A CL < < p_ I -i > Z w w LL 1- ,f 0 Z! L) w LIJ w z 0 C) C) 0 V) z z z LU ezz In - z X W z z -1 w U) > < > w LU X 0 (D > 0 :2 LU ui c. UJ W Q: _j (D - - CL CL (I < C"I t C) 0 0 LIJ UJ UJ N N N :E z 0 5� w I- W w < LLJ Lu w x < . LL U_ 0 ou o x --j LL LL _j _J 0 L) U C) < cj� w Z Z Z < UJ W 'r -r 0 0 < 0 3:, >_ 03 z z z z z o 0 LU z 0 ui 0 X > o o o f- Lu --oo — — — — ­ - - > < < < w0 <^ (14 a- w w << =<x<o,_j_j_j Zo- .,_<o�Cj�ZZUJLUt_IJWUjUjWCD(DOU CNlT(D(D(DD> w w l0>-<<< > > 0 wor _j _j _j I z uj _ZZZv)wwwooLLU_LLLQooz F-�-W ><W > L) < E x < 0� w ;�r 0 , 6� b CO (n (n 0 LL 0 z z z — — U_ LL LL W = = = M T w w w lil UJ Z Z Z Z W LLI Lij z CL 0- M F- z 0 0 0 LU LU W a (D C), -\L - LU LU Lu �_ I— �_ - ui w LIJ () IL (L (L z z 0 0 W Z — — — 0 > > z z > > > CD ( �- < elf X OI� _r) CD < UJ C) 0 2 CL a- CL 2 < < � a: a-0 -j W (n (n w CL a. a. III w Z Z Z C) C) ot� Ct, of (Y- u i V Q0 00 LLJ W LLJ �o 01 z z z U) 4y) W < 0 0 0 w T< T< 0 a Ili uj uj �Lj zl�l Z 2 !F 2F uj W LLJ 1) C, __5 Z) D Z) : < < < < Lu �2 0 w w w w 0 L Uj Lu Lu a: T_ T_ W Lij 0 UUU < w w 0 < z z z F- 2 2 Z Z �- �- z z z U_ L,L LL I.L >_ >_ >_ >_ >_ >_ >_ < LL U_ U_ >_ >_ 0 LL LL LL LL LI_ LL < < LL LL < < < < < L_ LL LL < < < < U) U) Lo (n CO (1) CO Lli _j _j -1 0 (1) - -i _j _j _j _j -1 Lu w _j _j uj W Ljj Lu Ul L� _j _j _j w U.1 LU LU 0 0 0 -) 0 C) C3 a C3 n n 0 in - c-;) Lo 0 0 Lo CD (D co o o qt (,j 't er U) - 0 0 0 04 N e (N C`,)0 kn (Z) CZ) 0 L) - C) 0 LO ti4, CO ONOONO-Moo 0 0 0 *,T n N LO - 0) (N 0 N (N (D Lo (N re) f- (N (1) - CD <; N M -r q) 0 1-- W 0 0 - N M �r 0 (D 1`., M M 0 t- N M -r Lo (D f- W 0) C) - N V) V U') Co M n(I)MMMMOM Isr Nuvv v Nr ter 14, -Ir V* Ul)OU')t() L00047 LOLowtow M(DCL) 0 Co Packet Page -991- 2/14/2012 Item 13.6.1. 0 0 C:l 0 n 0 0 CD n C-i 0 0 0 0 C:� 0 © n 0 O'D Cl 0 0 CD CJ Ci C� C�,P,::� 9 9 9 0 9 0 0 C7 <:� q q p C� q q q 9 p q O G C> 0 cl LO 0 C> C--) 0 n M 0 0 CD d CD CD n C5 d n 0 0 6 6 CD 0 1 M CD� U-J, to I -- U) C) 0 0 CD CD U-) 0 0 C) M to to CD 0 Q 0 0 0 CD CD CD I:: fi+ N M — " 01 N r CD CO U) w 0 N N M M O to Q CM n E9 (A V) 07 (4 U) V) .z . .1 N 11 N Cai "'T CN M to — L6 Ul, (a 6q — 0 1- M 0 C� C3 a O C3 C� C7 Ci n 0 N CN N M tN N 04 CN 0 kr) U-j CD 0 to 0 to 0 C) 0 (:D CO U) 0 Lrl 0 CD CD W (1> V) t-n Cn Cy% W 0 C) N cq m cD N t Q Cn 0 (D CD (n n r- 0 1-i N, M M 0 V3 — — f,-"T to C:) (nL C) CV (N V) (A) V) < < U- LL U- LL U- I L U- U- < < U- U- < � < < � < < < < I-L < < < w w -j -j -j -j -j --j -j -j W W -i -i W LL) W wwww—jwww 0 0 C) a 0 0 0 " 0 0 C3 0 Lo N C. OD CD (Ij (N C) '. 0 0 to C> CD 0 0 M (N (14 — — — N N CD CV to U-) — — — C14 1- 00 0) a N M "T Lo W P, im M n - " (1) 'T ") M I- W M 0 - N (") w to Q V- t- I- 1^- r- r- T- r- r- M w w w M w w M w M 0) M 0) 0) ai Packet Page -992- 0 z 0 < Z > CD 0 5 LU z L) t' 0 L) C LL z z U ti- LL LL uj ILI I-- F- U)- Ch X U) U) 0 (D �r (0 00 2 M Cr) 0 CL LE (1) CiCors z to ism. F— U-LL �L- uj < uj 0 C) 0 0 :E —o P o 0 —;�' 0 C) 0r It: C� of 5: w 5 Lli (f) LL U LL t,) < < < < �a 60 w w — 0 (a: M a W LU LU Lli LU LU W W _ _ j _j j UJ UJ < < < < w Of w Q� C� U- U- > < ci E IL 0 0 0 0 0 a-- 0 C) 0 > 0- 0- a.0- 0- (L It < uj ' 0 - z z w '0 > > > > Lu < M Cr w D� 0 (D t E L z z Z z 0 0 0 0 Q Q LO in CO U) > C� Cj QO 0 (u, w C� 0) MW XD�0�10 z z Z Z 0 0 C 0 LLJ UJ W LLI W 7 a- < a a Uc < < < < 4 F- I-- H l z 0 0 00 M CO M W Ili W W w Ili w uj < M M to M w �E Ij- U- < <<<0; X W X z z z z w --> 3: 3:3 z,>- 5 < < U- LL U- LL U- I L U- U- < < U- U- < � < < � < < < < I-L < < < w w -j -j -j -j -j --j -j -j W W -i -i W LL) W wwww—jwww 0 0 C) a 0 0 0 " 0 0 C3 0 Lo N C. OD CD (Ij (N C) '. 0 0 to C> CD 0 0 M (N (14 — — — N N CD CV to U-) — — — C14 1- 00 0) a N M "T Lo W P, im M n - " (1) 'T ") M I- W M 0 - N (") w to Q V- t- I- 1^- r- r- T- r- r- M w w w M w w M w M 0) M 0) 0) ai Packet Page -992- LY Memorandum Date: November 6, 2011 Frunn: Scott Johnson To: interested Bidders 2/14/2012 /hpO1 13.13.1. Telephone: (239) 252-8995 FAX: (239) 252-6588 Subject: Addendum #1 Th md Raoidenb�|�reaTo�|�/y Solicitation d� toon#mndT11 5705 Gateway Stormwater System Improvements The following clarifications are issued as aD addendum identifying the following change (s) for the referenced solicitation: ~ Nttochmeo(A - Section 3: Right (*;lutcbInrrutiull to Bid; Fomuut Price Based {bmmoti$iou pGjjA��y—to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance funding shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons of local businesses to receive awards of Collier County contracts. E��hJ�d����(AUo�r���eou�m�@F��� ������� � conflict with County's Standard Terns & Conditions; The County's Term shall take precedence. 8pce' Measurement and Payment shall beUnne and nOateria|based upon o r`»u�directive ~hobeiaaued This aUom/ancefund \a established if necessary tomake »«o/w i iruoti-n due t8 changed site conditions and unforeseen and acUu��nnn�s n|oOne conflicts, This does not include changes due t0 nDok, much or unidentified utility �� dewatehng conditions. The work be revised and executed by the xummnuumTmmp/uo Ravisod: 4115110 Packet Page -993- 2/14/2012 Item 13.B.1. Contractor, Construction Ouunty project Manager, Construction Engineer and Engineer � • Added items bo Bid Schedule / • Clarification o �n� Ca�» b�ain�and�oDtu�|�t��Ur���hoU4agtn���b��rnQ� All grates ahaUbeca,� iron except for /y basins, '- -Dba�ns all grates shall AUcatch basins and conorat� structures shall �eor�v� ~ with eye | and locking chain mechanism' [danco vWth FDOT standards as � o Concrete mitered end sections shall be in aoo» appropriate. Cross drain details �[� shown onthe plans. Side drain shall be � � Barriers) �h�U only be utilized r�h�G � installed perFuy/ design standards. G (pipe an mitered end sections when 30^ pipe size \35x24" elliptical) "— =-�—hs used. Cross drain mitered end slopes shall match the side slope of the swale in which the . pipe discharges. if you require additional information please post a quesbon on the Online Bidding site or � contact me using the above contact information. C' Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. � . . /I ' Date ! (Sign�ure); � v`=...~. .., / Packet Page -994- 2/14/2012 Item 13. B.1. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company; Dou las N. Higains, Inc. Signature: ;r" Date: 11/10/11 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 5. Please insert additional pages as necessary. Company.- Signature: Date: 15 Con,struction Services Agreement for Grant Funded Projects: 6110011 Packet Page -995- 2/14/2012 Item 13. B.1. 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 or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work 2. 3. if Subcontractor and Address i "I" "I C-i-I A Company: gins, Inc. Signature. X_J'� Date: 16 Construction 'Services Agreemant for Grant Funded Projects: 61112011 Packet Page -996- 2/14/2012 Item 13. B.1. 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 or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified, as noted above. Major Category of Work 1. 2. 3. _z 4. J. Subcontractor and Address JU Cornpany: j)oqq1as N. Higgins. Inc. Signature: —V _•W Date: 11110/11 16 Construction Services Agreement for Gant Funded Projects: 61112011 Packet Page -997- 2/14/2012 Item 13. B.1. 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 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 �j L ld Subcontractor and Address Cc)mpany. _Douglas Njjjggins. nc, Sipature: Date: 11 /1011,1 1(i Consiruct tion Serviocs A9 reemvnt for Grant Funded P rojccts: 6/1/2011 Packet Page -998- �12 Cc)mpany. _Douglas Njjjggins. nc, Sipature: Date: 11 /1011,1 1(i Consiruct tion Serviocs A9 reemvnt for Grant Funded P rojccts: 6/1/2011 Packet Page -998- 2/14/2012 Item 13.13.1. STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference 1. See Attached +I 3. a W 91 Company, _ Douglas N. Higgins, Inc Y Signature: 1 t"U Date: 11110/11 17 Construction Services Agreement for Grant Funded Projects: (311/2011 Packet Page -999- 2/14/2012 Item 13.B.1. EXPERIMCE STAIFIVIEN't - SOUTHWEST DIVISION P,jtjfF4:1_N City County F low $lVap p'l •ulljof Mainly jonlice Center 'm Collier County Pulvtc kidialus Engrio(•r.g Collier Gatinty radidiDs Mianagofnent Department 3301 rust Tarn und Trail, Ambling H 3301 I-'-abt Taunimut Trail Naples. florid a'14112 Naples, Florida 34112 Sandy StIdlim John Clements E11111 ne r�A( ApOlt, 0"Irbel, and Bruoday') U. Grady Minor and A-w-mciates, P.A. 7400 Trail Brvd 3000 Via DOI Rey Naplels, Florida 34102 tionita lipriRU5. Florida 34134 Dominic Arnico David Schruid 239,947,1144 July 27. 2001) Match 11. 2009 &Ic 51.12,704.26 F I n at — "of l�q� 6��'Qqy ' $141.5W,41 _lLaLl September q, ?(W tYlri a o Saic ALlijuM, 2.009 run-Mvi-NM11-110 Mt prwtal P--W-doo installation of force rnain, M(Ws and valve vaults to ftvo 11 Can sirurfion ofondta punipslabon (vatill), Installation (A loraljunii whioll would allow bpatis front Collier courtly naupin monstar(qjindedauget assembly). I)OWSOnflaly S(1WQf to tho City of NapW,6. and manholos. Ruplao"'Mient of Inc. r'lil'iting %urillary Sewer wiln a om 12-invi maim and e 01gh Watef A14M systern, lox Roplarx."Invol Name: Cove Sloanwalet Pkanp Si A011 1111P. 'rnjRW-tAmuqgr�- —Pfnnt-;� South Florida Walter Mann"unew Di5rid City of Naples 2101 CentrupFulk vNest Drim Smile 110 Dupontinunt of 13,lipetw and $tcltrnmalor Well Palm Beach, Florida 3340f, m, Rivamarie. Circe (;uwd Flynn Na;AOS, Flotilla 34102 (239) 213 5000 _1.:n n jc,lt-AM Snuill Itlunda Walog Manage olont f')Wnu C Con CKIL) Road 4415 Matto rlol-Wly ft,m Palm bc,)0. FW03 33400 Suite 404 (Amael Fort Myers, Fonda 331) 16 (239) 278,MS -(1 iuLl �E:U)qW, Omernlmr 3, 2000 214100 Award, 3110109 N1 P $2,101,045 00 May 2010 Col plvdbqa af7tL 2,'8110 (Contract) Utarl i11-1 IALIM4"f Flulep Station ",M) ReNlr)j4jah0jl Watpi Wtusv, flipnq Modifir,)(klis. Ropse SyMort) Upgf3d(- Collier Counly Public thilir- Lnginpering Depailowni City of Mateo Island 3301 Tarniani; Trail Cast, Building 1,( Pubfic utilibus Naplos, Hodda 34112 50 Riald EatjlN Drive F.SawlV Slifibar lvjanco island, Flwidj 34145 'Nonstem f-pjinnni Add P,;p" 239afig-5000 0, Grady Minor and Mspnuao.s. P.A. 3M.11) Via Del Rvy r1t(MMI:tr f3onav Spon9vi. Honda 34134 Menca" and Eddy David Schnittl 9.QO uMLpAjLq.1 •olowAry 10, 2008 200 Final-Q),11ract Arnoof;L S(30�,1711.67 $444,00000 Noveintwo 200113 Jmulaly'16' F ally whab 2300 GPM Mi',inior pump "'t'ltloll Rehat, 5004WO Gallon Yank and convert palohie wfficr facAlY to rouse ;;lodge facility pil"XhWod flll:'\EIJIIW�' S6IT4-161 r, it' IIAi- Packet Page -1000- CAT Op,ruliorm A Mri-mirstralion Cpniet pranp $1alion told Forw. Main Carinlialt6n Alternative 1 tarispufaiton Olvision 2885 South Horroshoo Drive Naples. Honda 34104 but Faulkner Q Grady Minor 3800 Via Del Rev Bonita Gr,(04gp, honda '9134 f0iruary 14. 20018 PnY)V1rYq1Qpiq.; May 1, 2008 pjo j%-1 Dw�cnrAqt_); Irislollallon of Winch forte main, purnp rijiton arid vatv( vautf to oxitling CAT Oporallptir; 141111difig, . . .......... . ... .... ..... ......... .. I .. . ........... . .. ........ . . .. .. ............. �rojetc! Nzgpt If nualion Quality Water laroluct Mpriaw!l: Collior Counly Facilities Minaitemeni 3301 'I"Antraini Trail Fact, nuihhrfg W NzpW , Flonda 24112 Iranian Gt 7zil(`a vo �ne o.,;Af n' Ln —&' 11 Anchor Lofjnoecnqj Gonralct t_ ite: March 14, 2007 Llkvt- 31,213.474,51 January 15, 2008 Trp(Ai,.e Mn-.;It.,( Parnp Staluan t)vrnrr Acif 1 -Ptic"llir": CAY of Fen toy.'% 7.1,00 Second Street tort Myers, I'londa 33907. 1711aira flayo!'. E-t. (239) 33Zt >31£i dcdmsun i=nSiateonn 1, Inc. Fort Myurri, t-londa 33020 n"wid'Tro'sti,aml (23q) 334-0046 Contract Date July 1, 2008 {-blot 'a' I- C 0-t i, 1-" act *t- N il o k 11, 11, S1,043,8(15,00 February. 2OW uistaUuhen of a masle-i pimp faahor, lorwed along I weline Avenue. !lie projerl entailot; a lack and bore under 'Inveliviv Avenue to connect to life eyiMing torch main and construction ill a 20 jo i! cwep master pump Motion. A 400 KW 'A- - fns v "--a Stare —z't U 3L I 1.4S� EXPERIENCE STATEMENT - SOUTHWEST DIVISION Name SAO Marco MaMer Litt Station City of Marco Island Public WOOS 50 Bald 1:39W DI 'V(- Marco Iswirl, Florida 14145 Tono1hy E, Pinter, P,E ,Ianatary 2, 2008 Conwaro now 600 GrIM Miner Litt "Antion - Mj Name, Golden Gate VAVTP and Injection Purnp 914flon QMiq ijiop Florida Governmental Utility Authority 2.40 Wokiva Slifings Road, 90te 203 Lonvintio, f7lorda 32779 2092 Old Arbor C t, Samffotsi. rL '144232 1513 1115- l7fill) contract Date, Atigust 17, 2009 AirrtoqnLl $2,621.407,78 DO-2121-01-1011 P-OYL May 10, 2010 Cxparfrion of Goid to Gate WIN FP which Included the conmrnctiori of a new ditte;;tet, ditritine conind rank and 1,1jeellon Vj,11 Vkjjnrf q mr? wnj It , Lange, jjjrifJjfjr�atjorj (.If clelific , 1 . 2 air.t.ilintion of surge andannalar jam sum (.ink• and PrUnrLtlmne; PS 53...127 and 5 -133 Flurnp Refurbinhinent amt Sowing r.elitaco, 211am South Flond. W.W, Ma nee ,I—fit Dire-,l 2101 CentrepaiK West NVP, Suite 110 We,k Pitirn Flon,14 334(19 Mike Corley South rtrinda Water managerre"'11 Drstrict 3101 Gun Club Road West flaint Beach. Florida 33406 Teri Swartz April 10, 2008 SZI.P47,723 On ,fifty 2010 Packet Page -1001- 2/14/2012 Item 13.B.1. em 2/14/2012 Item 13.13.1. EXPERIENU STATEMENT. SOUTHWC.q DIVISION M.j,Na(p_P. Gateway I dangle Sian avatr.r wriprovemanks; ?Ipc.1 tilliritL Mafcx) 1*iland North Barfield ek Nanb Man.0 SanitAfY SetvOr OlOiCl Collfut Cok)14 U0 , I at,( Di4iiinmont Storn w- City at Mam island =5 Honer hov Dr)va 50 Said Caula Save Naples, rionan Marco island, FL!34145 Shanc- Cox lAr, James Ivullor Engineer - Addros, HDR, fric, f1m1ivm, 200 romy1h Street Onlye Engineering Jack"nvitle. Hnrid4 0[2021 4415 Metro Nifkmaf, S010i 104 Laura Phillips Fort Myers, rL a3916 frod Mitt) November 5, 2007 239,279-711, 7 LOURPA L(n PAW, Ally 28, 20(18 Marc i 1, 2007 Erolkql D(4q1jRqo-o. Starrowalcr improvenwinN to ii-Wing area - excavounn of ticLAmouni. NorlhMwoo $0A4,806.99 approximately 34,000 Cy W dirt and gfadinq to form thmo North Barfield S7.270,729,' 37 continuous ponds. In0allation at box culvertr. Miiiel piling, Wrin Marco May 11, 2008 concrete ditch pavoinen( anti stunt drainage, wn';Iurcs. North Barfickil March 2-4. ZWO ... . . ...................... . ....... .............. -- . . ...... -.-- .... ....... N('.t'V]:?F MLE Slouch Pioject . . . RfMahilil,4001`1 Of Master PUMP '5101141131 8 Plim;e 2, Mechanical U'l4iamn. Coihur County Collier County PuNw, lluliliet. Famnofinng I)epadmew Public Utiliff" Engirif-enn'] oLlawfinn'll 130I Tiraniarhi'frail. Urna, Building t-1 3301 Tanniami 1 rail East, Building I I Nnple&4 Florida 341 12 Nzjples, Florida 341;'1, Dianna Dueri Sandy "ritihar LlhqMq. kjlgiiev�� 11049 M.0.11CL Q. Brady Minor & Anbodatdl•a 95D Lficom Way 3900 Via Del Roy Naphm, Ronda :,41 10 Sanna Springa, Florida ':!41:34 Jony Tadc"sk"'I 239-254-2000 David Schmilt 239. 047-1144 C. 111 IrULli-0 Seplembor 17, 2007 Nov(nntwr 16, 2007 Lima' (- Un at —It") Lcntnl $336,412,40 �nv 3765,03 ?2.34 June 17, 20,08 3. 2008 Bleach piping friodilicaltaim to chlorine conlarl charawns F:tlll inhal.) BC10 GPM Ntarwr Pump Station and madificalitm of pump sludr, in have i-ndundincyo bleal'tilved k:Yslwn. Ti� - --- -L'jit'j of Ma&1VI F'(11up Station 3 18 ..... . . ...... . NCRVO P C herniCal L abal0rY Viintilation Inipfuvoininini Lxtdl or j' A j.q_,!E all jp Gclue, County Collior Counly Public, UunjiLs Fogingering Department Pwfic. 1,11111tim F.Figineonrig DGI)MMIlWal 3109 'iumianli Trail F.M, Suildmg hl 3301 'r-,jaijami I'tail Cast, Building 1-1 Naples, Ilunfla 34112 Naplel;, Florida 14112 Sandy sadhal TOM Chaloilk 239-732-2575 0, Grady Minor & A=ctalpf` gineering 1-t.0 Cat 3000 Via D'A Nry 14110 Colonial Boulevard, 'Suilo 203 bonila bpfiligS, Honda 341^A Fork Myers, Florida a,1907 Calwil SchinIn Nicbrilas L. Maricusti 219-275-4240 October 9. 2007 Morph l"A' 2007 control S A PB900,59 ELUIC-1 act Amour; 5741),367,67 .!9 Corriple'llon Data- jujiv. 10, 2000 CompleilicAi Date: Haveniter 30, 2008 Fully (ellab 3001", GPM Maxtor Pump Station Replace complete HVAC tyr.jtial incitaling tur Narii*r, . ....... . . - duch,jork., exhausk farts, cuade�nuer and rehab lump ho,'As Packet Page -1002- 2/14/2012 Item 133.1 EXPERIENCE STATEMENT' SOUTHWEST DIVISION SAN-Wt t Statement t; 19 ? 1.�i. Packet Page -1003- rojncf N'yme Collier County NGRWi P AND SCRWTP Prrrjirr i Nan„„ . Gonoectiun to bNatar M i ri Masi Shares sand Separatorr. ( jwler - Addle 5- " : rhf Cwnr d F a M nne— (.fly of [duaco ikdand Collier County Putalic Utllificr's Public Walks 3301 E.,nsf Tanitatnf Trail 50 Bald Eagle Drive Naples, Florida 34112 Plano lWanci, Floddo 14145 Oiarm Dueri kamas [w lw ur�inent. ,Addf(fn . - ,.Ph�i!S?;. HaZen and Sawyoi Atril 26, 2007 -:a rlD�rl [)alto; Derembet 20,2-007 t'In31 {_,O,Olr7el�(rtgymt; 5188.000.00 Fpaul C arnracAAmdunl; $1,453.249.71 nnip,Igtic�n DntP', August 31, 2007 QR"llp eUre -L)at ... .luly 17, 2000 PrWC -11[), aarrintirwh. Procurement and 1n3tallallan of two automatic still: ctennaig :rand separators (diatom tx A( In Germany) including Vainloss stool p1prig, valves, inmrumem5 and 6onfrol ppnelti, Inslallauon W system, which inbiuded two, !trim- Cflatith er pump %14ons, - s m s, varaurf [towmrlers, tits. ! — brnnr Ibiai f -- tL ` P(nicii t F��atna SCf ?W7 "P flaw IN tiler I nrn,mirsino Mafn - Prnlert Nal[1P' Donon rsioninq of F olimin [Jay Appunonarwve , for Waslawaler Treaftneni Plant Raw Water WolL W,. 405, 415 8 429 f1v41nr . Adrir,.r• •a - Prllarr'�'1, tyttnao. ar r tcln_;,.': f7wne+f Adcin•t's -„- Prny(;:fnn'i_yrr�i?trrnu?'. Collier Cmmly (olGor County Puttf)c Utilities 0nginacring Depanrnenf Public Utilities Engineering Department 3301 Tarn[anii Trait, t}ulicnng H 3301 Tamiami Trail Eiasl, Buildintl N Naples, Flonda 34112 Naples, Fluids 341112 Poorer Sawy Sridnar C,nginet r -- lddrr.,,F ._Pt�artl _ Ed1�1 nrrr Adrl, ml, - t.11mlil: I ^Won & s'awym R'ven and S awye..1 2101 Coporale+Su levard, Sub 901 2101 carpofalo Boulevard, Siuile 303 hoca Ra m1, R,nda 33431 SUCa Palon. FlurxJn 33431 Albiarl Mtav, Kurt rintfur 561.997 "!3070 561 -097- 8070 Qolilflifl -t taN_: September 26, 2006 Cpnhtict fialr•,: relmiary 8, 20M Fn1;).j,,,C,pr4rari Af»rninl; ;1,884.000.00 j'inal Gornrnf•.t AmCiclltk: $72,.500,00 nmpip(jnn Dain; Apol 11. 2007 ;_rin)J irli0tl_D,O�e!,.. .July 30.'2008 PrcjaCl, I �( ",NCrll?Ilon: Inl,tallod :350011 of 1f:dech HDrE taw vmloi iron mis�irm rrwin thong with four tN3vt raw wfivar wf =RS. 'TtHS provk9ed tact [8att1 the :abtlfly to produce naAicinnt caraaclty ke mr•,nt wator dimandc. Incladud initnfiotion of pigging aafifNl5 9IX( eluclrwal eIICIU; ?lirf`,S. Peitt.an BEry Firs and Irrigation Water Projr I No 1Yra, Reclaimed Water tkluNf r Storm qe and ,+YSI fnl Ivlpr0VW11Cnl at the RITZ CudIGNt Rera)vpry C) runt - ndcjm s • Projra I&nt�ger, µ. M• �11yner A<iUrt:2 [ fS1ttrl ty€.p (K Ca tter County Collier County Public Utilities Ffigineonrryt Department Public UtaVlfos Enginenrinq Dept+rt"noril 3301 't a(nlami trail (waft, 6ufk[ditl J1 3301 Tafnlami Tr 111 C'7rf, HL111ft 10 1-1 Naples, Florida 34112 Naples, Fluids 34112 (!laude Nesbitt Alicia Abtx)tl �nr inecr - Arklrn,s - _t!hOnf„ �,�dinear - Aridresti: vvilson Miller, file. Water €[eyourcc Solution 3200 Oaailey L mC-, Suite 200 1388 Colonial Houiovard Nnpl s, F forida ;+4101`; port Myets. Florida :13907 Craig puNter k tnyd I'torvath 8004540 -036 CrxuiilCl (> kltl_ ApfA 6. 2006 C'9!1 ,f iva NI -wr3l 30, X1(16 Ftn'fl Gcnli >.ctt Antuont: 4i`IV>N,511528 i f1t al CnntiO(I Amount;. $ IG2,72.3A;t Cctmlth Uan ftnft _ .luny, C. 2(W C r- n[)Irlit:p [):ite•: Fchruary «P,, 2007 Prnjc 1 InstalleA a dowli injedifin WWII for the stordoe (u rerlainled ester corvinq from Collies County writer l(fratntent plants, I Iry Owner will have; full npalulily to recover IMs reclaimed wafer for rnarkel aixlrw use for ktlerc awn Irrigation needs. SAN-Wt t Statement t; 19 ? 1.�i. Packet Page -1003- Th)Olialt SWO-f D1510VA Wastewater Collection symem Fitpansion �Yyn wingIN—mminz --thong City at Mania Island 50 Ralil Eagle Drive Marco Island. FL 34145 Mr, JXTIFAWilor 23¢ 138015011 Z!irlitive , At d hone-, 13olya Lligineeting 4415 M(Arb F`Wkway, 'SWO 1(M Forl Myers. Fl- 3'3916 Fred Kill 214-278-7096 IvIorub 7, 2006 EL pq NatLit.. Rosomary Pas k I>Rviulti e Dnwtaoe Iniptovenrionit City ot Bonita Spnngs Public Work:; Departmoni 9101 130fula teach I"'Jud Bortilf, Spnnp8, F londa 239-94947743 Q. Grady Minot U00 Via Del Rey Bonita Springs, 14 134 David 20irnilt 239-949.0243 UA Qk ALI L)A e- April 5, 2001; Final Contract Amount: 0111,805 33 !j!qtpjufiqn CiBfe. November 1, 2006 I-lamplon stwt."I sidewalk frepovorilants Qwuqr Address , Prow I Mar CRY of Ro"Ita Spr1ft),1 flul*c VV00"6 Of.frifunent uI01 Bolivia 13a -act Road Bonita spfjnq-s, Florida V,q E449•i3243 U. Grady Minor "800 V4. 001 ro!y Demo sprifq' 34 1:54 David Schmitt n9�90YU43 marcsi 15, 200X4 S316,40T50 Ra Ato"t 1, 2006 EXPERIENCE STATEMENT - SOU'n4WVST DIVISION Pads for MFIR and Cquilanialit Q*)U, J!M�tLLIIO C&r. - Prone; COY of Marco Island 50 "d r-1910 DMO. Mai (;o W- and, Fl- 34145 M(. Blum weinmeln 239.380 5182 LLgpiQL,gr - Ad—d";6 COM 9311 College Parkway roit Myers, FL 33919 A(lam Boblenski 209.437.9494 March 13. 2000 $183,000.00 May 0, 7.000 Forest 1,31tes MSTU P114010 2 Drai"190 varmovalnews Collier County • ATM Stormwatet De.paninent 21:85 Horseahric Drive South Millips. Florida 34104 Darryl Rk.lwid :_Add[ftss Wilson Miller 3200 Softy Lane, Suilf, 200 Marl*, C-1wdl 34105 crall, Pajor :412tfL May 2, 21`106 2MI—rael /AinqUOL S 103.287 00 kqaPq#(a' July 19, NX)o With I hP City of r (Vt MYefle 2fio 1Ajrtlovi Sprinp Road. Suite 2W Longwood, Flunda 32779 4�0 Malcom Pirrlifl, tar. 7301 MsIlljud Center patk%vjy, tulle 425 Maitland, Florida $2751 Victor Hudburl Juno 15, 2066 snlract Amraunt. 5 »,X1114,33» Litt lion Da 0 April 2007 Packet Page -1004- 2/14/2012 Item 13.13.1. 2/14/2012 Item 133.1. EXPERIENCE STATEMENT � SOUTIIWEST DIVISION Pr 'A7S NAFu?" Pump stmi'vi 109 and 143 IntinavUlne"Is Collier County Public UlifilWs Fityincrfing 3301 Taffinarni Trail East, Building 1-4 Sandy Stidlow Q. Grady Mintz & AsIvildater 3800 Via INA Rey Bonita Sp i o9z, Flondo 341:14 David Schmitt February 8: 2006 r I 2211,561.26 o TO F-I wap-aik Senlernlitir 29, 2006 L)ffdlLq-W1 rle'. Marra llil and Wamovialor lrerunwnj Plant Expansion - Phase I ImproVorn64ts Ovo p .. Add City Of Mateo island 50 Bald Lagl? ()live Marco Ifland, I't. 54145 Mr. Bruce Weinntein 2'39.3815182 _� J(L p_ kq%tjo-lr A rt�qs , - PIL pt CAM 9311 Coliepe Parkway Fort Myers, F L, 33019 Adam Srlblen!A4 239-437-9494 qmtrAgrAlt May 23. 200c, final qLA mAtirtf $0,787,283.47 Cunt plotion Dalt.� Jnn ia�y 17, . ' {t) - - - --------------- t-�.A.Branma.: Appurlenrincol; Fri yvr,11p, RO JOiN !rnln VVells 35 t 35 anci 102N M 'jMLyn4q_e _I _ ofL -A— cg_ coliter Goulliv Collier county Public U1,1111cs Lnginearing Public U141brns Gap 3301 *1 ormarrij I rao Last, fluilding H 8301 rarniarni I ralf Film, Sidliang 14 Naple&, f lorioa 34 112 Hovard Brogdon Peter So-baq Camp Dlessw & Mci(cv, lm. Haven & Savqer 9311 C(Alegu Parkway, Sulto 1 2101 Colpwinle F1oUlr-v;jrd. SUIR. 301 Fort MyCls, Flrv0A 33919 Roca Raton, Florida 33431 Adam So0olowain Alberi Muniz, 239-432-194114 Contract Dft_�: May 24, 2005 L.onir4LI M w Aught 16. "TOS Ln-� WI97,000 OU 5998,980 :97 Q'q1v1A) timiliate - January 27, 2006 , if 000 J;I 11c Y 2 P-f wn in �lh Aveinr pS jv, Nnrlf-. NC,WRF Rebuild filter Set I Civartand Faint 1: flier Beds Co$L-r County pr' Public Util'in?% K11( Ilnllrtlillg CuPoerr County 3301 Tanimmi I rilp East; Csuilsliny [I Public UtififiOU I's1 (111K)PI'llIrl DUl)0fIl1W9A Nurtltn%, 1:10lida 54112 1301 Tatinlarn! Trail EuT,1, Building H PQ(v 'k;hall Karen Guliani Hazen and smyrr 1905 SmAll 251h Str(;ct, Swile 103 Collor Colilly r0l I P,01C.0, rA,,,d3 :34947 Public U%uw�, Enq'i'loonnil D.pzirbncnf Albarl k1unq , rni Trad East, [4ti(dirwu 11 '1301 Twin Karen GLAMIll it, "OF, $1,01,000,00 2005 Omobpw 11, W106 f inr q can rur.,f llmtxrnt; $354ji17,00 . ...... . .. Dale, - , 14. , Packet Page -1005- I EXPERIENCE STAITMENT - SOUTHWEST DIVISION rag!Cj q_1P SC.WRF Rehatuhalion Piping miclituirn SIM-el Drainailt., traprovemonis Oder Central Collipr County Gity (if Bonita l3prioils Public Ularlips Login(w.riq 9101 f3onfla Hoach Road 9301 Tainfami Trill Easj, fluildlaq 14 Donitzi SprinflF, Flandq 34135 Naples., T:IoadLj 34112 Vjighn Wiliams 0 Gmdy Minor & Aafiwales Halo Wining; 3800 Via Del Rey 950 Encore they Borrow sprlrl05' Florida 341,44 Naple-, Florida 34110 David Schmitt 1", Ju..wpli 234J-254-2000 Novefnbor 21, 2UO5 September 1, 2DO6 521 7,00 W Fln411 ! $243,610:00 tfL.ni' L) n) nV3 L's) I —It July 12, 2006 Richview Opori Ofamage MairilviLanix 1.75 and Aliw Road lillarenango przant;lt, Cry of boolla spritips Ffojidii Department at I masp,,valgoul PutHic; WoWp Department Tallahn5spc, Florida D 101 Bonan Llvwi Road Borrila Spring-;. Florrd;i )•43 Contraclor. Erigifiev Tlroma!; Roylo City of 13.nho Sprijiq% Kirwil Aoullion, 239-412-2732 Public Works Dvparfmtiqf 450 Dividend DOW 16999 Jarv(:s Wflkltwad RWIO Peaclitioe city, (�Coijia Fort Myers, Florida 13 12 "Ll Q —Ir aa-p-'&L Decor fiber 27, 2005 17onlrirt D.,jo 0(-'lot'nr 5, "Mos Sl,?88,742,43 ,sta),1A LwLt)401"- janonly.-Io 2006 -Ciontr"GiA—M(Ant j LVMPLOINAUQIOZ .lung 2007 COlvai(Peolacninent in Ilia Rivet Oak:i, Prplecl, Mllraa' Twin Lakes interconritcl f'alry, Rive, Subdivisioo Golhol County G(illar county Managenrent sturalwatef Mallageiruillit lorv-'Mlo': Onve 7.085 f lomestme [,.)riv(. Naples, ( lOrldil 34104 Naples, Flundia 14104 Mal< arel Bishop Gonfralwo Nirolaci ngineer dd Pho, Colliel Clunly Agnal, harbor & Brundaqv- Inc. Stoyrmwaler Manaq�-,rnvni 740D TarniaM, T,aff North, Suite 200 Naples, Florida 34 1 Df; Rugar Gandws, Ap4l 4, 2005 C.o1rml 0OP) seplpnll)•?r 12, 2005 $,;76.642.50 Final QoqlM�, Ayj��ijjjt 57641,120.76 J_ July 8, 2005 _ Date; W11,11 1. 2006 Packet Page -1006- 2/14/2012 Item 13. B.1. EXPERICNCE STATCIVILNT,SOUTHWEST DIVISION EfAq R'TMP: S"(XOT' RfAllab Ruat'.kir #4 C011101'CoUnly Public Lllililk,% Planning & Projecl Managernwil 7301 Eant'larnwin Trail Naples, 11, 341112 (09) 75:t,4218 EnninApr - Adrj—" - Pi-- July 20. 200 51)7,400.00 5.,MYMh-) LlOfl-fltt!-e' 0tx;onlhar 3, 2009 Magnolia Pored (.)rjvtz Sh)fjjjwjjer linprovA jjljlntg Collier county qlorinviefe, uppi, eras S, H0!4+ hoo Drive Fl.. Val Prima (239) 252 ,5879 Q Guilty Minor X Assa,-,wtor 3600 Via Del Rey Hunna %prinqis, FL 34134 David Schmitt. F"L, (239) 947-1144 . HYL Jurw- 29, 1fn!:!.Let rxmn. (10 10 Bate,;, 2, 2007 jtn�-- Master I'Llnip Station 1()1 hj1pr(jVCnleljj5 ww --Pro-lo_d M4qNq!-: C011iM COWAY PL11311C 0141110S 2101 E. Tannami'l-raii. HldO 11 Naptus, FL 34112 (230) 252-12I,5 Agnoli, Bather & Inc. 74001'annarn, Trail N_ Ste, 200 f4aple., ri, :$41178 (23q) 5q7-31 11 00UP'W' !wg lZILkO, Malaer Pump Station 302 Reltabililanon Collies' County Public Utillfier Plann & Projer.1 Mantigoinent 3301 East Tarniann Trail Naples, FL 34112 7361 Z &2.4218 L.-funme—r 0. Grady IlAnor & A%sorblo,- P A, David Schmitt 3900 Via U01 Ray Bonita Sipprigs, FL a4134 Novarnbo.• IC), ?.t)(38 52,011,347,57 K�.,Stw Hliarrl,-WiLo- April 10, 2010 [ICU' wdPu w''M ReMbilliallon of Pump Station 302 Gninpitne 70ar out of existing pumps and piping. Installed 8 now 1100 14P pumps and aswcfated w" piping. Rypw;sed GannIMY PLIMP station With I 30,D00 (il'IA hypaSs sy,',Iorn in In extTern6 ligill conditions, . ...... . ..... Year A Sewer 01"Incts wastow"ller Lift Slolinns - Phase One and Two —Ph-n., Marco It-land Lifilities 50 Bald Ell& Dfivr, Marco IS-13111, FL 34145 James Millar, Public War" (23f)) 394-3890 6(jslrest'- • phone:, Boylk> Enginewing Corp. 4415 Motro Pkwy_ Ste. 404 Ft I'VIYOM, FL 33010 (2361278 -7996 R1 May 20, 2008 51.777A1115-54 C,qinplIL0qn Qp April Z3, 2010 ,, qoL inc-Ppi it-kix InVilledminforced canume viol weih;, valve vautlt,, master manholes, hatch covers & 12 -incli sanitary stwn from itinstet manholes to wet well IN it) lift stations_ . . ........... Poll of the Islarnis mmchanmal 6 Elvolriaol Work at Vlatei Well No .3 n yno ftjr Port of lint lnrind Community Improvefmvnt Disinc.] Hole Monte!-,, Inc. 950 Enwiv Way Naples, FL 34110 (239) 254-2O00 CN11faftl Darn Dowinbor 21. 20(19 ni �, , 16t),399.99 j'tw,C�qn --l-t-1 G June 2, 2010 �9001f±atut—)wl L11-019ni- L)V.'kCLVL'qn- MeettanICIII& Eleafiwl Srxk auSaciafCd with neon water wil NO, 3, including how well 1ximp, tonlrol valve, flow motor 2110 telemetry wrillurllon it, well No. Packet Page -1007- 2/14/2012 Item 13. B.1. l0veinher 30.'d)0w Amjiml fi. 2010 101 00UP'W' !wg lZILkO, Malaer Pump Station 302 Reltabililanon Collies' County Public Utillfier Plann & Projer.1 Mantigoinent 3301 East Tarniann Trail Naples, FL 34112 7361 Z &2.4218 L.-funme—r 0. Grady IlAnor & A%sorblo,- P A, David Schmitt 3900 Via U01 Ray Bonita Sipprigs, FL a4134 Novarnbo.• IC), ?.t)(38 52,011,347,57 K�.,Stw Hliarrl,-WiLo- April 10, 2010 [ICU' wdPu w''M ReMbilliallon of Pump Station 302 Gninpitne 70ar out of existing pumps and piping. Installed 8 now 1100 14P pumps and aswcfated w" piping. Rypw;sed GannIMY PLIMP station With I 30,D00 (il'IA hypaSs sy,',Iorn in In extTern6 ligill conditions, . ...... . ..... Year A Sewer 01"Incts wastow"ller Lift Slolinns - Phase One and Two —Ph-n., Marco It-land Lifilities 50 Bald Ell& Dfivr, Marco IS-13111, FL 34145 James Millar, Public War" (23f)) 394-3890 6(jslrest'- • phone:, Boylk> Enginewing Corp. 4415 Motro Pkwy_ Ste. 404 Ft I'VIYOM, FL 33010 (2361278 -7996 R1 May 20, 2008 51.777A1115-54 C,qinplIL0qn Qp April Z3, 2010 ,, qoL inc-Ppi it-kix InVilledminforced canume viol weih;, valve vautlt,, master manholes, hatch covers & 12 -incli sanitary stwn from itinstet manholes to wet well IN it) lift stations_ . . ........... Poll of the Islarnis mmchanmal 6 Elvolriaol Work at Vlatei Well No .3 n yno ftjr Port of lint lnrind Community Improvefmvnt Disinc.] Hole Monte!-,, Inc. 950 Enwiv Way Naples, FL 34110 (239) 254-2O00 CN11faftl Darn Dowinbor 21. 20(19 ni �, , 16t),399.99 j'tw,C�qn --l-t-1 G June 2, 2010 �9001f±atut—)wl L11-019ni- L)V.'kCLVL'qn- MeettanICIII& Eleafiwl Srxk auSaciafCd with neon water wil NO, 3, including how well 1ximp, tonlrol valve, flow motor 2110 telemetry wrillurllon it, well No. Packet Page -1007- 2/14/2012 Item 13. B.1. PH M EXPERIENCE STTATEMENT ,SOUTHWEST DIVISION f rnji,d N;lmv�;, Mackle Park Phase 3 (A) linprovrments Dwracr A[jc�a't ,s„- ,RrM,- lyl, Fat aver -Phan, e, City of Marco Wand 50 Bald Cagle Dove Marco Island, FL 34145 American Fntlioenring CturAitiants of Mtircn island. Inc 573 Onto Cagir, Drive Marco Kland, Fl. 94145 (239) 304 -1097 A I :it r January 19, 2010 Corti % n Amprint $240.100.1}0 ah i,t�n_j� -J' April 30, 2010 ct i]r.^caipltp�l rernvallons In Include; New asphalt walkway around lake„ new Id lighting, rarity lake+ fountain. now paligan sheitet I?rn et, {. Nar;�te; Wifiterberry Onvte 8 Soulh Heall+wood Drive Water Main Improvements wn �r „!n re t roJertiJvl„dn,�gg i {ng, cicy o1 Marr-o Islnnd 50 Rald F..agle Drive Marco Island, r1, 34145 Trrnolhy E. f'irltts, P.C., Public Works Director 239 380 -5000 Fnt inui�r�Adcirns;; - h�nt�: AL-COM Trdmical Services, Inc. 4415 Metro parkway, ';title 404 Marl Myers, FL 3; 9 1 b Alfretl .1. 10,01, PC. 239.2'78.79aG March 4. 2010 Fe at C':antnri nmaynC, Si3OABI,37 :on Iet �[7,i)e October 29, 7010 Atnagr�.Dr�,mnPh ur. 18” Interr.c nnect to 36" du";I00 Iran w7l(M-m ain Y1'daphsr .$6nc irxar n_s 5r ar n�tt$aU x ?s: 2' „nor cl J +anm-. itile of Gal ri - Irhoso I Wider Win Irnprpvnmr>%rtl5 t"twner - AdgD,,a, prQjeG�Urwt�rr - r'lmP.r.:. Collier County Putilic Ulillubs 3301 Tamianti Trail Cast Naples.,, FL 34112 Diana Dueri 23A- 252. 4218 i =nEenear _Ad . Ptl( nw David 5rrimitt. N.E. (1, Grady Minor 3300 "a Del Rory f antra Springs, FL 34104 ntiA)47.1144 inn r' }3ci ! Aprr129, 2010 Cin t�,,I t",rm(r�r�A, plgu GSIUC.080 3�5 S;ntttptt.00ap,t A10. January 2„ 7011 Pr ot:l tilpll m: Installkrlion pl flaw water distribution p €pekoe that connerin to the exisfin0 12 -mcla water Iransrnis%lon main ttud Pauli into UW !skis to Capri flow Collier Blvd. Intikrdps. InWaflatioa of approx. 4500 LF of 12” PVC and 45th) Ll' Of 6" PVC. Work alga ir9vdivtas installation at new smvice line:; and moss wrinechan devices w elci service loc.tlion, Along with Several 00W fiil'? Iivdrants and road f(Moratiart. MPS 104 Reclaimed Water Man, SulaP Gallinr County Public Utilities; _W1 E. Tarniami Irk Napier, Fl- 34112 Shanini $Fid}anr 239- 252-4285 xnt - _Addri?Sic - I7tttme. 01 Coley and Hansen 1567 H.Ayluy Law, Suite 2U Fan Myers, I t_ 339077 Kevin rin)ginron, P.E. 1:392 "l,G -9660 t2tI e: April 27, 2n 11 a£ 1 f. AmnUnt, $7,4f 008.8f1 lehnn U.atty January 21, 2011 t j'J�!.rslptfn ;l, - action at Appror,. 240 Lf of t G indi and 18 inch nod wkitnr noun :and irnprovcrnereta to a wa:,tf water t'g raagnn, lndut1in one tionzarrial directional drift ay crtacsing and all pipe, fifiantls, appurtonsutcex, vaivt!s, rhon to existing reclaimed water main, air Ifaciasx valve +.s, e n >racaalian, tasting, and placing newroc laimed main rind pumping raalicsn iniprovenacnts in sefvtctr. Packet Page -1008- 2/14/2012 Item 13.6.1. 2/14/2012 Item 13. B.1 r9PUZIENCE STATEMENT. SOUTHWEST DIVIS110N tL01 ,ri.Bhg1l,)L Irnmi ksilrrr G Cvrupladm lnlw5er*.liop ljopruvelnrAls [Inpash Crock Preserve Improvoolents A Oqu ;'. 6011tor County Vowd W Comnausrvncrs Lee Cotifity Doom of Covinly Cornmirsionem 3;3011 TartiLirritTroil Eatif P.O, Box age Nmples, Ft, 33412 Forl Myers. Ft. 33902-0398 t�nq Collier CO1JlgyTkCf14 T.Y. Lin InKornall"I 2085 1 turmiNbw Dr. 2400 Firs! St., Ste, 200 Napluo, rt, 34109 Fun Myers, FL. 33,401 Richard While Jr._, P.E. (239) 332-"465 August 2, 2010 `7 20MIK"LL)4—le I Clorninbor 14, 2010 Lin—al c2-n—tmc–,,t Zkmscsi mit, 590,109.03) �j LoLfpg.L6MV,0_1t' $1,035,426.46 E!n–n IS November 8, W10 June 10. 20 I I SubcontraCll AgrocumIrg rAh (101fAr fjoad, Inc Work al Popali Crook conaijitec of OQnstruction extorrial burins on Him sides of the 307 na• preserve, constructing same internal bmis in the South area, lowering the oxisting easr,wast bean (south Of tho inleremplor dorb), intualling 16 ":iod 48" RCIlls, channol excavation its part of Lake 1, sand C:PrnLni tip top insiallation, tip top instagalion, Sheet piling, Mir grife installation as well As other ousc, %totrit ---------- . . .. onprovoments. ..... - Pro --t,No ull Nwil, Cr mry WalarRuclarnalmn Facility . .............. . . . .............. . ... Leulllendry Cuunly Construction of r low WICA Ropirleerrient, Phase 2 I'lic-cliou VV6.11 Surface FrArillho" t',Alw( Cotimy Board of Cou'lly Cwtum',Jorrerr, Lee County Donal of County Cornroisswimrs 3301 East Tonlinfril 7tail P.0' Box Will Napless. FL 'x4112 Port rviyffr, f-L 33902-03ful1 Gf,jLldo Wsrilr. Sr Propcat hilqr, Keith Lipwold, solid, Wasin 239-533-8017 • Hole Monies MV01 Arnencas, Inc. 9,50 Encort. Way 14311 Wlropulis Ave_ Sit 101 Naples I'l, 34 110 Fort Myeru, I'l, 33912 239-254-2000 Gordon Kenar-Cly 2139-236-fx) I I May 21, 2010 nt (CCA. 2011 VIIZUU4.05 S1,455,00 00 (;urn Dmonro" C" 20 10 F-frn1jr, and wMall E0 Tank Construction Of a 2 an.m. iniimate Slorarjo Pond, in,,.laflanon of FuruaOi and mmall OX Ditcri CIQUhl(! containment I IDPF piping for Inans(w of tracnatt"t itirtollation of an injection wall and monitoring well, (mlafintion annulat P .... ure 1"nk fact withnil'09(m, inSuillaliun of monitoring well pumps, transducers appurtenances along will, tojectolv 1, n*NY, rion-clog, horizontal puogog. Ptojo-d also involvtjd uie;tallan6n of gig astrOciairmi oloclerual and tornplicotc-d irStrurrionlawn sytleir, it) enter too 089 fair, Winsw Of lAar'lulip from vatious Moraga ponds into the lh� injection weir Packet Page -1009- 2/14/2012 Item 13.13.1. CXKRIENCE STATEMENT - SOUTHWEST DIVISION Lokpm, Park Water Outility linprovomants ftigg Fact Naplai6Mol' anN Road Pomp Station Improvements Lar County [Inard of County Goinrnisslorref,. City of Nal-ilps • Flublic UtiljfiAf; Division P (), Box 398 300 Riverside Circle Fort 10yKii, FL 33902,0398 1-L 34102 Anura Kartina-Munn pave Graff 230-533-8111 AIM r=nUinoering & Surveying, Ina MOO Lou Blvd. 201 East Pine Street, Ste 1000 l.uhaji, Acres. Fl, 33971 Naptoz, FL-34102 Lou Flynn, P.E. Jennifer Woodall, PE, 2'30 - 332" -0500 407.1)'W-305 Q.-Pr1utmi QDim- April 26. 2011 �crytITA March, 2010 ql(,: $07.1105 ,00 IL q EMI Callf rjg:� S2,5W,uUO.00 robf ugly, 2011 Em= Di, Construcling two.addilkrim control sirunlulas (CS 4and 51 io enti.inito RPpIacernont of high izorvicm, pumps, installation of electrical currusit flow fintlerns arid redirceMognard zones at Ile north and south too"Is and roof rrinclutiomlionu, VF D InVollation, 6OOkW ends of fbe weal lake. The two existing control •irticlutes (C.8 I and 5) generator inst,911ntion as well as otrior inoclia"fedl, flir"clural, were modified by imlalliriq slide 93fe,, to fedme flow through these eleciricni arid improvements a( Iwo buDSW structures. The project also involved r1riating and gra(Ang of four ShIlions owsling spoil 1s4111ds ID create littoral sholves by the removal of exotic's and spoil triatenal and III(, ruaroinq of native vqetlancl Y(ffelalim *, Nmmlys rr!Oktxj t,o,,� st"tff-M; Ir 11,0,� Packet Page -1010- 2/14/2012 Item 13. B.1. 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: TOTAL Failure to complete the above may result in the Bid being declared non-responsive. Company: Douglas hLHig q i i _ n—s 1q q., Signature: Date: 11/10/11 18 Construction Services Agreement: Revised 6/112011 Packet Page -1011- *#ft� Trench Safety Units of Unit Unit Extended Measure Measure (Quantity Cost Cost (Description} • IE-S-11 L 2. ........ .... . ... .... . ...... ... 3. --- - --- ---- ------- ........ ... 4. . ...... . . ...... . 5. TOTAL Failure to complete the above may result in the Bid being declared non-responsive. Company: Douglas hLHig q i i _ n—s 1q q., Signature: Date: 11/10/11 18 Construction Services Agreement: Revised 6/112011 Packet Page -1011- *#ft� 2/14/2012 Item 13.B.1. Immigration Law Affidavit Certification Solicitation # and Title:111-5705 Gateway Triangle Residential Area Tertiary Stormwater System improvements This Affidavit is required and should ba� signed, notarized bymn authorized principal of the firm and submitted with formal Invitations ~ Bid (ITB's) —dRequest for Proposals (RFP)oubmittals, Further, Vendors /Bidders are required ned to enroll in the E-Verifyprogram, and provide acceptable evidence oftheir enrollment, st the mneof the submission ofthe vendo/s/b)ddm/spropoas8. Acceptable evidence consists ofa copy of the properly completed E4mrifyCompany Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. LaLfl_ureto Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized elien workers, constituting a violation ofthe employment prmvnion contained in8U.S.C, Section 1824o(e) Section 2T4A(e) of the Immigration and Nationality Act ("|NA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the|NA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall bo grounds for unilateral termination wf the contract by Collier County. Vendor attests that fully compliant immigration laws (mped�ooUyhothe 1909 Immigration /�t '' ,'~ ~ ~ ~�~'- w�h#heprovisions d fU Understanding �with "'�"~~~^x~~^ '''^ '^ —~~'^'---"�--�— comply — E-Verify and to provide proof of enrollment m The Employment �/J»/ VehMoationD y""="(`-"e'^' ) ' operated bythe Department of Homeland Security in partnership with the Social Security Administration at the time of submission ofthe Vendor's / Bidder's proposal, Company Name Print Name Kelly A. Wilkie //nw Vice President - Signature 11 _ State of Michigan County of Washtenaw The foregoing instrument was signed and ally wn as identification. Q�dnt or Type Narne) (Type of identification and Number) Notary Public Sig' nature Printed Narne of Notary Public 4,3,117-ANWE HAWKER iok, Expires Wr 7, 2D17 The signee of this Affidavit guarantees, os evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. /n Consti-tiction Services Agromnprit: Revised anoo 1 Packet Page -1012- 2/14/2012 |he00 133.1. -Fy Company UD Number, 3G4O82 THE E'VER|FY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHQR[TY ThLo Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DI-IS) and Wouglas N. Higgins, Inc. (Employer) regarding the Erriployer's, participation in [tie Employment Eligibility Verification Prograrn (E-Verify). This MOU explains certa in features of the E-Verify program and enumerates specific responsibilities of 131-IS, the Social Security Administration (SSA), and the Employer, E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all riewly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act. of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat, 3009, as amended (8 U.S.C. g 1324a note). AuV)ohh/ for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verifiaition', of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as o "Federal contractor with the FAR E-Verify clause') to verify the aonp|oymm,d eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 1298S.asamended. ARTICLE 11 FUNCTIONS TOBEPERFORMED A. RE OF SSA 1. SSA agrees to pi-ovide the Employer with available information tljata�llovvs the En-sployer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOUaod the employment authorization of U.S. citizens. 2. SSA agrees to providwho1he Employer appropriate assistance with operational problems that mny arise during the Emp|oye/u participation in the E'Vehfy prnQnam. SSA agrees to pmv|go the EmpNyervviUh namea, tit|eu, mddrmmsea, and telephone numbers of SSA representatives to be oontacted during the E-Verify pnnoesp. 8 SG 4�� � � �h the E )rocedures, and to limit access to such information, as is appropriate by law, to program I individuals msponsible for the verification of Social Security Numbers and for evaluation of the pmge1c),,n|E-v=rif/suu 'or e~nwyc-�r| Rev om"rwtre, WWW.dhm.gnv0E4ArVy Packet Page -1013- Company UD Number, 3G4O82 THE E'VER|FY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHQR[TY ThLo Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DI-IS) and Wouglas N. Higgins, Inc. (Employer) regarding the Erriployer's, participation in [tie Employment Eligibility Verification Prograrn (E-Verify). This MOU explains certa in features of the E-Verify program and enumerates specific responsibilities of 131-IS, the Social Security Administration (SSA), and the Employer, E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all riewly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act. of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat, 3009, as amended (8 U.S.C. g 1324a note). AuV)ohh/ for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verifiaition', of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as o "Federal contractor with the FAR E-Verify clause') to verify the aonp|oymm,d eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 1298S.asamended. ARTICLE 11 FUNCTIONS TOBEPERFORMED A. RE OF SSA 1. SSA agrees to pi-ovide the Employer with available information tljata�llovvs the En-sployer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOUaod the employment authorization of U.S. citizens. 2. SSA agrees to providwho1he Employer appropriate assistance with operational problems that mny arise during the Emp|oye/u participation in the E'Vehfy prnQnam. SSA agrees to pmv|go the EmpNyervviUh namea, tit|eu, mddrmmsea, and telephone numbers of SSA representatives to be oontacted during the E-Verify pnnoesp. 8 SG 4�� � � �h the E )rocedures, and to limit access to such information, as is appropriate by law, to program I individuals msponsible for the verification of Social Security Numbers and for evaluation of the pmge1c),,n|E-v=rif/suu 'or e~nwyc-�r| Rev om"rwtre, WWW.dhm.gnv0E4ArVy Packet Page -1013- 2/14/2012 Item 13.13.1. Company H]Nunmber: 364882 by the S.C.§ 552a), the Social Security Act (42 U,S.G.1306(a)).and SSA regulations (20 CFR Part 401). 4. SSA agrees ho provide amemneofaulomabad verification that is designed (in conjunction with DHO's automated system itneoemsery) to provide confirmation or tentative nonconfirmmt|on of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. G. SSA agrees Ua provide m means uf secondary vorification (.including updating SSA records ao maybe for employees who contest SSA tentative nonconfirma1kona that isdesigned to provide final confirmation or nnnoonfinna8on of U.G. citizens' employment eligibility and accuracy of SSA records for both citizens and rion-citizens within 10 Federal Government work days of the dote of referral to SSA. unless SSA determines that more than 10 days may be necessary. In such cases. SSA will provide additional vetification instructions. B. RESPONSIMLITIES OF DIAS 1. After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this K8OU: ^ Automated verification chocks on employees by electronic means, and * Photo vorificalion checks (when available) on employees. 2.DHB agrees to provide to the Eniploye/oppmpriate assistance with operational pmblemothat arise may during the Employer's participation in the E4erifypmgram.DI-IS agrees to provide 'the Employer names, UUeo, addeosao, and telephone numbers of DI-IS representatives to be contacted during the E-Verify process, 3. DI-IS agrees to make avoknbhy to the Employer at the E-V rify VVwb site and on the E-Ve/(y Web bnmwner, instructional matedabon E-Verify po|icieo. procedures and requirements for both SSA and DHS, including restrictions on the use ofE-Vodfy. DHB agrees to provide training materials on E-Verify. 4.DH8 agrees 'to provide We Employc,,r a notice, which indicates the Employer's parti(;ipation in the E-Verify program. DFIS also agrees to provide to the Employer anti-discrimination notices iSSLied by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S, Department of Justice, S� OHS agiees to issue the Employer a user identification number and password that permits the En,iployer to verify Information provided by ernployees with DI-IS's database. G. OHS agrees hzsafeguard the information provided to DMS by the Employer, and to Unit ecoena to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E'Verify program, or to such other persons or entities as may beauthorized by applicable law. Information will he used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Packet Page -1014- 2/14/2012 Item 13.13.1. Company ID Number- 364882 Nationality Act (|NA) and Federal criminal laws, and to administer Federal contracting requirements. 7 . DHS agrees to provide a means ofautone�dved�oabon that is designed (in conjunction with SSA verification procedures) 10 provide confirmation or tentative nonconfinnoUnn of employees' employment eligibility within 3 Federal Government work days of the initial inquiry, 8 . DHS agrees ' �dee -meenouf d 'hficet ion(including updating DHS records ou may be necessary) for employees w h o contest DHS te totive nonoonfinncdiona and photo non- match tentative nonconfiot|onn that is designed to provide final confirmation or noncon5mnaUon of the am' 'nymeo' employment ment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases. DHS will provide additional verification instructions, C. RESPONSIBILITIES OF THE EMPLOYER 1, The Employer agrees ho display the notices supplied by OHS in a prominent place that is clearly visible to prospective employees and all employees who are to bo verified through the system. 2 The Employer ogneao to pnmNatothe SSA and DHS the namem, dVeo, addresses, and t��e�hooe numbers of the Employer representatives toba contacted regarding E-VerUy. 3. The Employer agrees to become famili;ar with and comply with tile most recent version of the E-Vehfy User Manual. 4, The Employer agrees that any Employer Representative who will perform employment verification queries will complete the erify Tutorial before that individual initiates any queries. ,Employer ~sthataUEmp|oyorr*po:mentativeswiULske1herefroahn,(utoha|s initiated Ly the E' rdyprogramasaonndKinnofnondnueduoaofE/Vehfy. B. Failure to complete e refresher tutorial will prevent the Emp|oye,hom continued use of the program. S.ThaEmployeraQreoatnnomplywNhounentFurm|-9pnocedures.vvilhkwoexoapUons: - If an employee presents a "List B" identity document, the Employer agrees to on}y accept ''|isiG° documents that —contain o photo, (List B documents identified inGC.F.R. §274m-2(h)(1XB)) Call be presented during the Form |-Q process to establish iden*y.) If an employee objects to the photo reqUirernent for religious reasons, the Employer should contact E-Varifysd888-4G4-4218. ^ If all awolovoe presents m DHS Form 1-581 (Permanent Resident Card) or Form 1-788 (Employment Authorization Document) to complete the Form 1-9, the Employer �igrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-0, The pi,lotocopy must be of sufficient quillty to allow for verification of the photo pagc-,xofm|c-V"rifvmou for e"plovm|n*wmo uoxoyo1mo wxw.dhs.guv/E-Veriiy Packet Page -1015- 2/14/2012 Item 13. B.1. Company ID Number: 364882 and written information. The employer Will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List 8 and List C, documentation to complete the Form 1-9. DDS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2745 of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify. (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DFIS if it continues to employ any employee after receiving a final nonconfirmation, and is SUbjeCt to a civil money penalty between $550 arid $'1,100 for each failure to notffi/ DDS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if tho Employer continues to employ an employee after receiving a final nonconfirillation; and (5) no person or entity participating in E-Verify is civilly or criminally liable Linder any law for any action taken in good faith based on information provided through the confirmation system. DH reserves the right to oonduot Form 1-9 and E-Verify system compliance inspections during the course of E-Verify, as well as to conduct any other enforcement ar.tivity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after the Form 1-9 has been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify Clause, the F-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before file employee has been hired and the Form 1-9 completed. If the aUtOnl2ted system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8, The Employer agrees not to use E-Verify procedures for pro-ernployment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU, Employers must use E-Verify for ail new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article ILDA.c. Except as provided in Article ILD, the Employer will not verify selectively and will not verify employ-Des hired before the effective date of this MOU, The Employer understands that if the Employer Pot,',Ie- 4 of 13 1 EA/0-iji't, MOU for Rrriploye!r I Revi-6ion Date DMV09 %Arww.dhs,9ov1E-Verj-#y Packet Page -1016- 2/14/2012 Item 13.13.1. ' | � Company nJ Number: 364882 uses the for o��v�anoeoNto�o bym�MOU.�e Employer c'"="v"�~=''' ' ~'� '—,---' and termination of y access to SSA and OHS may be subject to appropriate legal action termination its information pursuant to this W1OU. 9, The Employer agrees to follow appropriate procedures Article ||| below) regarding tentative, nonconfirmatiolls, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral inStrUCtions i to employees, allowing employees to contest the finding, and r1ol taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative rionconfirmatioll based upon a photo non-match, the Employer is required to take affirmative steps (see ArLicle 111,13. below) to contact DHS with information necossary to resolve the challenge 10. The Employer agrees not 1otake any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request §274a1(U) thatUle mnp\»yeo is not work authorized. The Employer understands that an initial inability of the SSA or uF| G automated verification system to ve* vork audlohzotion, a tentative nnnconfinnobon, s caaa in continuance (indicating the need fo r additional time for the the finding of a photo nonmmcn doouno1o�abh�h . and government to resolve a case�, or 'k authorized, In any of the should not be interpreted as evidence, that the employee is not wol (-,aqes listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, tile employee may not be terminated or suffer any adverse 1,111ployrnent coil sequences based upon tile employee's perceived employment eligibility Status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract oi other assignment, or otlicltwise subjecting an erriployee to ally assumption that he or she is Unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirniation has been iSSUed. if the employer-, does not choose to contest a teritativia [loll confirmation or a photo non-match or a a secondary verification is completed and a final rionconfirmation is issued, then the Employer can find tho employee is not work authorized and terminate the employee's employrnent, Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- �— —-g—ramply with h Tide VII of tile Civil Rights A� of f 1884 and n d section 11 The Emp|oyer ao 27* B of tile |NA, as apaiumb|a ' by not d}xchmin38ng unlawfully against ally individual in Nrmg, firing, or«acru|tme niorrefema|p raotiresheoeumaofhioorharnaUona|ohg\nor,indlenomecum protected |nomm«m| as defined in section 27413(a)(3) of the |NA, because of his or her citizenol-iistatus. The Employer understands that Such illegal proctioeanan include selective verification ur use o/ E'Vadh' except as provided in part Dbelow, n[d|ooharging or refusing to hire employees because \Ueyappeal' or sound ,foreign" or have received tentative nonconfirmotionu The Employer funmcrunderstands ^' sdany «. olitionof tile unfair immigration- related employment pnacdo~ a provisions in section 2748 of the \NA could subject �b e Employer to civil penalties' back pay awards, and other sanctions, an d WcJahonwo[T��VUoou|unu��o tile Emp|oy*( to bock Pay awards, compensatory and punitive damages. Violations ofeither seoL\on274Bo(the \NAo[ Title y)| m ay also lead to the termination of its participation in E- em,,:am\c-VomrDAoom"smpmyc",im,Asmnuulw wwe.dhs. Packet Page -1017- � 2/14/2O12 Item 1q.[3.1. Comparty ID Number: 364882 Verify. If the Employer has ny questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 1%' The Employer agrees to record the case verification number oil the Form 1-9o, to print the screen containing the case verification number and attach it to the employee's Form The Employer agrees that it will use the information d receives 0om SSA cvDHS pursuant to E-Verify and this MOU only to confirrn the employment eligibilhy of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it, (Such as PINS and passwords) to ensure that it is not used for ally other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are aothorized to perform the Employer's responsibilities under this MOU, except for such disse-i nination as may be authorized in advance by SSA or DHS for k?gitimate purposes. 14. The En�d syacknow�dgesUns the informat�nwh�hbnsce�aofnon SSA � governed by thmPhvany— Act '(5U.S.C.§652a(i)(1) and(3))mndthe800ia|8ecurity Act (42U.S.C,1JD6(a)). and that any person who obtains this information under false pretenses or uses it for any Purpose other than as provided for in this MOU may be SUbjecl to criminal penalties. ~- 15. The Employer agrees 10 cooperate with DHS and SSA in their compliance monitoring and �~ evaluation ofE-Varify' including by permitting DHS and SSA, upon reasonable notice, to review Forms 1'8 and other employment records and to interview itand its employees regarding the Employer's use ofE-VeAfy. and to respond in a timely and aocucate manner to DHS requests for information oa|atinQ(o their participation |nE-Varify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E~VERIFYCLAUSE 1. The Employer understands that if|iisasubject to the employment verification terms in Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee assigned to tile contract and all new hires, on discussed in the Supp!ernen\a| Guide for Federal Cont,00tpna. Once an employee has been verified through E-Verify by the Employer, the Employer may notraverifythe employee thmUghE-Ve,|k/. m. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions ofthe E-Ve,iftj User Manua|for Federal Contractors and the E-Vahfy Supplemental Guide for Federal Con1naoiors. b. Federal contractors with the FAR E'Verify Clause aQnam to complete a tutorial for Federal contractors with the FAR E-Vehƒyclause. c. Federal contractors with the FAR E-Verify deueo not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify ed the time of contract award must enroll an a Federal contractor with the FAR E-Verify in E-Verify 30 calendar d of contract award and, m�hin 90 days nfennmDm '/K. begin to Use E~Vwdfy to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, 6M Packet Page -1018- Company ID Number-, 364882 whether or not assigned to the contract. Once the Employo-r begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR &Verify clause, tile Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in E-Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employers that are already enrolled in at the time of contract award but are not enrolled in tile. system as a Federal contractor with tile FAR E-VerifY clause: Employers enrolled in E-Verify for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United $tales, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify CI@USe, MLISt update E-Verify to indicate that they are a Federal contractor with 'the FAR E- Verify clause within 30 days after assignment to the contract. If the Employer is enrolled ill E- Verify for 90 calendar days or less at the time of contract award, the Employer Must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are woil�ing in the United States, whether or not assigned to the contract. Such VerifiC@ti011 of new hires must be initiated within 3 business days after the date of hire, An Employer enrolled as a Federal contractor with the FAR E-Verify Clause in E-Verify Must initiate verification of each employee assigned to tile contract within go calendar days after date of contract award or within 30 days after assignmont to the contract, whichever is later, e. Institutions of higher aducodon. State, local and tribal governments and eunabeu: Federal contractors with the FAR E'Vorify clause that are institutions of higher educeUon (as defined at 20 U.S.C. 1001 (a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing Linder m takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing ernployeess assigned {othe Federal contract. Such Federal contractors with tile FAR E'Ver|fy clause may, hovvever, e|eo\to verify all new hires. mnd/u,a|| existing employees hired after November 6, 1A88. The provisions of Article |LD. paragraphs 1.oand 1.bof this k80U providing timeframes for initiating enup|oymant verification of employees assigned to e ooninao( apply to such institutions of higher education, State, local and tribal governments, and auna0ey. f. Verification of all Upon enrolli-nent, Bnkoy who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers 111LISt elect to do so only in the manner designated by DHS and initiate E- Verify v(,-riflcation of all existing employe-3s withill 180 days after the election. g. Form |-9procedures for existing employees of Federal contractors with tile FAR E- Verify clause: Federal contractors with the FAR &Verify claLlse may choose to complete rieW Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to ;initiate E---Verify vcrification of existing enlployees who are not COMPIC-tely CXeMpt a; long as that Form 1-9 is complete (including the SSN), complies with Packet Page -1019- 2/14/2012 Item 13.13.1. F-Verify.- � Company ID Number: 364882 expired, Employer has Article II.C.5, the employee's work authorization has not reviewed tile information reflected in the Form 1-9 eithor in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U,S. citizen), if the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN cLr is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section I of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects docurnentation (such as a U.S. passport or Form 1-551) that expired sub5eqLlent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article ll,c.5, subject to any additional or superseding instructions that may be provided on this SUbjeot ill tl-le ,3upplemental Guide for Federal Contractors. Nothing ill this section sh,,.fll be construed to require a second verification using E-Verify of any assigned elliployee who has previously been verified as a newly hired ernployee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause, 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its contract or subcontract, and "'= Employer ^"r~�~ consents — to the release of information relating to compliance wwith its ' `~'^' cabon responsibilities under this NOU to contracting officers or other off icio\e authorized to review the En ploym ' compliance with Federal contracting requirements. ARTICLE Hl. REFERRAL QF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1 If the receives etemba�venonconfrmaton�eumdbySSA.�heEmp�yermus print tile notice, as directed by the E-Verify system and provide it to the employee so �'"r�,"' � � that the en-iployee may determine whether he or she will contest tile tentative nonconfirmation, Tile Employer must reviewthe tentative nonconfirmation with the employee in private. 2' The �^"~~x~' mj ^ '-- --'-'--to SSA field offices only as directed by the automated system based on a\entati»n nonr»nnnnanion and o�y after the Employer recp�athe case verification number, reviews the input to detect any transaction errors, and determines that the employee, contests tile tentative nonconfirmation. Tile Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do mo. The Employer will � U de�rminavvhetharthe employee onnLemts tile {entodvw oonoun nna on as soon as possible after the Employer receives it. 3ref }fthaemp|oyee con tests an SSA hantetivonon con Yrmation. the Emp|nye,Vv ill provide the o^p|oyeswth a syatem'genorotedrefera\|wMerandinx\mdtheamcdoyeetovisitanBSA o"nevoithin8Fedm/sdGovernmentwurkdoys'GGAw||}e\etronioeUwtnanwmiitheresuKuftha w°-rra|\oUhe Employer within 10 Federal Government work days of the re0»,na| un|eaa it �qa�umm|�Vei ify NAOLI jor �-nn.ployer|Pevision Dale 09101109 www.dhs,gov1E-Vee" Packet Page -1020- � Company ID Number: 364882 expired, Employer has Article II.C.5, the employee's work authorization has not reviewed tile information reflected in the Form 1-9 eithor in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U,S. citizen), if the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN cLr is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section I of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects docurnentation (such as a U.S. passport or Form 1-551) that expired sub5eqLlent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article ll,c.5, subject to any additional or superseding instructions that may be provided on this SUbjeot ill tl-le ,3upplemental Guide for Federal Contractors. Nothing ill this section sh,,.fll be construed to require a second verification using E-Verify of any assigned elliployee who has previously been verified as a newly hired ernployee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause, 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its contract or subcontract, and "'= Employer ^"r~�~ consents — to the release of information relating to compliance wwith its ' `~'^' cabon responsibilities under this NOU to contracting officers or other off icio\e authorized to review the En ploym ' compliance with Federal contracting requirements. ARTICLE Hl. REFERRAL QF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1 If the receives etemba�venonconfrmaton�eumdbySSA.�heEmp�yermus print tile notice, as directed by the E-Verify system and provide it to the employee so �'"r�,"' � � that the en-iployee may determine whether he or she will contest tile tentative nonconfirmation, Tile Employer must reviewthe tentative nonconfirmation with the employee in private. 2' The �^"~~x~' mj ^ '-- --'-'--to SSA field offices only as directed by the automated system based on a\entati»n nonr»nnnnanion and o�y after the Employer recp�athe case verification number, reviews the input to detect any transaction errors, and determines that the employee, contests tile tentative nonconfirmation. Tile Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do mo. The Employer will � U de�rminavvhetharthe employee onnLemts tile {entodvw oonoun nna on as soon as possible after the Employer receives it. 3ref }fthaemp|oyee con tests an SSA hantetivonon con Yrmation. the Emp|nye,Vv ill provide the o^p|oyeswth a syatem'genorotedrefera\|wMerandinx\mdtheamcdoyeetovisitanBSA o"nevoithin8Fedm/sdGovernmentwurkdoys'GGAw||}e\etronioeUwtnanwmiitheresuKuftha w°-rra|\oUhe Employer within 10 Federal Government work days of the re0»,na| un|eaa it �qa�umm|�Vei ify NAOLI jor �-nn.ployer|Pevision Dale 09101109 www.dhs,gov1E-Vee" Packet Page -1020- 2/14/2012 Item 1 3. [3 . 1 . Vermfy,,,-- Company VDNwmbe�364882 determines that more than 1Odays is necessary, The Employer agrees to check the E-Verify system regularly for Case updates. 4. The Employer agrees not to oak Ulo employee to obtain a printout from Ua+ Social Security Number database (the munddend or other written verification of the Social Security Number frorn the SSA. B. REFERRAL TODHS 1. if the Employer receives atentative nnnuonfi/madun issued by print the tentative nonnonfinnmMon notice as directed by the E'Verify system and provide it to the employee so that the may determine whether he or she will contest the tentative nonomnfinnahon. The Employer must review the tentative nonconfinnation with tile employee in private, 2.K the Employer finds a photo non-match for on employee who provides adooumen for which the automated system has transmitted a pho1m, tile employer muot print the photo non-match tentative nonoo nnmbon notice on directed by the automated system and provide K to the mnnp|oyau ao that the employee may determine whether he or she will contest the finding, The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nmnoonfirmsdiun received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. Tile Employer will determine whether 'the employee contests the tentative nmnconfinnaUon as anon as possible after the Employer- receives it. will .1. If the employee contests a tentative nonconfirmation issued by DHS, tile Employer provide the employee with a referral letter and inStrUCt the employee to contact DHS through its toll-free 110tlille (aS fOUnd oil the referral letter) within 8 Federal Government work days. 5.|fthe employee contestsotenhativen0nonnfinnwbonbmseduponophokonnnmatch.Uhe Employer will prpvNetheemployenwithareferralettertoDHS.DHSwiUolectn>Dicallytnonsmd the remu|iu[tha referral iothe Employer within 10 Federal Government work days oftile referral unless ilk determines that more than 1U days is necessary. The Employer agrees to check the E- VerifyaystemxaQo|ady(nromoeupdabes. G.TheEmpbyorageastha(ifanennpoyeeconkad<,mhyntadvenonoonfinnationbasedupnna photo non-match, the Employer will send a copy of the employee's Funn 1-551 or Form 1-766 to DHS for review by: ^Smanningand Uploading the document, or `Sending a photocopy of the document hy all express mail account (paid for at amp|oyerexpenma). 7, If the Employer determines that there is a Dhoto non-niatch when comparing tile photocopied Ust B document described in Article 11,C.5 with the image generated in E-Vorify, the Employer MUSI foiward the employee's documentation to DHS using one of the means described in tile preceding paragraph. and allow DH-S to resolve the case 11,1, www.dIis,gokdE-VeHfy Packet Page -1021- � 2/14/2012 |fBm 13.B.1. Counpany ID Number: 3641382 ARTICLE IV SERVICE PROVISIONS nd$r this MOU. SSA and �-will not |oi` for prov idi' equipment needed ton�akeinquiAes. |o access E- � for verification services performed u /e�`'Employer m `will need a personal computer with Internet access. ARTICLE V P4RTE$ A This AOUiu" - effective upon the signature of all parties, and shall continm3\neffect for as long as the SSA and DHS conduct the - Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party 30 days prior written notiuetothe others. Any and all system enhancements \nthe I---Verify program by QHS or SSA, including but Dot limited to the E~erifv checking against additional data sources and instituting new verification pronaduras' Will be covered tinder this 8OU and will not cause the need for o oupp|ennmnta| kOU that outlines these changes, DH8 agrees to train t-n-in employers on all changes made to E- Verify through the use of mandmtory refresher tutorials and updates to the E-Verify User Kenua| ' the E-Verify User Manual for Federal Contractors or tile E-Verify Supplemental Guide for Federal Contractors, Even without changes to E,Verdfy, DHS reserves the right to require employers to take mandatory refresher tutorials, An EmployerUho\ is m Federal contractor with the FAR,E-Veify clause may tennhnmba this M0U when the Federal contract that requires its paNuipaUon in ^ ^~'''` i� terminated or completed, In such o oirnum�mnue. the Federal contractor with the FAR E-Verify clause mu st provide wh��o notice DHS ' Kan Employer that is Federal contractor with the FAR E-Vedfy clause fails io provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the iennm of this kOU that apply to participants that are not Federal oo/1t|actom with the xFAR E~Varify clause, and, will be required to use the. E,Verify procedures to verify the emp\ mymo pt n{ig/u |U\y of all newly hired employees. B . Notwithstanding Article V -part - A this kOU. OHS may terminate this kOU if deemed necessary because of the requirements of law or pnUcy , or upon a determination by SSA or DI-IS that there has been ~ breach system ote ityneeouih/ by the Employer, u[mfoHu,e on the part xf the Emp|oyerhz |�h established procedures or legal requirements. The Employer understands thalifh|s a Federal contractor with the FAR E'Vedfy clause, termination of this MOU by any par-ty for any reason may negatively affect its performance of its contractual ~' `-''- or - SSA and ' ilitiee tinder this MOU may be perlormed by contracto¢s). and SSA and OH8 noy @djUSt vohfcabon responsibilities between -each other as they may determine necessary. 8y separate agreement with MIS, SSA has agreed to perforril its (empnnsibiDbesao described in this /NOU. I- r�emwm1s�em;�ouwsmvmva |no,�v c��omu,xm �vmw�hs �� Packet Page -1022- 2/14/2012 Item 13.13.1. / E-Venry.- . � Company 7B Number: 364882 benefit, / D. .~~..=— this —~~ is intended, _ _—___ construed, __ — create ' ~ / eubstanUve at procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, oromp|oyees. E. Each party ohn|| be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this yWOU, whether civil or criminal, and for any liability whorefrom, including (but not limited to) any dispute between the Employer and any other person or entity | | regarding the applicability of Section 403(d) of llRlRA to any action taken or allegedly taken by . ! the Employer. | } F. The Employer understands that the fact of its participation in E/Verify is not confidential | information and may he disclosed as authorized or required by law and OHS or SSA policy, /ndud/ng but not limited {o` Congressional oversight, E-Verify publicity and media inquiries, | determinations of compliance with Federal contractual requirements, and responses to inquiries ' under the Freedom uf Information Act (F0A). � G Tl�efooaQu|ng�unstdutesth�fuU�greemontnominou�ertbe��een�H�andtbeEmp�yec ' G. ! H. The individuals whose signatures appear below represent that they are authorized to enter into this iN[)Uon behalf pf the Employer and OH8respectively, i Packet Page -1023- hify ■ 2/14/2012 Item 13.13.1. Company ID Number: 364882 To be accepted as a participant in E-Verify, you should only sign the Employer°s Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. f ,g� 12 of 1, qify 1�,jc.)Lj f,,)r J� trL 001011 9 ,,vww,dhs,gov/E-Very ,� I t�-VL - mplayer I Revision N-1 , 0 Packet Page -1024- 2/14/2012 Item 13.B.1. 1 M-011,10FOWY,— Company ID Number- 364882 ...... . . .... North American Industry Classification Systerns Code: 237 Administrotor Number of Em lovees: 20 to 99 Number of Sites Verified for; 4 Are you vcrill'no for wore than I site? If yes, please provide the number of sites verified for ill each State: MIC1.11GAN FLORID;\ 3 sites) information relating to the Program Administrator(s) for your Company Oil policy questions or operational problems: N;1111c: Kdb, A Wilkie Telephom, Nunitivi: (1734) 996 -'MOO E-imil ALI'Arcm� kAl, coil] Nan ic: It stizaltne Hawker Tv1q)bvjw N Irnb r (734) 996 - 95010 l'-Trivil Ac1,hvr;-;: Fux NwllbxI: (7 "34) 9.96 - N4-NO Fa-\ (734) 996 - 5ASO N'Igr" 13 CA 13 1 F: -V; fry MOU fOr Emptoyrr I rliwislon 0910110E) vvww. d jig. cov /!E-Verify Packet Page -1025- 2/14/2012 Item 13. B.1. COLLIER COUNTY SOLICITATIONS SUBSTITUTE W 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name DoLiAIBS (as shown on income tax return) Business Nafne same -- (itdifferent from taximyer name) Address �L 3aQjr_ay"s� I �oi ntQ-R- _dSte. A City Ann Arbor _ State _M I . .... . Zip Telephone FAX 734-996-8480 Email #a_nti@dLnbjg_Q1ns.corTl Order Information Address Ats City jp[qk_ State IL_ Zip 341,04 FAX. 239-774-4266 Email IlLaLi�b@_cLnt gins.com 2. Company Status (check only one) Individual Sole Proprietor _Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Remit/ Payment Information Address 4485 Fnierrrise Ave City Naples _ State. _LL Zip 34104 FAX 4-4266 -- Email krap , gins.com qy�@dnhig Li Partnership Enter the tax classification _r)km, emmlnrl FWitv. C = Comoration, P 3. Taxpayer Identification Number (for tc ix reporting purposes only) Federal Tax Identification Number (TIN) who do not have a TIN, will be required to provide a social security number prior to an award of the ...... . ........ ....... 1 I 4. Sign and Date Form Certification; Under Penalties of poijuly. I certify that jhv information shown on this 10"77 is can-E71 to 117Y knOW10C Signature j Date 110111 Title Vice President -Phone Number 734-_920 J5Q0 __ Packet Page -1026- 20 Construction Services Agreement: Revised 0/112011 2/14/2012 Item 13. B.1. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a firriely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within one hundred eighty (180) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Michigan County of Washtenaw Kelly A. Wilkie being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are rnade on behalf of such Bidder and that this deponent is authorized to make them. Kellv A. Wilkie , also deposes and says that Tt has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid, that the statements contained herein are true and correct. 21 Construction Services Agreement: Revised $/112011 Packet Page -1027- go &M OR 2/14/2012 Item 13. B.1. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Michigan , which operates under the legal name of Douglas N Higgins Inc. , and the full names of its officers are as follows' President— Douglas N. Higgins Secretary R. _Suzanne Hawker Treasurer— R. Suzanne Hawker Vice President— William D,, & Kelly A. Wilkie The K is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken May '15. 2011 . ....... a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co-Partnerstfip The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is operating under a trade name, said trade name is Packet Page -1028- and if 22 Cl(gistruction Services Agreement. Revisod 611=11 2/14/2012 Item 13. B.1. Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED 11/10/11 Legal entity BY: Douglas N. Higgins, Inc. Witness Narne of Bidder (Typed) J Witness hin, at urj Vice President Title STATE OF —Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this _10th day of - November _._, 2011, by ­Kelly A. Wilkie as Vice President -- of Douglas N. Higgins, Inc. a Michigan . corporation, on behalf of the corporation. He/she is personally known to me or has produced —Personally Known as identification and did (did not) take an oath. My Commission Expires: �. C'U'Lfw4E HAWY0 M1 aaw� """JShWT** wty, N0�3411 "V 1 11 r , 17 NAME: (Signature df , Notary) R, Suzanne Hawker (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: 23 Constrtiction Services Agreement. Revised EVI/2011 Packet Page -1029- 2/14/2012 Item 13.13.1. CERTIFICATE OF SECRETARY n undersigilei, i.�%einq the duly el.<.,�cted �,,��retc-r g g s I I c a lt%i i c h i. ga n e_7 o r r. � C,) r a t, i b. re b v r, e, r e s ✓liat tne, resolution wais July aidopted by T"teeting held C, "..')o rd of [Aiccton,,; said on May 2011 and tlhal'_ ,,,,ecid is in full IE c) r c e .. ........... . RE S 01, V, 1:11), Titat '(.,he fo-Ilowing listed it authcia:­ _ aed to c�,*,*,C 1:,r_il a I o f :1. a s, N, � Higgins, jnc, ariv and all . . .... ............... . ... .. . . . . . . .... . .......... . ....... ........... . . . . .......... . . ........ ..... ...... . J ------ Ne.11y Will,,i,6, ..... . .... .................. .... 201.1 w. Packet Page -1030- wkc 2/14/2012 Item 13.13.1. THIS SHEET MUST BE SIGNED BYVENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign im the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is : 1. The 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4 Any required drawingo, grant forms, descriptive |iheratuM:, etc, have been included. 5. Any delivery information required |eincluded. 8, Immigration Affidavit completed and the company's E-Verify profile page or memorandum ofunderstanding 7. Certificate of Authority to Conduct Business in State ofFlorida 8. Collier County's Substitute W-9 g. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included, 1U. Any addenda have been signed and included. 11. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327Tmnnimmi Trail E Naples FL34112 13. The mailing envelope must be sealed and marked with: <*Bid Number; 11'57O5 <:!:�Proje:tNamne; Gateway Triangle Residential Area Tertiary StoonowaterSystemn |nm9rmYonmentm <::>C)penimgDate-11/1D/2O11 13. The Bid will be mailed ur delivered in time tobereceived no later than the specified q2tqi�ng_d�jte 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 Doua|asN. HkJqi Bidder Name _ r V f- Signature &Title m conuroctimgervices*greemant:neviseuanmm1 Packet Page -1031- IM 2/14/2012 Item 13.B.1. [fete: November 10 2011 27 Constjtxctio7 Services Agreement: Revised 611/2011 Packet Page -1032- 2/14/2012 Item 13.13.1. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Douglas N. Higgins, Inc. (herein after called the Principal) and Hartford Accident and Indemnity Company I (herein called the Surety), a corporation chartered and existing under the laws of the State of CT with its principal offices in the city of Hartford and authorized to do business in the State of FL are held and firmly bound unto the Board of County Commissioners Collier County, FL (hereinafter called the Owner), in the full and just sum of five percent of attached bid dollars ($ 5% good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Gateway Triangle Residential Area Tertiary Stormwater System Improvements Bid No. 11-5705 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ noted above as liquidated damages, and not as a penalty, as provided in Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect, + 4- IN TESTIMONY Thereof, the Principal and Surety have caused these presents L0 be duly signed and sealed this 10th— day of -November 2011. Douglas N. Higgins, Inc. Principal j BY (Seal) Hartford Accident and Indernnit Comr)anv Surety A (Seal) _y Countersigned t 24 W elip, construction Services Agreement; Revised 611/2011 Packet Page -1033- %11 2/14/2012 Item 13.6.1. Local Resident Producing Agent for ,.s lant Gr ©up P.CS. Box 541 Ann Arbor MI 48106 z5 Construction Services Agreement: Revised 6/1/2011 Packet Page -1034- 2/14/2012 Item 13.B.1 E x R' 0 TT KNOW A I. L Pak R,-, !Y 1;1z. 1 Flk'E: ,;I­NTS THAT: 35-350851 H;w.:"r ;J I ty Insurance Coin Polly, ;j I I o I I (I I v oI galli"ei z;tiJt.j Ojs (11*11tV Sl;jje 11j*jljLIit!IV1 t. I'Iidt tt and Indemnity Con1pony, if !ail iflrjl�_l 11j`, !AW 01 IIJC SIlItC Of COMWIticill Insurance Coniparly, ;I ciuljt,rt16,111 a(Ilk oq_!mm;v,1 (III'L.1 Ow 'Wifiv State Tv) j, 'jj ' f =ire Insurance Company, :1 C11I*j)-'IblI0I1 dIdN' 11111LI d1V (11 1110 SIJIVIII III IiAIW I'l f 4,;o f Nl,.ur.mce Corn parly of Illinois. il C01f)01-:16011 duly "rit9114;.ed flw Illillois, H u Company of OL Midwest, if t:orlmroliov July lilloci Iliv law, A III,: si.Ae of hotinoll I io Company of the Southeast, .I Jule W,1111 '110 hl -,.1 11w StAv uI 111(widil 1.�t! il�p collectivedy rcticried to ­.tf 11p, 'Y havi7i -tr711111171.1177 Colinr Ilp to the DF�L'wl ;Pr)(Is, Heatllei,M. Johnson, Judy K N7ac, _;,w Lit I of Ano llnbui. A41 RICif TRW and oach in thoir sf.' wjrjte capacity if more.- th.wi �. !IQ :7ZAr1'1UL' tU Slq,�l lIz, aS deliw ated : L> rvfA , 1t, r "cutu. nea( And acknowledge any and all band,;, t4m) q.,, col Itk'acts And runnel v"fitlen !1),tt if, 01-IT"Ire or (xi-rip"irlie5 In thoir tiui-;jnii­ a,,, of awnronteeing tht,,� lhk- ptwlurnlaiyy: , r1l mwrl ul.. t no or 4 i. ;Ilid uniRvitAirvs 1,.,Jklilod of purfriltl(�d 11) any actions "I i., - .3 In vVitne", J-�y ;I Rr-.solutiori of tho Bo;lrd of illzk Compm,,ws un Jnm,,jtv 22, 20041 the have taused or lo vy Al start Vjc�e President and it,, r,o:';.,t:..,. rl., t > b& y [Is r ­Jil j,"rj Of th,.4 Ru. t d; �f Directors of th¢ C and hC, bounj .-:, '„:.Jgf of 1" -3, pWr T x7 91 7t i A .41 P-,Rill A,, [,� :..: _nnoilz, SecreLvy S_IAIU 01' CONH1:C-110H , 1,0 Nc,�,4 F;�,1 1"f . P I . 'mmstaill I- Mulf ord C () I I NTY OF I I /%;ll 11 (1m Or, ilm, J.;v fil 1 41fvle rile person ill, .,rne M . by duly .A,v,-)rn dt ­.,,�, ow; ,Oy ulit ur t'l,wlurd, stau of fil'il he t� III— df­,;f:nb.A if) -irw e,­_i: i� flit, +:rryz Instrument: that lie lknlivv� [tic th;A VIP lu Th,. instj.,rr,�nt .re _ol pur�to 01'at they viere so Affixed by nwholity of the (A ii xArporatlon5 and ft,! It,• hP ,=7 /'7 (A k (11:1, it I 1. 1115' o. :, 1 r; .. .,.sl . zrij V'L:/,' 1I)3` C011ipjr)1'e.," 111 C opy oi 1° -.& j .Jjc• ,d 14hiCh t'? Mill IT-, trill ioj., 241 t jP e 5 M z, TV N Packet Page -1035- 2/14/2012 Item 13. B.1. State Of riori*da Department qf State .1 certify froni the records of this (),ffice that J-)(fit GLAS N. HIGGINS INC, is a CUPOI-atiOD organized Linder the h:vws of Michigan, authorized Z' to transact business in.thc State ofFlorida, qualified on ALI.CYLI.St 1, 1,973). The docunient nu-mj-)c-j- ofthis corporation is 830666. 1 furthei.- certify that said corporation has paid all lees due this oflice through. Decen"Iber 31, 22011, that its most recent annual report was Filed on FebYMITY 10, 201 1, -ind its status is active, I further certil"y that said. corporation has not filed a Certificate of Withdrawal. Given u1jejer nrj? hand and the GrealSeed of' Florida, (it Tallobassee, the Cqpltaf, this the 1,71eventh da, q Fe brualy, 2011 Secretary qj'State Audwnticalioll ID: 40019382734-4-021111-830666 TO aut1wolie:ac OIN the tbIlowmasitc. c1lic!1,1111". 11), and ibell follow th"• ill'artictiolis dis ICI 1p�(111 g/certa tit hver.htm I Packet Page -1036- 2/14/2012 Item 13. B.1. STA-f— i`.)'-- FIL()RIMA J, PROFESSIONAL REGULATION DEPARTMENT OF' BUS S S AND ..... ..... W� K CON R STUCTION INDUSTRY LICENSING BOARD (850) 487 1395 1940 NORTH MONROE STREET -078 TALLAHASSEE FL 32399 3 HIGGINS, DANIEL NORMAN DOUGLAS N HIGGINS INC 3390 TRAVIS POINTE ROAD SUITE A ANNN ARBOR MT 483-08 With tlli^ licensn vol -I boconle� one of the nearly one, million --loridians lice.msed by the, Department of 13LJS11)eS-S �ind orial 1,e9diltion, acht brokers" frorn jr(yfe,,�siorlak, and bLlSinesses range from archill'ar"t3- to Y, :)o'xe,rs to barberitle rF-Maurant5, ind they k.,,�,-ap Florida's strong. B-9 -very dtly we OU I)QAIKJ�d,' wc)l.k to 1111prove the."way 'wn do in card to serve y --p 3EXERA A CT, OF AG# 01 17451.281, - I ) I I I I 11, 11 ii ii 1 G, L 11. 11 1 1., � 11-11 1111 �l I � - �-, , , j- - - - - - - , - - - � - - - - - - j�ile -1�, and the -IIGGINSi DANIEL -NORMAN., re you c.-an find more illformalion nbout Our divisial rllil(,ILJI',)fi()h' G tllzlt i iijjc-jjt rjewskAkrs and li:i�.iri -rlor�) ut 11, le i56Uq0X �,T 1-11pot Yr)u, SO),' partrjWnt's 'Mr at thi;� Departnicnit is: Ljc�,,nse E`ificiEntly, Req�njlate Fairly. We - , -19 , s t strive 'to Ir I 'tol C k -h4 provisionz of,ch.48� V1 � vnl,j F�() yot. n r 1 YOU d0il)q nJ cOn'O'l-010alions on your new lic-lisel ,a, s i n F I o i ir (a, 12, DETACH HERE STATE OF FLORIDA j 'IONA EGULATION'", MENT OF Bull- DEPART -31)4ESS AND PROFESS L R ONSTRUCTION INDUSTRY LICENSING BOARD�'.'' C SEW L .2010 69 `q 17 4 5 ?2 Li-C- 06 —9 ne GENL,,R,A,L, cbNTRACTdR balbut' IS ';CERTIFIED d :I d es of Chatutet 459 FS. c Ge. A .pirE lti on la i TI( It 3 1 HIGGIX,'33� DANIEL 140.MrXN' D0U(--'L-kS'-N HIGGIN`1133"INC, 339`0-TRAVIS POINTE ROAD 13U1111E A XRBOR MT 48108 Cf-MRLTr C Packet Page -1037- 0VE,RNOR L3 ra 0 2/14/2012 Item 13.6.1. OP ID: AV CERTIFICATE OF LIABILITY INSURANCE DATE(MM1D0lYYYY) 02101/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 734- 741.0044 Hy[ant Group Inc -Ann Arbor 734- 741 -1850 24 Frank Lloyd Wright Dr J4100 Ann Arbor, MI 48105 David Harlock cNAMNEACT PION ac No E-MAI L ADDRESS: PRODUCER HECG)tiS CUSTOMER INSURERS AFFORDING COVERAGE NAIC R INSURED Douglas N. Higgins, Inc. 3390 Travis Pointe, Suite A Ann Arbor, MI 48108 INSURERA: Continental insurance Company 035289 INSURER B:Veiley forge Insurance Co 020508 INSURERC; Continental Casualty Company 020443 INSURER D : Greenwich Insurance Company 22322 INSURER E X COMMERCIAL GENERAL LIABILITY INSURER F : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN 9—R LTR TYPE OF INSURANCE A tmqp D SUB POLICY NUMBER ICY MWDD EFF MMlDDrYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 ED PREMISES Ea occurrence $ 200,000 A X COMMERCIAL GENERAL LIABILITY 01061922047 12/10111 12110/12 MED EXP (Any one person) $ 15,000 CLAIMS-MADE � OCCUR PERSONAL& ADV INJURY $ 1,000,000 X Includes XCU X contractual Liab GENERALAGGREGATE S 2,000,000 GENLAGGREGATELIMITAPPLIESPER: PRODUCTS - COMPIOPAGG S 2,000,000 $ POLICY I X PRO LOC .A AUTOMOBILE X LIABILITY ANY AUTO 01061922033 12/10/11 12/10/12 COMBINED SINGLE LIMIT (Ea accident) •S 1,000,000 BODILY INJURY (Per person) S ALLOVMEDAUTOS BODILY INJURY (Per accident) $ x SCHEDULED AUTOS H IREDAUTOS PROPERTY DAMAGE (Peramcdent) S $ Fx NON -0WNEDAUTOS $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 10,000,000 _ AGGREGATE $ 1 0,000,000 C EXCESS LIAB CLAIMS MADE 01061922050 12110111 12110H 2 DEDUCTIBLE S $ X 000 RETENTION $ 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERfLXECUTNE OFFICERIMEMBER EXCLUDED? ❑ (Mandatory In NH) NIA C1e1s22Cie 12/10/11 12/10/12 OTH WCSTATU- - X TORY LIMITS Eft E.L EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE- POLICY LIMIT $ 1,000,()00 If yes. describe under DESCRIPTION OF OPERATIONS below b Professional and PECO025095 12/10/11 12110/12 2,000,000 Pollution L(ab 1 1 26,000 ded DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additlonal Remarks Schedule, If more space is required) Job - Gateway Triangle Residental Area Tertiary Stormwater System Improvements, Contract 11 -5705. Additional Insured for General Liability, as required by written contract (primary) - Board of County Commissioners, Collier County. Collier County Board of I County Commissioners 3301 Tamiaml Trail East 1 Naples, FL 34412 ACORD 25 (2009109) COLC002 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 0 ©1986 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Page -1038- 2/14/2012 Item 13. B.1. Attachment A Section 3: Right to Match Invitation to Bid: Formal Price Based Competition The Collier County Board of County Commissioners has adopted. a Section 3 "Right to Match" policy to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance funding shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very -low income persons and to business concerns which provide economic opportunities to low- and very -low income persons of local businesses to receive awards of Collier County contracts. A "Section 3 Business' is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time. When a qualified and responsive, non - Section 3 business submits the lowest price bid, and the bid submitted by one or more qualified and responsive Section 3 Business is within ten percent (10 %) of the price submitted by the non - Section 3 business, then the Section 3 Business with the apparent lowest bid offer (i.e. the lowest Section 3 bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non - Section 3 bidder and the lowest Section 3 bidder are in fact qualified and responsive bidders, Next, the Purchasing Department shall determine if the lowest bidder meets the requirements of Section 287,087 F.S. If the lowest Section 3 bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest Section 3 bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest Section 3 bidder submits an offer that fully matches the lowest bid from the lowest non - Section 3 bidder tendered previously, then award shall be made to the Section3 bidder. If the lowest Section 3 bidder declines or is unable to match the lowest non - Section 3 bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest Section 3 bidder does not meet the requirement of Section 287,087 F.S. and the lowest non - Section 3 bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for Section 3 preference on this solicitation. A Bidder who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with qualified and responsive bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and verify qualifications and responsiveness to solicitation requirements. Packet Page -1039- 2/14/2012 Item 13. B.1. Attachment B State and Federal Statutes and Regulations By signature of this Agreement, the contractor hereby certifies that it will comply with the following applicable federal and state requirements: Recovery Emergency Rule 9BER09-2; 2, The Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act of 1975 (42 U.S.C., s. 6901 el.seq.), 3. Florida Small and Minority Business Act, s. 288.702- 288,714, F.S,; 4, Florida Coastal Zone Protection Act, s. 161,52 - 161.a8, F. S.; 5. Local Government Comprehensive Planning and Land Development Regulation Act, Ch. 163, F. S, 6, Title I of the Housing and Community Development Act of 1974, as amended T Treasury Circular 1075 regarding drawdown of CDBG funds. 8. Sections 290.0401-290.049, F,S,: 9, Rule Chapter 913 -43, Fla. Adinin, Code,; 10. Department of Community Affairs Technical MernOfandi.1111S: 11, 1 -IUD Circular Memorandums applicable to the Small Cities CDBG Program: 12. Single Audit Act of 1984: 13. National Environmental Policy Act of 1969 and other provisions of law which further the purpose of this Act; 14. National Historic Preservation Act of 1966 (Public Law8g-665) as amended and Protection of Historic Properties (24C.F,R, Part 800); 15, Preservation of Archaeological and Historical Data Act of 1966; 16. Executive Order 11593 - Protection and Enhancement Of Cultural Environment; 17. Reservoir Salvage Act; 18. Safe Drinking Water Act of 1974, as amended; 19. Endangered Species Act of 1958, as amended; 20. Executive Order 12898 - Environmental Justice 21. Executive Order 11986 and 24 C.F.R. Part 55 — Floodplain Management: 22. The Federal Water Pollution Control Act of 1972, as amended (33 U.S.C., s. 1251 etseq.): 23. Execrative Order 11990 -Protection of Wetlands; 24. Coastal Zone Management Act (if 1968; as amended; 25. Wild and Scenic Rivers Act of 1968, as amended; 26. Clean Air Act of 1977; 27 HUD Environmental Standards (24 C.F.R. Part 58); 28, Farmland Pro(eclion Policy Act of 1981: 29. Clean Water Art of 1977; 30, Davis- Bacon Wage Rate Act; 31, Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. s, 327 et. spq.: 32, The Wildlife Coordination Act of 1958, as amended: 33. Noise Abatement and Control,, Departmental Policy ImpleffierrIalion, Responsibilities, and Standards. 24 C.F.R. Part 51, Subpart B: 34. Flood Disaster Protection Act of 1973, P.L 92- 234; 35, Protection of Historic and Cultural Properties under HUD Programs, 24 C.F.R. Part 59; 36, Coastal Zone Management Act of 1972, P.L 92-583: 37. Architectural and Construction Standards; 38. Architectural Barriers Act of 1968.42 U.S.C. 4151; 39. Executive Order 11296, relating to evaluation of flood hazards; 40. Executive Order 11288, relating to prevention, control and abatement of water pollution; 41. Cost-Effective Energy Conservation Standards, 24 C.P.R. Part 39: 42. Section 8 Existing Housing Quality Standards, 24 C.F.R. Part 882; 43, Coastal Barrier Resource Act of 1982; 44, Federal Fair Labor Standards Act, 29 U.S.C., s, 201 et. seq.; 46. Title V1 of the Civil Rights Act of 1964 Non discrimination; 46. Title VII of the Civil Rights Act of 1968 Non-discrimination in housing; 47, Age Discrimination Act of 1975; 48, Executive Order 12892- Fair Housing 49, Section 109 of the Housing and Community Development Act of 1974, Non- discrimination; 50, Section 504 of the Rehabilitation Act of 1973 and 24 C.F.R. Part 8: 51. Executive Order 11063 - Equal Opportunity in Housing; 52. Executive Order 11246- Non- discrimination; 53. Section 3 of the Housing and Urban Development Act of 1968, as amended — Employment Training of Lower Income Residents and Local Business Contracting; 54. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, P.L., 100-17, and 49 C.F.R. Part 24: 55, Copeland Anti-Kickback Act of 1934; Hatch Act; 56- Title N Lead-Based Paint Poisoning Prevention Act (42 U.S.C., s, 1251 et. seq.); 57, QM6 Circulars A-87. A-!02, A-122, and A-133, as revised; 58, Administrative Requirements for Grants, 24 C.F.R. Part 85; 59. Section 02 of the Department of Housing and Urban Development Reform Act of 1989 and 24 C,F.R. Part 12. Packet Page -1040- 2/14/2012 Item 13.6.1. Affidavit and Certification for Claiming Status as a Section 3 Business for Formal Solicitations This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very -tow income persons and to business concerns which provide economic opportunities to low- and very --low income persons, A Section 3 business concerned is defined as follows: 1. That is 51 percent or more owned by Section 3 residents, or 2. Whose permanent, full -time employees include persons, at least 30 percent of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents; or 3, That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above. In conformance with Section 3 federal regulations (24 CFR Part 135), Collier County shall direct efforts to award Section 3 covered contracts, to the greatest extent feasible, to Section 3 business concerns in the order of priority listed below: 1, Category 1 businesses: Section 3 business concerns that provide economic, opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located; 2. Category 2_businesses: Applicants (as this term is defined in 42 U.S.C. 12899) selected to carry out HUD FIOUSING AND /OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs: 3 Category 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above, Vendor Narnt Jir iN± i i „- ,. -.•.._ Date: f i Address: l Signature:, lrtle sj -A.l•E OF FLORIDA 1_—*l COLLIPIR COUNTY U LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this %i' Day of i My Commission Expires: Notary Public `s 1 rs� tt i � rR t )rit �� 5riev 3, 2 A'§F F t j1w4 }irsr y 11r' -3� x { h Packet Page -1041- (Af -FIX OFFICIAL SEAL) 10 2/14/2012 Item 13.13.1. CERTIFICATION FOR BUSINESS CONCERNS SEEKING SECTION 3 PREFERENCE |N CONTRACTING AND DEMONSTRATION DFCAPBlLITY Name of Business 4 000nmnmmumnaax V4 'Corporation ~, O Partnership O Sole Proprietorship O Joint Venture Attached is the following documentation an evidence ufStatus: For Business claiming status amw Section 3 resident-owned enterprise: OCopy of resident lease O Copy ufreceipt of public assistance • Copy o[ evidence n/participation O Offiernvidvmm ioa public assistance program For business entity as applicable: 13 Copy of Articles of Incorporation O Assumed Business Name Certificate [] List ofownars/stonkhoNemand % ownership cfeach C] Organization chart with names and titles and brief function statement OCertJicate of Good Standing O Partnership Agreement O Corporation Annual Report [] Latest Board minutes appointing officers O Additional documentation For business claiming Section 3 status bv subcontracting 25 percent oy the dollar awarded bn qualified Section 3bus|nuxm 3 Umto/sobpunhaWed8ncUOn3 nd subcontrac mmmun( ||\�a��| ��&��///U�,-.-m�. For business danUngSe�|on3mb�u�c�inkn8mt least 3D percent of their workforce are currently Section 3 residents or were Section 3 eligible residents within 3 years of date of first employment with the business: O List n( all current fu|i-fin)oemployees O List nf employees claiming Section 8status O PMA/|HA Residential lease less than 3 [] Other mvWBncaof Section 3 status less than 3 years, from day Ofemployment years from date ofemployment Evidence of ability hpmfoo successfully under the terms and conditions of the proposed contract: O Current financial statement [] 8titementof ability |o comply with public policy • List of owned equipment • List of all contracts for the past two years (Corporate Seal) HAme and Signature Packet Page -1042- Attested Packet Page -1043- 2/14/2012 Item 13.6.1. GENERAL CONTRACTORS COMIMM 0"Itz 3190 "AVIA MOM WOAO SU171 A ANN AR6AR, M1 48104 rAM J734) 206440 2/14/2012 Item 13.13.1. 41010"PA, orrice 4445 YXIMPRISE AVENUE "Ous, FL (739)"4,3130 Mtl jUllj 774-42106 Date: Novernber.10.2011 Re: Section 3 Business Comern Gateway Triangle Residential Areas Tertiary Storm Water Sy stele, 11"PrOVernClIts `solicitation Number: 11 -5705 Dear Sir or Madam: DOU-1as N. Hi-lim, Inc. intends to utilize Manual Padilla. Inc. as at significant part of our Subcontracting plan. This letter is evidence of Douglas N. I fiogins, Inc.'-, coin I'll itnient to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns tbut meet the qualifications set R)r1h in section one or two above, Attached is the CFRTIFIEM SEC' JON 3 BUSI NESS CLR]"IFICATE ol'Wanual Padilla, 111C. Sincerely, DOU(ILAS N. F1K'i(;1NS, INC K ELL1Y A. WJ I X IF, VWF 1IR"ESIDENT Packet Page -1044- 2/14/2012 Item 13.13.1. I I DOIL 00 ld Z(>00,0 41 3i — UA(r4 - Ail* 4s; # . Z5� eN Pli WA 0 < Z 4> En Packet Page -1045- r; 1(1-77 t nn7,,l 7 " I IN Kv•j LOLL I'loz/60/1L 2/14/2012 Item 13.B.1. Department of Housing and Urban Development Disaster Recovery Funded Contracts Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Contractor and Subcontractor Transactions 1, c��/au�����F�p�(�������.��.� submission prospective cf this document, that neither b nor its principals ia presently debarred, suupended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department o/agency. 2. Where the Contractor's subcontractor ia unable to certify tod`e. above Statement, the prospective contractor shall attach an explanation to this form. �R—ec—ipieM;s Name) (Authorized i8ignature) (Date) 1O~D8-�4'0Q'21'01-KU0 ~- ('""''"=''""'"'"'") (Contract — Number' ) / � �~ ~' (City, State, Zip) ~~ En Packet Page -1046- M 2/14/2012 Item 13.B.1. DISCLOSURE OF LOBBYING ACTIVITIES Approved t)y OMS Completp this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348-0046 MAn mvpirtza fnr ni ihfir hi irtInn AcHrNvi tarm I 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a, contract a, bidloffer/application 1b. a. initial filing b. grant initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan year _ quarter e. loan guarantee date of last report f. loan insurance 4. Name and Address of Reporting Entity: S. If Reporting Entity in No. 4 is a Subawardee, Enter Name ❑ Prime ❑ Stibawaroce and Address of Prime: Tier if known: Congressional District, if known: 4c Congressional District, 1fknown: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, it applicable; __ 8. Federal Action Number, itknown: 9. Award Amount, ifknown: 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, Ml): different from No. 10a) (last name, first name, Ml): 11 InN.mlion rogl li I.d w­ gh IN. in is .101wtZed by otat 31 U—IL, 11115 Signature: G idill ftck"'.11"o at l0ahvioa ocjNiai,�; v. , itwWrIn! rep9eienUdam, at led -111, 1W 4110 '.q. el pw5uaja 11, 31 W,SC 132. Tim Print N ame: Title: vi ( 1", 6 L"?: Af,y pofiaurii Ymo fiel$ to filo iteo i,equ"oft sh"Jowao t'holl t4"m-t0tt 10 0 0.1 PwOfty W, not less 1111. M,0011) and Telephone No., 'M "i", Date: Federal Use Only: Authorized for Local Rtlprotluction 91andard Form LLL Packet Page -1047- 2/14/2012 Item 13.13.1. INSTRUCTIONS FOR COMPLETION gF�LLL, DISCLOSURE OF LOBBYING ACTIVITIES *^ '1 Ili,. torm shall uv completed or tile reporting entity, *motheroubmwamo or prime Federal recipient, w the initiation or receipofocovemupedvm I vrtiu ma�v�x�vx,o«�mpv�v*" m�m.w�^m�mw*mu��.�u�omm.�*n�wmomm`�n*u�mmvro^xna�ev�un�w.aummo� —` � v� �� / ��aw°�w����w�r���� payment w�"ymu^��v"m/o"mn*noma��uamP nnm"wu��^mn u�mov��=`:m�^«o�/«�n wwnnp�uv»um/oe�/mmn�m�mmummm rv"o�xs.�anmmvw,ovo/u�*�uw,m�°o�m".nvnnno�.o,mm�c*�� '="w�.a�"v"�^�=p== ~ change report. Refer .o the ^mmn^*nt^mguidance published ^v the Office of Management and Budget for additional information. I'Identify the type of covered Fedural action for Miich lobbying activity Is=lor has been secured minfluence tile outcome macovered Federal action. c. Identify the ~w*sm the um*rinuFederal action. u. Identify the this report, o this isamoowm» report caused fly p material mav "mowmm"n mmn"°mvwv report ed, ^"m, the year and quarter in which the change occitirrod, Enter film date (if the List previouslysubmitted report by this reporting entity for this covered Federal ouwv, 4. Enter the full name, address, city, State and ,jp code ofthe roportinq entity. Include Congi-tissional District, if known, Check tile appropriate classification v/mw.vnonmu°m.vo`atow/ovete*rx is, or expeutsm be, o,,mvrms"*»wmmreci»u*. Id. entity the tier of tile s"omwom"vv*. the first "vu"*mm*p v/mv prime w the ist tier. smuawwms include mx are not limited myu»cov°mn.ovuorantm and ""^/ram awards ""*v,smms. 5. If tile organization filing the report in itrm 4 checks "Subawardoo," ther) antor the full nanx-, addres,, city, State and zip, code of the prime Fedora( /*r/n/no'.mmuum Congressional District, xx=)wo. u. s titer mr name of the Federal agency mmk ino the award *,/nmn"vmm//mon,.mC/"o°w least one p,ovnumou*n/lem| below agency name .Vknown For e,*mm°.o°vartmrmvr Transportation, United States (.*um/Guard r. svtw. the Federal program name or description for the co" raorvw*ra/mmioo<nom,). x known, enter the full Catalog m Federal Domestic A,om^me (crox> number for grants, c"vvv,no"v"omornomm. loins, and loan mv"mxmomm, o, Enter the ryint appropriate Fedtmal identifying nrsmber availablefor tile Federalaction identified In itern , (e.o, Request for Proposal (Rpp) number, Invitation for em (Ipo) "vmbmn grant o^n~ncernmntm.Illu°r; the contract, mom` or loan award ,`"moar� j*wonl)iica^vo4mpuua/cmmvx nvmum, ~ assigned ^vthe Federal woov"'>. Include p^o"°v.ao,^npp-os'oo*o1.^ o, pn,w"n"o'vopem,,m/ action where. thorn hot been an award or loan commitment by the Foderal agency, enter file FKleralamount of the award/loan commitment for the, prime entity idontified in item 4m5. m(4 Miter t^eful/vume.00urm"'ciw.matev,muncna mmm lobbying registrant under the u,ubw*eo/ECIOSUm Act w,995mngwgemuvtire reporting entity Identified m Item 4m influence the *overw Federal action (u) Cofer mv full names ofm°mu*mvo/(")n"n^""/"s services, and mo/"*m full auura`mx different from 1u(.1). Enter Last Name, First wome.and Middle initial <mo. 11 The cortifying official shall sign and date the form, p6rit histher name. btle, and tolophone number. Acuording to tile Paporwoi k RpOurtion Act, as amenclod, no persons ate required to respond to a (,,ollectinit of information unle:s it displays a valid 0108 Control Number, '11 he valiti OMB control numbei for this infai Illation colleclion h; OMB No, 0348-0046. public reporting burden for this collection of infortriation is estimaW to average 10 ininules per msponse, Including time (or ruviowing imstructions. soatching inxisting data sourcos, gathering and maintaining Itie data nooded, and Completing and ruviewing the collection of itiftimalion, Scrid commonts; to( �ItUing tile burden rmtImAte Or any other aqpnct, of this collection of intoti-nation, Including suggestions for I'MiLIC1119 this bUiden, to the Offirx� of Managernantand Budget. Paperwt,)rk Roduction Project (0348-004M, Mashington, DC 20503, Packet Page -1048- 2/14/2012 Item 13. B.1. Certification for U.S. Department of Housing a Drug -Free Workplace and Urban Development At7(YIICf7nit` -till Ylrl t 1t� L t ProgramlAr;tivily Notmivin0 Pedoral Grant Funding Acting e,n bvhalf of the Above named Applicant as its Authorized Official, I stake the following certilreations and ag;rcen)ents to (tic [department of Housing and Ulf -bean I)eve]opmeirt (I IUD) regarding; tine sites listed below: I certify that the above ni nted Applicant will or will continue it) provide a drug; -free workplace by: l'ubtislting; it staterent notii'ying; craaployces that the tilt- lawful manufactuae, distribution, dispensing;, poswssion, or use of a controlled substance is prohibited in the Applicant's work- place and spocil'yinz the actions that will be taken axl:ainst e,.1-1111lo "s for violation of such prohibition, b E:stablishinr ar) irn—aitte drug -free ;iw treners Program to inform employers ( I) `File don„ em of drug abuse in the workplace; (2) 1-he Applicant's policy or maintaining it drug free workp Lace ; (3) Any available drug counsc.linn. rehabilitation. and ernployec assistance programs, and (4) The penalties that may be imposed upon employees for drug abuse violations oeciorinp, in the workplace. c Makings it it requirement that each employee to be engaged in tlic perfo I'm alice of tile grant be given za copy of the siatervent require.([ by paragraph a.; d Notifyingq the employee in the statement required by para- graph a, that, as it condition of'employnlclit under the grant, the ellipktyce wilt - -- ( I ) Abide by the terms of the statement, and (2') Notify the employer in writing; of his or her convic- tion for a violation of a criminal drug statute occurring in the workplace no hater than fine calendar days after site]) conviction; c. Nontying;, the agency in writing, within ten calendar days after receiving notice under subparagraph d.(2) from in em- ployee or otherwise rccCM11£ actual notice of'snch conviction. Employers ofeonvicted employees must provide notice, includ- iiig position title, to every grant officer or other designee on whose grant activity the convicted employee was, working. unless the F'ederalagc:ncy liras designated it central point for i:he reccilxt of such notices. Notice shall include the identification munbc4s) of each affected grain, f. Taking one of the following actions, within -10 calendar days of receiving; notice tinder subparagraph d.(2). with respect to any employee who is so convicted --- (1) Taking* appropriate porsontel action .against such an employee, up to and including; termination, consistent with the regairen)ents of the Itehabililation Act of 1973, as amended; or (2) Requiring such cruployce to Participtate satisfacto- rily in it chug abuse ;assistance or relanhilitatioil propvam ap- proved for such purposes by a Federal, State. or local health, law enforcement, or other appropriate a.,,ency; gg. Making; it ;ood faith effort. to coittiuue to maintain a drug free workplace through implementation of parragrapt)s a, that f'. 2. Sit <•s for Work Performance. 'file Applwant shall list (on separate pago) the sile(s) for the perrorntalloe or work Clone in connection with the li(tla rending of lice progranractivity shown above: Place of PC]femn:uace shall include the street address, city, Count) Stott, ;md rip codc. Itiewify cash sheet milt the Applicant oanic and acklrcss and the progrant'activiiy receiving grant funciin,0 Check Here if there cure workplaces on file that are not identified on the attached sheets. 1 hear,by ceirtif ;v that ail the information starter] herein, as well as any utforntstion proti idcd in tfac accunipattirnent herewith. is true, and accora(e. Warning: I-IUD will prosecute f.aise cltaims and slaternews. Conviction ]nay result in criminal and/or civil P. enalliM (18 U.S.C. 1001, 1010, 1012; 31 U,S.C.3729,:M2) tams,: of Aothorizrd Official Titifl r x t Sigt�tiurr • Dsir forrii H t1D -50070 (3/98) t�f. Handbooks 74171, 747513,7485-1 S .3 Packet Page -1049- 2/14/2012 Item 13.13.1. General Grant Clauses I acknowledge, and agree to perform all of the requirements identified in this document. (Contractor I SUb-contractor Name) (Recipient's Name) E,r Al, (Authorized' Signature:) (Date) 10- DB- D4-09-2 1 -01 - K09 (Print Name and Title) (Contract Number) (Address) (Address) (City, State, Zip) Packet Page -1050- 12, STAFF REPORT DISTRIBUTION LIST GATEWAY TRIANGLE RESIDENTIAL AREA APPlIcation No. 100917-19 Permit No: 11-02563-P INTERNAL DISTRIBUTION X Carmen Quan, P.E. X John Policarpo X William J, Foley, RE. X Laura Layman X C. Tears X ERC Engineering X ERC Environmental X Fort Myers Backup File X Permit File 2/14/2012 Item 13. B.1. RECEIVED NOV 13 20to Q. Grady Minor & Associates, P.A. EXTERNAL DISTRIBUTION X Permittee - Collier County Beard Of County Commissioners X Agent - 0 Grady Minor & Associates P A OTHER INTERESTED PARTIES X Audubon of Florida - Chwles Lee Packet Page -1051- STAFF REPORT DISTRIBUTION LIST ADDRESSES 2/14/2012 Item 13.6.1. Q Grady Minor & Associates P A Collier County Board Of County Commissioners 3800 Via Del Rey 3301 East Tarniami Trail Bonita Springs FL 34134 Naples FL 34112 Audubon of Florida - Charles Lee 1101 Audubon Way Maitland FL 32751 Application No7 100917-14 Pago 2 of 2 Packet Page -1052- 2/14/2012 Item 13.6.1. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ( "Owner ") hereby contracts with Douglas N. Higgins, Inc. ( "Contractor ") of Michigan, a Corporation, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Gateway Triangle Residential Area Tertiary Stormwater System Improvements, Bid No. 11 -5705 ( "Project "), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor, PA, the Engineer and /or Architect of Record ( "Design Professional ") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract "). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount "), in accordance with the terms of this Agreement: One Million Seven hundred thirty -one thousand nine hundred seventy -seven dollars ($1,731,977.00) 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 28 Construction Services Agreement: Revised 6/1/2011 Packet Page -1053- 2/14/2012 Item 13.B.1. underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed _ via the web at www .fms.treas.gov /c570 /c570.html #certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within one hundred eighty (180) calendar days from the Commencement Date (herein "Contract Time "). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Four hundred fifty -six dollars and ten cents ($456.10) for each calendar day thereafter until Substantial 29 Construction Services Agreement: Revised 6/1/2011 Packet Page -1054- 2/14/2012 Item 13.B.1. 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 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 30 Construction Services Agreement: Revised 6/112011 Packet Page -1055- 2/14/2012 Item 13. B.1. 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 Q. Grady Minor, PA and identified as follows: Gateway Triangle. Residential Area Tertiary Stormwater System Improvements as shown on Plan Sheets 1 through 39. 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: Sue Trone, Project Manager Collier County Bayshore CRA 4069 Bayshore Drive Naples, FL 34112 Tel: 239/643 -1115 Email: SueTrone(a-coilierAov.net 31 Construction Services Agreement: Revised 6/1/2011 Packet Page -1056- 2/14/2012 Item 13. B.1. 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: Douglas N. Higgins, Inc. 4485 Enterprise Ave Naples, FL 34104 Tel: 239/774 -3130 Fax: 239/774/4266 Email: DanH(cD-DNHiggins.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not Ad 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. 32 Construction Services Agreement: Revised 6/1/2011 Packet Page -1057- 2/14/2012 Item 13.6.1. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement, Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's 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. 33 Construction Services Agreement: Revised 6/112011 Packet Page -1058- 2/14/2012 Item 13.6.1. 34 Construction Services Agreement: Revised 6/1/2011 Packet Page -1059- - 2/14/2012 Item 13.8.1. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRST WITNESS Type /Print Name SECOND WITNESS Type /Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form and Legal Sufficiency: M CONTRACTOR: Douglas N. Higgins, Inc Type /Print Name and Title OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Am Fred W. Coyle, Chairman Print Name: Assistant County Attorney STS all /a . 35 Construction Services Agreement: Revised 6/1/2011 Packet Page -1060- 2/14/2012 Item 13. B.1. EXHIBIT A 1: PUBLIC PAYMENT BOND Gateway Triangle Residential Area Tertiary Stormwater System Improvements Bond No. Contract No. 11 -5705 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 bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2012, with Obligee 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: 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 2012, the name of each party being affixed and these presents duly signed by its under - signed representative, pursuant to authority of its governing body. 36 Construction Services Agreement: Revised 6/1/2011 Packet Page -1061- Signed, sealed and delivered in the presence of: Witnesses as to Principal PRINCIPAL BY: NAME: ITS: 2/14/2012 Item 13. B.1. 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 NAME: (Legibly Printed) Notary Public, State of Commission No.: _ SURETY: Packet Page -1062- (Printed Name) (Business Address (Authorized Signature) (Printed Name) 37 Construction Services Agreement: Revised 6/1/2011 •- Witnesses 2/14/2012 Item 13. B.1. As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 2012, 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.: Packet Page -1063- 38 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13.13.1. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Gateway Triangle Residential Area Tertiary Stormwater System Improvements KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Bond No. Contract No. 11 -5705 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 2012, 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. Packet Page -1064- 39 Construction Services Agreement: Revised 611/2011 2/14/2012 Item 13.6.1. 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 , 2012, the name of each party being affixed and these presents duty signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL An Witnesses as to Principal- NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ , 2012, by of corporation, on behalf of the corporation. personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature) (Legibly Printed) - Notary Public, State of: Commission No.: Packet Page -1065- day of as a He /she is 40 Construction Services Agreement: Revised 6/1!2011 ATTEST: Witnesses as to Surety •E Witnesses 2/14/2012 Item 13. B.1. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 2012, 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) Name: (Signature) (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -1066- 41 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13.6.1. EXHIBIT B: INSURANCE REQUIREMENTS 1 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 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 coverageLsl 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 42 Construction Services Agreement: Revised 6/1/2011 Packet Page -1067- 2/14/2012 Item 13.6.1. ;ompany or companies used. The decision of the County to purchase such insurance coverages shall in no Wray 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. 43 Construction Services Agreement: Revised 6/112011 Packet Page -1068- 2/14/2012 Item 13. B.1. Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance Bond T_ ype "Requiretlarrits ._, 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence ISO form 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 ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ 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 44 Construction Services Agreement: Revised 611/2011 Packet Page -1069- 2/14/2012 Item 13.6.1. 5. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® 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 Packet Page -1070- Date Telephone Number 45 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13.6.1. COUNTY OF COLLIER ) STATE OF FLORIDA ) EXHIBIT C: RELEASE AND AFFIDAVIT FORM Before me, the undersigned authority, personally appeared _ who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 2011 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: DATE: Witnesses STATE OF COUNTY OF President The foregoing instrument was acknowledged before me this day of 2011, by , as of 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: NAME: (Signature of Notary) (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: Packet Page -1071- a 46 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13. B.1. EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Bid No. Project No. Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: 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 % 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: $ Project Name) Liquidated Damages to be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE. (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : . (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) Packet Page -1072- 47 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13.13.1. CO \ { J \ (D .} 3 / ) § #)] �a �2 w _ CM �� \§ @� %] )a § \\ k§ 0J �. k/ \U- 0 k) 0-1 k2 M )k IL §� �{ )§ ; «jam§ 20 °� )j 2& B) — §I ƒ] U# §% &a k �/ w t m$ �k _ ƒ 0 �w CL !z LU / �) § � w Qo § w 0 #w �\ } � § }2 LU � )§ �\ ,5 9° uj \ IX s CL e§ §LU 66 )% /> f }a . > rL ) =\ § �E/ !( \ j § m G5£ 0/ ( / j § - ƒ.D 0 ƒ�E o —) ^ 2 § \ / s ¢ E,§ — b Packet Pa� -1073-. CO \ { J \ (D .} 3 / ) W I I U m Q io 0 U- a 0 0 CD H R 'L i 10 '✓3 a: L 0 r N a� C O U_ x w 2/14/2012 Item 13.13.1. 0 N CID L fA C N E a� m �Z d 0 U 0 U Packet Page -1074- 0 LLI d � C W is c is — m a a O 01 'L d Co a y N C >, a tq U � 3 — .2 > rn LL — 0 > d m 'd a � rn � r Q C .d > V 4) G> aLW as y 2 0 E > 0 = z m 0 c 0 a U d O m a D 2/14/2012 Item 13.13.1. 0 N CID L fA C N E a� m �Z d 0 U 0 U Packet Page -1074- Packet Page -107 2/14/2012 Item 13.6.1. TO: Project Name: Bid No. : Change Order No.: Change Order Description 2/14/2012 Item 13. B.1. EXHIBIT E: CHANGE ORDER FROM: Collier County Government Construction. Agreement Dated: Date: Original Agreement Amount ............................ ............................... $ Sum of previous Change Orders Amount ......... ..............................$ This Change Order Amount ............................. ..............................$ Revised Agreement Amount ....:....................... ............................... $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Department Director Approved by: Approved by: Authorized by Division Administrator Purchasing Department Date: Date: Date: Date: Packet Page -1076- 51 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13. B.1. Director (For use by Owner: Fund Cost Center: Object Code: Project Number: ) 52 Construction Services Agreement: Revised 6/1/2011 Packet Page -1077- 2/14/2012 Item 13.6.1. 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. 53 Construction Services Agreement: Revised 6/1/2011 Packet Page -1078- 2/14/2012 Item 13. B.1. 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 12011 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 12011 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 2011 M OWNER Type Name and Title Packet Page -1079- 54 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13.13.1. EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No_: Project No.: Date: .2011 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N /A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: By Design Packet Page -1080- (Company Name) (Signature) (Typed Name & Title) 55 Construction Services Agreement: Revised 6/1/2011 Professional: By Owner: Packet Page -1081- 2/14/2012 Item 13.13.1. (Firm Name) owl (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) 56 Construction Services Agreement: Revised 6/1/2011 2/14/2012 Item 13. B.1. 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; 57 Construction Services Agreement: Revised 6/112011 Packet Page -1082- 2/14/2012 Item 13.6.1. availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 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. 58 Construction Services Agreement: Revised 6/1/2011 Packet Page -1083- 2/14/2012 Item 13.B.1. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after`receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule "). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay. Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:30 a.m. to 6:00 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 ' Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance. Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 59 Construction Services Agreement: Revised 6/1/2011 Packet Page -1084- 2/14/2012 Item 13. B.1. 4.3 Contractor shall submit all Applications for Payment to Engineer's Name, Engineer's Firm, located at Engineer's Address. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 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 through out the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50 %) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 60 Construction Services Agreement: Revised 6/112011 Packet Page -1085- 2/14/2012 Item 13. B.1. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub - subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub - subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 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: 61 Construction Services Agreement: Revised 6/1/2011 Packet Page -1086- 2/14/2012 Item 13. B.1. (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non - liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 62 Construction Services Agreement: Revised 6/112011 Packet Page -1087- 2/14/2012 Item 133.1. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to 63 Construction Services Agreement: Revised 611/2011 Packet Page -1088- 2/14/2012 Item 13.6.1. and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS- BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub - Contractor's personnel; 8.1.4 The number of Contractor's and Sub - Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. 64 Construction services Agreement: Revised 6/1/2011 Packet Page -1089- 2/14/2012 Item 13. B.1. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site am record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces), The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As- Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 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. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, 65 Construction Services Agreement: Revised 6/1/2011 Packet Page -1090- 2/14/2012 Item 13.13.1. strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform .changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as 66 Construction Services Agreement: Revised 6/1/2011 Packet Page -1091- 2/14/2012 Item 13.6.1. directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10 %) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10 %) markup for all overhead. and profit for all Subcontractors' and sub - subcontractors' direct labor and materi al costs and actual equipment costs shall be permitted, with a maximum five percent (5 %) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15 %). All compensation due Contractor and any Subcontractor or sub - subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub - Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out. of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 67. Construction Services Agreement: Revised 6/112011 Packet Page -1092- 2/14/2012 Item 13. B.1. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty -eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall procee d Owner, regardless of any pending unless otherwise agreed to by the payments in accordance with the Claim. 12. 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 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty -eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each, utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 6s Construction Services Agreement: Revised 6/1/2011 Packet Page -1093- 2/14/2012 Item 13. B.1. 69 Construction Services Agreement: Revised 6/1/2011 Packet Page -1094- 2/14/2012 Item 133.1. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2- The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying 70 Construction Services Agreement: Revised 611/2011 Packet Page -1095- 2/14/2012 Item 13.6.1. with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County 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/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.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 sea. and regulations relating thereto, as either may be amended and with the provisions contained within this 71 Construction Services Agreement: Revised 6/1/2011 Packet Page -1096- 2/14/2012 Item 13.6.1. affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 72 Construction Services Agreement: Revised 6/1/2011 Packet Page -1097- 2/14/2012 Item 13. B.1. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default'of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts. and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 73 Construction Services Agreement: Revised 6/1/2011 Packet Page -1098- 2/14/2012 Item 13.B.1. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items 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. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall -be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the 74 Construction Services Agreement: Revised 6/1/2011 Packet Page -1099- 2/14/2012 Item 13.6.1. procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the. status -of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefor. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if 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. (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 75 Construction Services Agreement: Revised 6/1/2011 Packet Page -1100- 2/14/2012 Item 13. B.1. recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, 76 Construction services Agreement: Revised 6!1/2011 Packet Page -1101- 2/14/2012 Item 13.B.1. tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re- inspection fees and costs; to the extent such re- inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to. written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non - defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise. make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, 77 Construction Services Agreement: Revised 6/1/2011 Packet Page -1102- 2/14/2012 Item 13.6.1. exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and /or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause *for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at ail, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs 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 7s Construction Services Agreement: Revised 6/112011 Packet Page -1103- 2/14/2012 Item 13.13.1. consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and-all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 79 Construction Services Agreement: Revised 6/1/2011 Packet Page -1104- 2/14/2012 Item 13. B.1. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project.. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 in the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty -eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and /or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 80 Construction Services Agreement: Revised 6/1/2011 Packet Page -1105- 2/14/2012 Item 13.6.1. 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees "), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 81 Construction Services Agreement: Revised 6/1/2011 Packet Page -1106- 2/14/2012 Item 133.1. 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre- construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre - construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of this Agreement. 82 Construction Services Agreement: Revised 6/1/2011 Packet Page -1107- 2/14/2012 Item 13.6.1. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and /or Purchasing Departments, and is available on -line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ( "Direct Purchase "). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within 83 Construction Services Agreement: Revised 6/1/2011 Packet Page -1108- 2/14/2012 Item 13. B.1. and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified as defined in Collier County Ordinance 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. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self - performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such 84 Construction Services Agreement: Revised 6/1/2011 Packet Page -1109- 2/14/2012 Item 13.6.1. work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub - subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 85 Construction Services Agreement: Revised 6/1/2011 Packet Page -1110- 2/14/2012 Item 13. B.1. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal /Approval Logs 34.1.4 Equipment Purchase /Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost - Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As- Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 86 Construction Services Agreement: Revised 6/1/2011 Packet Page -1111- 2/14/2012 Item 13. B.1. 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, `Board, up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY 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 87 Construction Services Agreement: Revised 6/1/2011 Packet Page -1112- 2/14/2012 Item 13. B.1. 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. ABOVEGROUNDIUNDERGROUND 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. 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 FDEP 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 sa Construction Services Agreement: Revised 6/1/2011 Packet Page -1113- 2/14/2012 Item 13. B.1. 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. ss Construction Services Agreement: Revised 6/1/2011 Packet Page -1114- 2/14/2012 Item 13. B.1. EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and /or services purchased as a part of this contract. 90 Construction Services Agreement: Revised 6/1/2011 Packet Page -1115- 2/14/2012 Item 13.8.1. EXHIBIT J: TECHNICAL SPECIFICATIONS Refer to information posted at: http: / /bid.colliergov.netibid/ 91 Construction Services Agreement: Revised 6/1/2011 Packet Page -1116- 2/14/2012 Item 13. B.1. I EXHIBIT K: PERMITS Refer to information posted at: http: / /bid.colliergov.nettbid/ 92 Construction Services Agreement: Revised 6/1 /2011 Packet Page -1117- w 2/14/2012 Item 13.B.1. EXHIBIT L: STANDARD DETAILS Refer to information posted at: http: / /bid.colliergov.nettbid/ 93 Construction Services Agreement: Revised 6/1/2011 Packet Page -1118- 2/14/2012 Item 13. B.1. EXHIBIT M: PLANS AND SPECIFICATIONS Refer to information posted at: http: / /bid.coiliergov.net/bid/ 94 Construction Services Agreement: Revised 6/1/2011 Packet Page -1119- 2/14/2012 Item 13.8.1. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Refer to information posted at: http: / /bid.colliergov.netibidl 95 Construction Services Agreement: Revised 6/1/2011 Packet Page -1120- 2/14/2012 Item 13.6.1. 00-0 � CD 0-02 CL m m m 0 o m c CD 'm Ol Cl)� o m m � � —v 3. �a V D N a 3 a CD 3 cn a d ° D ID m m O � W Z O fD m Z O N CD N 0 �?. o a acn A V W W (Ji _Z W W W W W W W W W �� W 0l J W W A W N -� 00 -"1 Q1 Ol A W N� O 00 O V Q) Vt A W N O 07 00 V QI Vt A W N O D' Z D D 0 0 n> x W -n -n Z N��� W N N N p: ?� ?� 0� a O O O w a 0 01 N O O O O O O A W A N O A A A W A N X X X, O"' 'O y 0 D m �• y 7 7 7 v n o c1 3 3 3 f X x x x O x x x x T n' A A o == 3 o w m 0 m o w ao o' m7 7o f d M cn cn t� D m M 0 0 c�c o0i m o. n m n n c cn c n o o c 0 7 cr. 3 0) < m < m 0) 3 a 0 0 C C C C 7 a m -0 -O < m< C < -u -0 3 3 < o 0 N 01 \ m �. o m 0O D m D D < v� ufD ,-. m m m m m 3 3_ ° ._. R, c ° N < < a o° o m as o o m?t m 0 W o N A CD m m m c m c m c m c m n ° 0 °_c D 7 ,� y' _ D O 'D_ a "a0 W O. 0. G. a ;1 a .i C C m -0p d o m 3 m < 01 m m m m O m m m m m ul COD m d n Vin, z : > > > > < o N0 O 0) N ^' O 17 CD M O N d < a of a 0 p - m 0 n �7 m m 0 ;l 7 m 3 cD x m 'm o 3 9 d LD 0 0 N _ C 7 o a � m CD V O O O Z- W W A W 01 N A N m O N W A W W <D 0 O 0 0 0 0 0 O N O O o O 0 O 0 O OD r T cocncncncncncncnrmM ��rnt��rnt��nn��nnmm �rt�rt m�n mrrrmrrrm mrrmrr G D� {�� f ���m DDDDDDDDDDDDDTTTtDTTTODmcn>cntn .z ur w y Vl V tR Vf VT N Vf iR W Vf w 'VY w N D1 00 Vt F+ iA Vf VY to 1-+ VT - N - — — lh Ol V1 N 01 W th N F• VT F+ N O V1 A W N Vl 1-+ VY N VY lD VY F+ Vl 'N F+ N A w � U't W In A F+ lD Ol J O O D1 W 00 F+ W V N Vt. A W W W l0 N V N O A 00 V Vl A N tD 00 N N O _C.0 3 S O 0 W 00 o O 00 N O 0 N In lft O O O O O O 0 In O 0 00 0 0 O 0 O 0 0 0 0 0 0 10 00 O J O to 0 In 0 M 00 00 O 1-+ A A 0 O 0 w M O O O O V to O O O O O 00 o 0 O O O O O O o 0 0 0 0 0 0 0 0 0 0 01010 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 0 0 0 010 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0. _ 2 in r w vs v. in in v. in r in in vs in tC o Ot M N Vf VP 01 W W VF Vf th VT 1A iA lA W N l!i ih O O A 1 A W lli N F+ W O A A tft 1 In O W V O 00 A lD O In O N O W O1 W 47 01 O1 V O 01 O D1 lD to T F+ A 00 V 00 F+ lD lD N O N CO In 00 V to V O O pl � O 01 O O O In O O O O O O O O O O O O O O In O N CO A N A 0 0 0 In 01 0 0 0 N 0 O 0 O 0 O 0 o 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 In 0 O 0 O 0 VI 0 A 0 O 0 O1 0 O 0 O 0 O 0 O 0 O 0 O p 0 O 0 0 J 0 O 0 o 0 o 0 [71 Z O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N iff iA N N ih L1 N i? W i/� iR to iA W Q1 V V} W N A ll� W lD W tD V Dl N A 00 lR Ol Vf N Vf l,n Vf W 00 W Vf A Vf A N lD 00 W lD l,n N N N 00 M 00 A O In N lNil N N W J lD A l/� V t/� O O N O ID U1 0 O In 0 O F+ 0 O O 0 O to 0 o O 0 0 00 In 0 O 0 0 00 0 0 O 0 0 O 0 0 F+ 0 0 w 0 0 to 0 0 M 0 0 N 0 0 A 0 0 T 0 0 O 0 0 N 0 0 to 0 0 O 0 0 O In 0 O 0 0 O 0 0 O 0 0 In 00 0 O1 A 0 O O 0 W N 0 O O 0 T O 0 J In 0 N O 0 O O 0 M O 0 O O 0 O O 0 O C 7 O O 0 O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � T W to F+ F+ tR N iA W N VT N N lA N W ih Vf N x O A to N W '(/1 A i/T lD iA N A Ol N A N 01 Ol N o 00 W O O F+ tl� F+ O iA N N 01 F+ 'Jt lD lA C1 Vf A N t+ F+ N F+ Vt A W lA D1 V1 A lA 00 VT V u A lJi �D N J N 00 l0 lD N O Y N O O C 0 D O O In w N O A O 0 0 0 0 0 0 0 -, o N to N J w V lD O o N m to m W o W A o 0 O 0 J In 00 O O In O F 0 00 0 d •" p O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N 0 0o A O A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -0w VF Vf i/f V} VT Vf Vf Vi Lf w H W v+ N in N w in O 0 A Lf iA LT W V lD A O1 A N i/1 t/� i/T N - H 00 w V Vf i/1 O F• D1 to to i/1 i/1 V1 - A V i/f N O Vl W V1 N 1� W A N O O N V l!i D1 A N F+ V A F+ F+ VI Ol 01 N 00 V N O tD V V lD In lD 00 N D) 0 O w O 0 N w to In o 01 0 O 0 O 0 w J In M 0 W to w V A w O w N w In 01 w 0 In 10 N r N In O O A N o in W N to w O r F+ In O O O In O A o O 0 A 0 r 0 O 0 7 zr 0i' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O O D1 O N 0 0 0 0 0 0 0 0 � 0 0 00 c o 0 o 0 00 C. 0 0 coo 00 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c 0 o 0 o 0 0 C 0 0 0 0 0 0 00 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 VY in N N W tJf V1 LY W Vf Vf l!� iA N lA N F+ W iA Vf i/� Vl N lli lA A N A N N 111 W to i/� N U) W O 1/f to Vf W ih W iA N N Ol V In 00 J W A A O W J F+ A l lD 0 N W N In V :4 N F+ V 4 In W S W 00 O J w J V1 01 O J N Vt Vf 41 l0 N O N N 0 N 0 O In In Ol O O l0 lA O O M V N N 10 w W w A i+ t0 01 V1 W I+ Vt W lD w H o lD W A O M o o N O O In O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O ID O 0 O 0 O A O 0- o 0 IN p A O N O 0 O 0 01 In O N o A m O w N to N O O `+ N O o 01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 W i/f to Vf N th VT m. 7 F� W F+ N ih iM1 i/' i/F Vf V1 iA Vl W N iA N VY to W iA N ci F+ O Vf A N N W 00 lR N H A W 01 W W N lft N N Vf VT to N 00 VI V} N w - A A D1 ------ 01 F+ �I l0 O l0 00 D1 i/f V F+ F+ IJi V1 F+ O] lh F+ NN N A {p C F+ lA w N N D1 A A W V 00 Q1 N V N l.n lD O w 0 F+ O N �D A w F+ O F+ A lD W lD M F+ M W 0 9 d V Vt N O� N W 01 01 O lD o A V N Ln Ol O N O V1 M lD In W N lJt F+ lD W W V A to N F• VI O W A W O V1 In W 00 O O W N �D 91 V A W O N 00 V O �n V1 F+ O Q1 tli W In A V1 W O O o O 0 N 0 0 0 0 0 0 In 0 0 0 0 In O tD O V N o 0 0 0 0 0 10 W A V O N o 00 0 0 0 0 0 sn 0101010101010 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O1 O A N O A O O o 0 0 0 0 0 H � i/f 00 t/� i/f Vf V} M1/} to i/F lD i/i tD N D1 Vf 01 V4 N t/l Vl F VT iR N 'N Vf Fes+ V A i/Y lR Ol V1 W th iR H Vi tM1 1�+ D V to W 0/ N O W V N A l)� lD S A A V Z W V N N N N h+ 00 Ol A tJt Vt F N N V V W l0 Ol .� lD Ol O V1 O N Vl lD N to A Vl O N N 10 0 M w N 00 lD 000 m m W" N W Vt 01 W O A W to V lD h+ lD a N V1 A O F4 V A Ol N lD 00 A V 00 A O A A 00 O V N O0 lD W D1 0 O W W In D1 00 co V w � A 0 l0 00 W 0 0 p O 41 O N 00 W Ol A N O A N r F 00000000000000AmNA Packet Page 1121- 00000 - .oNOO 00-0 � CD 0-02 CL m m m 0 o m c CD 'm Ol Cl)� o m m � � —v 3. �a V D N a 3 a CD 3 cn a d ° D ID m m O � W Z O fD m Z O N CD N 0 �?. o a acn A V W W (Ji 2/14/2012 Item 13. B.1. O O � O fD N gyp' n m m a C m o o � CD W (7 0) so m O � 3 (D �2 r N c N Cn W p y 0 a 3 a � � D " m 3 CD n W y � z Z n N C CL o vt o n N d d O V W Z> V V V V V V 0) 0) T O) m O 0] (D Ln W O M N Ot 0) (T Ut (T) N Vt A A A A A A A A A W O) A W N j O O OD V d) (S) A W N O 10 00 V O) 0n A W N 0 O W V 0 Ot A W N O W M W (D �7 Q) A N A 0 D u D D D v T o T T T T ?1 Z Z Z 0 -� N Z N Z N -1 -� -� m m m o m m 3 3 3 3 3 3 3 D i oN . oN . m m m 2' ? ? 0 0 m m v v v o L° i -(Oo m v m o o 0 m m m K v 3 w 3 d m 0 C y m o L 0 o v m v 9000 m 0 0 n > > 7 n o o ' a v3 �' -o v-o m o c 7 0 T T Cl d c N �3 c N o _ tcn 0 10 t> 0 c y N N 0 0 fD O O O .= O O G G t3 O AC /0 y d CQ ?A 0 G) 0 L7 > > 7 01 N W � � N � Ca O CO.+) O O O O O � � W _ A � a N ° < CN < O O � N 0) C9 <<< < O O O O 00 T A Z 2. Z �• > d. > d. 7 7 m> >> ne Off. N Ol x W °x O c J m Q O TT D o o D n n D 7i l=...0.. �• m m (D m �� cq eCOaC;Gnv m 'D m m "O rrr N N CD N W CD o N 01 m O. < 3 < < 3 0 R n N N 0 N 0 3 3 O n T T m 0 3 0o 0) a MW n T T T d 0 CD CL O O O W A (0 N C O O O O O O O O O O O O N O°C.� O 0 0 r T r T r T r T r T r T1 r -Mn r T ((�1''�� D jjff77 D (jTf17 D jj7711 D jjTT11 D j�7�1 D r T r T r T jjTf77 D jjTT11 D ((11ll D jjT1l7 D 11TT11 D [[T7'II D r T r T [� J� 171 r D T r T r T r T r T r T r w (n r r D cn t/� lA V1 /�jl 'VY V1 to Lf {M1 '�A t/f Vf W N tM1 F+ N V1 A t/f V th In W 00 t/f F+ N Vf N Vf N LM1 1+ iA 'N (0 Vl F+ A Vl N F lA N O N V 4/ti N N O N W H W W yn iA N N In lh N Vf A W N N 00 0 C C O In O V1 In O In O O O O In O O O o 0 0 0 0 0 0 0 0 0 In O O W O V M O O I--` O M O 3' 3 O O O O O O O O O O O O O O O O O O O O O O 00 O O O O O O O O O O O O 00 O O 00 pip O 0 .00 0 0 0 O O 0 0 (n 0 O 0 O 0 V In O 0 O 0 O 0 O 0 08 0 0 N N 0 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .., ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 010 0 010 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o S VT V! 4M1 th VT L? N LT W t/1 VT LT In 4h Vf W i/F {h F+ N VF VF N VV VV N Vl N VT F+ W N 1C1. C N N N W N V A N O N N O N N O O 0 O O N O In 0 0 0 a 01 N W W o O Ol 01 01 m 00 N O 0 0 0 0 0 0 0 0 0 1 In 0 V (n In o Vt 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 0 O 0 O 0 O 0 O O 0 o V to O O In O (n O 0 o O o N (n A o 0 0 0 0 N Z 0 0010 0 0 0 0 0 0 0 0 0 00 0 0 O 0 0 0 0 0 00 0 0 0 0 0 0 o 0 O 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 010 0 0 0 0 00101010 0 0 0 0 0 0 0 0 0 0010 0 0 0 lA V4 0 7 .� N N W 4/f Ol 1R N (O W (n A A V Ol Lf N i/T V W O N �I to N (A t!t t/1 Ot V VT W H N W N yn �I l0 (p Ol Vy 00 O N 0 0 0 In O O? O w O° In o A H O M A O O C 2 o 0 0 0 O O 0 O 0 0 0 0 0 0 O 0 O 0 O O 0 0 N In 0 0 0 ° 0 0 O° 0 0 In 0. N O 0 (.� 0 n O W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 o o 0 O O 7 O ° O O O O O O 00 O O O o 0 0 0010 0 0 0 o 00 00 0 0 0 0 00 00 T k VY N W to VF N F+ 'V� to lA Vl 4R Lf iA VI N F+ VT lM1 Vf N N to N N tR N V} iA N F+ �-+ W Ol W V V) W V W Q1 V1 00 N O N Ol 0 r, 0 O 0 0 Vl 0 (n 0 V1 0 A 0 V (n N (n 0 o 0 0 0 0 0 0 (n 0 0 0 0 0 (O 0 00 0 N 0 0 0 0 0 0 0 W 0 O 0 N 0 00 0 0 (n 0 O 0 0 0 M V o V A l.n In w o O o In V 0 V 0 Ol 0 �. 0 0 0 0 0 0 0 co 0 0 ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to 0 O 0 O. 0 N O 0 O 0 to 0 0 0 0 0 0 0 (p O' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (n 0 0 0 0 0 0 Ci to r Vf H VY + VT � yA A W /n � iOO /l ? + FN O h+ Y Vl0D VN F VA F N A VA N T A (A tW o VlOD T N V F(O n + VOO l T tW o Ol + FN N O f VIN .N lW FA + v(O y tW /� N VA y VN F PO �F+ . N N N N N y N O IFn VF+ I O ItN V M 0 N A W O a ° N 1 VN In o n In W O w lD 0 O O A l VN W W Vt 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 N 0 O 0 O 0 0 (O 0 0 0 0 0 0 0 w 0 0 O 0 a 1 0 0 0 0 0 In 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O 0° 0 0 0 0 0 0 0 0 O o 0 0 0 0 O o o O 0 2 4A N to N lA A to 00 N 00 t/f V to W W W t!L N Yh N Vf A l/� W N l!1 N F+ O VY Vt VY In lA N tM1 Vl V1 N N V1 F+ (O t/` A W lA N N W N th N yn .N yn W W O to N N f+ to F+ (O 'x co W N to to to Vl V lh N N 0 0 0 0 0 A n O O O w 0 0 A O N O N W O O A N V A 7 N n O O O O O O O O O O 0 O 0 O O O 0 O 0 O O 0 O 0 O 0 O 0 O 0 O 0 n 0 0 0 0 0 0 0 0 (O A N 00 (D W O In O (n O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.0 0 0 0 0 M A N N V Ol A h+ N N A T A (A O to 01 V In N W in (n /R F, 01 to N N i/F t/F N VT th N VF V1 In N W A A... N Vl V) VI V N W (0 d In N H N N F+ O W V N N O W W N O V1 M W O N In W (O N (O (0 0 00 n W O � p 01 (n Q1 (n Vl t+ A O N In A O V1 0o A N W N W O Qt O 41 O lf1 0o (D O In O )D t+ V N A )+ 00 (n l0 O V O) O In A O A N (n Vt O 01 F+ V 01 O Ql P 00 N O O In O V V O A N lJt A p N. - .� 0 0 0 0 (n O o 0 o V V 0 0 0 0 0 0 to O 01 O O O O O to O O o 0 0 (n O O w O w O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ° 0 010 0° fn N N W NZ- VY Vl + FIO N th W ZN N VO N A tW A l VO A f tiN N to dd— N /T N iO 'VT N A l VW F 'W V! 0O 1 to N A O D. O O !� Z I(n V V n V A �VOO Q n IO w w N �r 0 n F N N r N 0 LO (N n IN n O O 0 0 0o/1 W N l w w J O 0 0A 0 O O n IW n 0V1 OA D 1 O V W f oo0oo coo 000 o1 00cPketP e 1122 ��������� O O � O fD N gyp' n m m a C m o o � CD W (7 0) so m O � 3 (D �2 r N c N Cn W p y 0 a 3 a � � D " m 3 CD n W y � z Z n N C CL o vt o n N d d O V W 2/14/2012 Item 13. B.1. 00-0 d N O 0 _0a m N � m CL � o !D c CD 0 CD G) 2U o m � 3 " m f � N N fl 3 5 CD c CD D 0 3 ID ED y � `z II 7 CD y Z m O an O m CD y D m < C . a 3 CD v tD A V W (T Z t0 ID 0D W 00 O 00 00 W W W W 00 V V V 3 w W N O O OD V W 0 A W N O f0 co: V C. A D G) D' m 0 m y M C) x m o D ca m �; — j 3 aD i- d � m L1 -I O? C K C � r2 � � � D) � � � � Z m Z m z m Z m ID �mc'D -� -�`. Taw� fD M .y. mo� f0 �1a d= - m m m m Dl m ? 01 M N D) F F F oa y o N �L'. n ° °= 0 3 D M o '< DZD2D?DF m m m m m m m N N cC) D;•coD;• ° 3 m .[n3c mCn01 ,o Imo. r_.x -^.�?m Z[nfnfnfn m m m m �2n�� -N N O 7 yma �{ 7 N <D 0 0 0) d d N F oz O> G N m< Z Z 2 d d O j o O� a n� m � rM 0 c 7 O C m 3 N m n y D F I m I m �O I m ID m N m 70 -� ]cny rm O L^(a n. ZZaD0 d N �� 7 = 0 M <.c.. < m .Z1 Z1 .Z7 :0 NN C <_cpvo°1 »moo °mt���c j° ` 3 y n< ^ °vvvv Z ? G _ d "' m N m ° G 3= y ry N. D) d N o N O' N CD CD v, is yo• mn y - CD '" �? m T 0 -� _ m Z =Tcn m -' J a o m m m CL cDi o m y < cn m 3 •= o. F D a n� � ufD D m �0 Z° Q) y - m ° 3 _. 7 C cn 01 G O' O Z ... N 7 T m O 0 y m m W W o F p D )S 3 °Z 0{ a = C)02c m. m CD CDv 3O N m O Co CO O O Ol y (n A p CD = CD y CD O O O � Z -0 Q CD 0 ED CD (O� �! � 0 CD ry O O O w °' y O O O lycoU Z 0 �' �I? m p Cm ) CD O to o °o 10 m � . 0 m � y O. CD V Ln M O v 0 O C � � W 0] W y y y H- N � C D D D D MD ➢ D D D WIT D T T D D Z N N C co -C O y z 0 a •-G M N V N i/Y N F+ In N In t/f 4+ N O N O N 00 A O Vy N W lA N N N lA F+ N 4+ N r In CD C C .� m m° y y 0 y M m y o mmmmmmm M y y y y y y y a o n o o v o 0 0 o m o N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 In 0 0 0 0 0 0 0 0 0 0 0 0 0 s ip m o 0 0 0 0 0 0 0 0 0 0 0 0 0 in 0 0 05 N 0 '. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z cr a N ° 2 ° m o 3 0 o �c?� iD L o� in v nr v v n�v v. v v nv v ip' O CD D y 'mmmm : m �° `< O N : m m :: m mmm C : (P m H In n F W N A 'D 01 N O V N N N h N N 7 (p p1 N ' y y y y y y 0 m C p a, y y y to y y- O V V O 0 0 O 0 O 0 O 0 co 0 0 0 0 0 W In N In N In O O 01 O In O 01 In O O �. y o m A V 0 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 W N CL C1 V 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C=7 Z < tN 0 W N N -4 tR VT VT Vf to V� 7 l~n w N V O A O N A N N N N N H � w O O y. O O y y O y O m m y y m m y m c" O ,O O O O O O O V I n I 0 0 0 0 C 7 O w . O O Cl O O O 0 n CD T 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V0 CL» 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I CD mm CD 0 m m m m m m m M m m m N 4n V +n to N w In N O V N to r rn W to CD C! - O 0 d. y y y y y y y y y y j O Vl O /n V ID 0 O A O O N In O W N In O d O ` 10 0 0 0 0 0 0 o 0 V 0 0 0 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 0 0 0 0 0 0 0- �p N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n 01. N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CD O D 0 O y y N iv w yr v. to v. 3 3 '� -� Q { Q -� -� Ot. w frail fm/� ?. y fm/� ?. y (ran w 0 N 0 mil N N 0 O 0 In 0 O 0 N 0 O 0 00 M O O Qt w Ot O F+ N N 0 H O V1 O 01 N N O W 00 lD O 7 7 � OT' W y y O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 O > > 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 r S C m CT pd l/, 41- O 1-' mmmm -� -� m 3.m" mmmmmmm N v 00 00 0 0- to o A 0 v to V O O 0 A A X00 O v+ y y y y = O y y y y y y y co 0 0 0 0 0 0 0 0 0 0 to O o 0 o A o 0 N 0 O 0' .p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Gn 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 z O 40 N m N V VF N iR lA lh N VD lA Vf N tl ih F+ � fD A C{ mmm C CD m c V M C mmm C M mmm M M m CD V Vt H V1 N N N V lD D lD A Vt Ol W W N N yn F+ Ot C 9 d y y y y 3 tp O O O N 00 N W 0O O A N a0 W ID ID W l0 O W A In 00 O l0 In C1 N f0 O O O N Ol O P O 00 O O O O O p' A o 0 0 0 O 0 0 O 0 O O 00000 0 (n W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M (D -:: 'G N ~ �' �' N F+ I-` V N N h+ N O V O O a m m m m m y m m y y m y O^ O 01 l0 - M N V A 01 w 00 lD 00 a M O rNi. rNi A Ol W W A N A 0 �-'• F Packet Pa e- 1123 - o00000000� 0 ' 00-0 d N O 0 _0a m N � m CL � o !D c CD 0 CD G) 2U o m � 3 " m f � N N fl 3 5 CD c CD D 0 3 ID ED y � `z II 7 CD y Z m O an O m CD y D m < C . a 3 CD v tD A V W (T Packet Page -1124- 2/14/2012 Item 13. B.1. oo� m CD � o m m ao� �° a awn Q O � r W N N G) m �CD o m -i 3. a w U) N C W p N 0 0 3 a CD Cr d << D ID 3 n CD N a Z 0 m N Z O OO 7 N O Ct) N m a3 CD to A w M Z 3 Cr O M CD N CL CD L W Co W (n C O O CD --i O J N L 0 N O O A N A II O� 7 I C A C lC C 3 - � p F A 0 _xo 'O o o �a N � — N 7 Z A O N O 7 n G O O O O 7 m od m O O 7 � 7 f0 Cl O n O 3 _3 O y _. m o 7 O1 S n N x' N 7 O m 0 m D i N � W N f D o a F � rF n oo� m CD � o m m ao� �° a awn Q O � r W N N G) m �CD o m -i 3. a w U) N C W p N 0 0 3 a CD Cr d << D ID 3 n CD N a Z 0 m N Z O OO 7 N O Ct) N m a3 CD to A w M Rick Scott GOVERNOR ............................. FLORIDA DEPARTMENTof ECONOMIC OPPORTUNITY ............................................ ............................... January 10, 2012 Ms. Lisa Oien, Grant Coordinator Collier County Board of Commissioners 3339 Talniami Trail. East, Suite 211. Naples, Florida 34112 -5351 2/14/2012 Item 13. B.1. Doug Darling EXECUTIVE DIRECTOR RE: Florida Community Development Block Grant (CDBG) Disaster Recovery Program Contract Number: I ODB-D4-09-2 1 -01 -K09 — Collier County Contractor Clearance — Service Areas 3 and 4 Dear Ms. Oien: We have reviewed the bidding and contractor information for the above referenced projects. Douglas N. Higgins, Incorporated, is not on the list of firms excluded from receiving federal funds. The contractor /subcontractor (lower tier) eligibility certification form, posted on the CDBG website, allows a contractor /subcontractor to certify that neither it nor its principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fi•om programs receiving federal assistance. Each contractor and subcontractor must execute this certification prior to working on the project and the certification must be maintained in your project files. Please submit to the Department a copy of the Notice to Proceed after it is issued. The information regarding the construction period is used to schedule monitoring. An updated HUD 2880 form reflecting the participation of the contractor should be submitted when the construction contract has been executed. If you have questions regarding these matters, please contact me at (850) 717 -8438 or via e-mail at carl os .collins(a)deo.Inyf!orida.colm. Sincerely, C e Carlos B. Collins, MBA Community Assistance Consultant Florida CDBG Disaster Recovery Program The Caldwell 13uilding 107 E. Madison Street Tallahassee, Florida 32.99 -4120 850 245.7105 71 'Yi'rDD 1- 500 - 955 -5771 Voice 1-800-955-8770 Floricla..Jobs.org An equal opportunity emplover /program. Auxiliary aids and services are available upon request to individuals with disabilities. All voice telephone numbers on this document may be reached by nersons usine T'rY;'1'r)l) equipment via the Florida Relay Service at 711. Packet Page -1125- 7i-