Loading...
Agenda 09/11/2012 Item #16A209/11/2012 Item 16.A.20. EXECUTIVE SUMMARY Recommendation to award ITB #12 -5929 for the ')traffic Signal Upgrade at the intersection of Pine Ridge Road and Pine Ridge Crossing Shopping Center Entrance to TransCore ITS, LLC in the amount of $329,006.03 for Project #601,72. OBJECTIVE: The purpose of the project is to upgrade the existing span wire traffic signal installation to a steel mast arm assembly at the intersection of Pine Ridge Road and the entrance to the Pine Ridge Crossing Shopping Center. CONSIDERATIONS: Span wire traffic signals within ten miles of the coastline are subject to damage by high winds and possible complete destruction during a hurricane. Replacement of this existing span wire traffic signal with a steel mas arm assembly will result in a more secure traffic control installation during inclement weather. Signal upgrades will also be included with this work. On July 16, 2012, notices were sent to 1,911 prospective bidders and 42 bid packages were downloaded for ITB #12 -5929 Traffic Signal Upgrade (Pine Ridge Road and Pine Ridge Shopping Center). A pre -bid meeting was held on July 26, 2012. Five bids were opened on August 7, 2012, one bid was non - responsive, and staf evaluated the submittals listed below: TransCore ITS, LLC $329,006.03 Bonness, Inc. $332,044.12 American Lighting and Si nalization, Inc. $334,458.99 Highway Safety Devices, Inc. $353,390.40 Traffic Control Devices, Inc. Non-Responsive The Engineer's Opinion of Probable Cost for this improvement was $287,917.74 which is 14.3% below the lowest bid received. Review of the Engineer's Opinion of Probable Cost revealed that the largest discrepancy between the estimate and the bids received occurs in the price of the two mast anns in the project. The Engineer's estimated cost was $62,000 for the mast anus whereas the bids received indicate that the bid cost of the mast arms ranged from $114,800 to $137,952.30. Averaging the four bids received we find that the bid cost is approximately $123,325.00. Based on the bids received and due to the variance occurring primarily in this one item, staff recommends awarding ITB 912 -5929 to TransCore ITS, LLC as the lowest, qualified and responsive bidder. FISCAL IMPACT: The contract amount of $329,006.03 is available in FY12 under the Transportation Supported Gas Tax Fund 313, Project 60172. The mast ann assembly has a life cycle of approximately 30 years with annual maintenance and operating costs of $9,125 per year. GROWTH MANAGEMENT IMPACT: There is 'no growth management impact associated with this Executive Summary. Packet Page -2178- 9/11/2012 Item 16.A.20. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. RECOMMENDATION: That the Board of County Commissioners award ITB #12 -5929 Traffic Signal Upgrade at the intersection of Pine Ridge Road and the Pine Ridge Crossing Shopping Center to TransCore ITS, LLC in the amount of $329,006.03 and authorize the Chairman to execute the attached agreement after final review by the County Attorney's Office. Prepared by: John W. Miller, Project Manager,Traffic Operations, Growth Management Division Attachment: Bid Tabulation, Agreement Packet Page -2179- 9/11/2012 Item 16.A.20. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.20. Item Summary: Recommendation to award ITB #12 -5929 for the Traffic Signal Upgrade at the intersection of Pine Ridge Road and Pine Ridge Crossing Shopping Center Entrance to TransCore ITS, LLC in the amount of $329,006.03 for Project #60172. Meeting Date: 9/11/2012 Prepared By Name: MillerJohn Title: Project Manager,Transportation Engineering & Const 8/14/2012 1:40:12 PM Submitted by Title: Project Manager,Transportation Engineering & Const Name: MillerJohn 8/14/2012 1:40:13 PM Approved By Name: Tara Castillo Title: Fiscal Technician,Transportation Engineering & Con Date: 8/14/2012 4:31:25 PM Name: LynchDiane Title: Administrative Assistant Date: 8/15/2012 1:46:11 PM Name: TaylorLisa Title: Management /Budget Analyst,Transportation Administr Date: 8/15/2012 3:14:23 PM Name: KhawajaAnthony Title: Engineer - Traffic Operations,Transportation Engineering & Construction Management Date: 8/15/2012 5:23:37 PM Packet Page -2180- 9/11/2012 Item 16.A.2O. Name: BathonDale Title: Project Manager, Principal,Transportation Engineer Date: 8/17/2012 1:39:46 PM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 8/22/2012 4:11:17 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 8/23/2012 2:25:22 PM Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Date: 8/24/2012 3:02:24 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 8/24/2012 4:45:43 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 8/27/2012 10:43:43 AM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 8/27/2012 3:37:04 PM Name: KlatzkowJeff Title: County Attorney Date: 8/28/2012 8:53:32 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 8/31/2012 3:46:05 PM Name: OchsLeo Title: County Manager Date: 9/1/2012 3:01:28 PM Packet Page -2181- 9/11/2012 Item 16.A.20. Packet Page -2182- i A D n L S u n D i u 3 D -a 'v 7 3 � � W a C a N mm �+ CD °m tO a � m c CD c CD a 0 N N Q N O a N a z0 n N O_ N CD O O CD CD CD N d a(p �o N CD j a V a O N F O 2 N 0 d CD CD N n a O a o CD a CD O CD a 0000000 ID CD T O CD CD O 000 CD CD Cn CD D O O OO Co ID o O Cn 000000 O V N O 0 0 Cn (n 0 0 W W 000 Cn Cn (D W Cn Cn O O (n0000O A W D CO W W (n N W W O O Cn Cn Cn N N N (n W N W O -.4 W N W N -� O O D (D (b 6 Cn W W N �+ Cn �� V V j j w N � v - - N -+ .+ (O N W w N W N (n A CO m N Co 3 _ M-4MMMMAOMMMCnc�MMmm5m M m m m m m O m m m p m m m m- m ;ox >> 13C5005500MC z C z O O m O O O -UM> c� m D 0 m m����� r���� O z � 0 2 2 Z° D D M m Z� Z Z Z m z z vT -� K Z tp Mm000 OM000�j- { °OOODTMTMD D00000=mpO -r- K z<<<<< M<<< m m r - - - r D r C C� A A D X z< m- ODmmmmmmmmmK0M4M m��c�a�Gn3a�v- �=Znn tozm ° mm-- JmDDZN <rrD D �r�DTmoo5MxC,0000>rG)G) ��mmnnm> (n ��cneos�D TTZmmp pmmOz5° - m IF OF 07D= z- z 0 < D z oD- m T r� -I� 0 0 0 0 0w Z z D m D z Co -_rwo mocowmX C Z DTn D w m z w C�CMZ -r >Cn -in- T --1 r Dm AXiD >x00r- K- i�mCDOm°x� O 0 r- l-MM> >cn DDCpo. x- �- z ®�� m= uiT > zzD z mo mmDO G)mmp °p°��Tr_ww_cDi>nz�m�m�zm���� - -mm i z� :1 < M 0° m 0CnK Z o m r °_ m rn o T p T z 3m cDn n vmicn D T o° mmrrD W W �w MXZMM0rnG)�nvc)T A moCnOmni�p- D rDR=1C rsw - �--r(� mx m- p Cn0 Z cnz pfd ,�Cn 3ZZCrDK� CnOm�m rD� --i nnCA�COnn - 1TT�z= -ITTF)90 ,-<N-�Cci�A� n�zm -fin M D ��wm� Docnzoopopoz,�00pom?O� (n ° �nm m -i �)mr Cn {m D"'mxx- -C°ZZ- m A O V CWD f _ V W N A A ( N(n W -OCn 0 (nOO V (n O(n -+ C TTT TZZ T�D��DDDDDDDDcDnDDDDDuDisDi cDaDTD cpernCa N � 69 fA 694A EA 69 EA fA (fly fA b96969 to 69 EA 69 EA (A 6969 Vi 69 EA EA 69 EA EA EA fA b9 ii9 6969 C N Co ON O V O Cn-I OD Cn O O N N_ N O -+ V V Cn Cn W A-- Cn O Cn N 0 W 0 0 O Cn 0 0 W N 0 (n O O O N A O -+ Cn W W Cn O Cn M - ? o o O O (n O O O N (n O O 0 0 O O 0 0 010 0 0 O O N O o 0 O O 0 0 O O 0 0 O O 0 0 O 0 N 0 0 o o W N O W O 0 0 N O 0 0 O V 0 0 O O 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 Cn O O A O O O O O O O O O O m 6A b96969 fA 4A fA Eli fA fA to 6969 69,69 6A to 69 E!169 fA 69 [ii 69,69 69 69 69 69 6e fA 69 69 69 69 6e O N N N M > a 0 N O Cn V O Cn N O O O O O Cn Cn O N A O O A A O o o 0 W CD A 0 Cn N O Co O V W M N O Cn CO Cn Cn N A CO W O Cn O W O N Cn O N CD O Cn O N O N O Cn D Cn r O OON ON(nOO W OOOA00000000 W pp 90 p OOO-;l nCn OOO N O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 O O 0 0 O O 0 0 O O a 0 O Cn O o 0 0 0 0 0 0 0 0 0 0 0 CA 0 0 0 0 0 0 0 0 0 0 0 0 19 bA fA EA EA 69 y1 fA 6/i EA EA EA fA 69 fA fA EA EA fA 69 69 fA 69 69 EA 6q 4�') '�A 49 EA 69 6'1 Cfl fA b9 Ei1 C Z W W V ON DOD A OCn-7 ANA-+ N N -W OO N O ACn N O O O AW CnAOON O p A-4 N CD W O p W M V CO N V O V -. V W (D V O N ACn A N W N N V Cn W ON V N V AOO N N Cn O O � O? NOS W O (n W O N N W 8 O � V O O O W CO CO N O 0 0 V W N A M W Cn cD O O A O 0 Co A O O A W Cn O Co N O W CD O A Cn A W (n V N w Cn Cn O CD N O O N m EA fA en 69 EA fli 69 <-A EA fA 69 fA fA vi 69 EA 69 'Be fA fA 69 n 69696969 EA fA in 69 fA fA 6969 H9 EA O O W W V N - O (n V - W W W V Cn A W A CD W N W O O � (n D I) -� W � W A W O? (O S A W N W -. Cn C9 CD V O Cn � v O W v? N O O? r W N O r') O Co W N rn j O W O N A O W O O W Cn A O p W M O p E, V (n W V W Co W N N W In Cn N N M N p N W N N O CD CD O Cn V A CA V O O N --4. N O O O O O V o W A A O O W N O w V Cn o V A A O A V O 0 A O CO M O N A In O N O CD N N W M O Cn N V CA W Cn N O In V CD O O Cn A N A N 0 0 0 O A Cn O CD N EA fA EA EA Efl 69 fA 69 EA 69 69 V9 fA 69 69 EA V3 EA EA EA EA 69 (!! 69 EA EA EA 69 69 iii iA EA 1.9 (A 69 69 C W CD O O N V O j (O O�OO V W -+ O V V A (nOOO W O A W O 'o W ACo Cn JCnp'D A N ppop ow Oooncn00000<no-W 0 o0 ocnu MM EA 69 EA 69 69 69 EA fA ffl 69 EA 69 69 69 6A 69 69 EA V1 69 69 fA fA EA Efl EA fA 69 69 d9 EA EA fA EA fA E9 O (p W (pO� N AfD V W W j N - DA A W D A W W O(n CO n V 0 C N (O CD O O (DNA(nON W V W W A 0 0 0 0 A0 + O Cn H O CO W OO(n Cn 0 W A C OW C' V W oO 0NCn O r, 0 N O (N 11 O A 0 0 0 0 N O O Cn (n O O O O O n O O O O O O O O 00 O O O O O cn o 0 0 0 o 0 0 0 o o 0 0 o O 0 0 0 0 0 O 0 000 O O O to O O o a 0 0 0 Cn 000 O O c O O c 00 (n O O O O 0 CID O fA EA EA EA EA 69 69 69 69 fA EA 69 69 69 69 EA 69 EA fA 69 69 EA EA EA fA fA 69 EA fA EA iH 69 fA fA 69 69 C j Z_ W � O CO O N tD W O -I N W�� O N. W o W O Cn V CD O O A W (n A O N O CD O j W A V O O A O N W V 0 M W V N O V A O O O V W N N Cn O tD O N. j O O N N V N N 0 0 O Co 0 O O N O-0 O r CD AOO o OOO V Cn N CO CON W V NO V A CD Cn A00 -4-0- �A O V OOO�r% N W N N V A Cn Cn O CD O Cn W V C- A O Cn V O A W O N O V O O N Cn O Cn M V N m fA EA to 69 69 69 1.9 [A 64 EA 69 69 H fA fA 6/i 69 EA fA 69 69 ffl EA ffl 69 Efl EA 69 6i 69 fA 69 EA fA fA 6e 0 O) Co Cn ? W N (O -O W W Cn N V N N V A ACD W O N AO N O CDO C2 O j Co �-+Cn A NN jONO V Cl W W j j0 Ln Cn W A W W A W A CO W O W o CD O Cn W o O CD N N N A O W N W O CD G O O N O O V O O V CO O N O O A V O Co A Co p N p o O O O rn N O V N E M O O Cn CD W o -4.0- Cn N 0 W W (n W O W W W N W 0 0 O N 0 W W W W O V O Cn N O A N O O O Cn O O o o V O o A N 0 Cn N O Cn V N O C � Z FD -i o M 'm n M m O D r Packet Page -2182- i A D n L S u n D i u 3 D -a 'v 7 3 � � W a C a N mm �+ CD °m tO a � m c CD c CD a 0 N N Q N O a N a z0 n N O_ N CD O O CD CD CD N d a(p �o N CD j a V a O N F O 2 N 0 d CD CD N n a O a o CD a CD O CD a �0 5M CD N d m� CD o d� m C n c m 3 (D 3 m 9/11/2012 Item 16.A.20. V V V W V V W W V j W j j j A W D N N N Cn A m W .'.ice- a�����- i- i- i•-i -i cnv�- DicnZCncncnmmmm 2M00=0-00 T T T T X W X .X X T zz 9 K� K aDODO--- 100XMM'OaOo nnm M=!MzZzzMMcDn>>M T M m m -I to T Fn -j Cn (n - Q n n n n n n z Om000> C C z K z z z D D D > D -1 Mzo =w- Mz:zmmmm0 KM 0 '2 ooMO--M -1- zo ** 5 -i-zi? �Z. m m D m Z.��7 'T I.M M N N V I O �Cn N O-+O� �AOwCnN O (n Cn G C mr m mmmcnr - r- r -z D T D >i> D T T T T N 6q 69 <A 69 69 69 69 69 69 63 C z -i O N O N Cn 0 M 0 0 O o 0 o N O N 6 0 00 0 0000010 W m <A Vl <A fA 69 EA 69 EA w EA En 69 lA 0 (D r Cn 00 Co 0 0 O O V (n O O N O W (O V 0 0 0 O, 0 0 o O V O V (D 0 0 O O O O O N 04 (A 69 FA 69 <n 69 69 In 69 63 C z 1 00 CM (n N Cn W NV Co wW CoN n n Cn N (D V 0, Com fn 69 69 69 69 63 69 <A 69 69 6i 69 W O N ? D 0 w�a r Co o AO ANN N A W W Cn N OAO W NNNN ID �(n Cn W N (n N Ol N -Co A O V IJ O 0 0 O N N Ul N A 69 69 6i 69 <A 6A 69 <A Efl 69 C Z 1 O Q1 O O V o A Cn 4 N N 0 W N 0 I O OO Cn W IV (D Nn 00 0 10 000000M 19<A fn<-A 6969 b9 69 69 69 69 'EA <A O w C w a D - W N-4 A M? N N r (D (O � O O V N O O V 0 O A Cn N O N O N� V A V O A O coo Cn O o O o 0 0 0 0 0 0 01 Cn 0 0 N 0 '691,9 69 W A 69 69 69 69 69 C Z Co N 4 NON W M v N Cn A A M V V Cn N A O N A m m m 69 Vi 61 1w 69 69 69 69 69 61 69 69 69 O W ND � A W r O N N N W M Co N O 08 mN.- O N A 0 (n (D w O 01(D I N N V V o (n N O . N O N O N N? W V (n Co ? O A O N O Co C z M 0 M z 0 o -{ D � r 0 0 rn <' CD Packet Page -2183- W _0 w CD o s o C n N CL o Co CD m CL W T 'm Cr M CD d 0 N N Cr N a a 0 N d ZO N O N0 N O O CD JC (p (p N (OO N d d T (n w 0 N M d d O N ,i o O N ma m (D N CL o 0 0 M � 3 CD Cf a (D n N <' a 9/11/2012 Item 16.A.20. Tier COW3t„ Admiirtisba&e 'Sews Purchasing Pine Ridge Road at Pine Ridge Crossings Signal Upgrade COLLIER COUNTY BID NO. 12 -5929 COLLIER COUNTY, FLORIDA Rhonda Cummings, Procurement Strategist Email: RhondaCummings @colliergov.net Telephone: (239) 252 - 8941 FAX: (239) 252 - 6700 Design Professional: Cardno TBE Putiawxd Def�4. 3327 Tamiami Trail East - Naples, Florida 34112 -4W1 - %Vwm.co6iergoY.neUpurohasing 1 Packet Page -2184- 9/11/2012 Item 16.A.20. TABLE OF CONTENTS PUBLICNOTICE .......................................................................................... ..............................3 PART B - INSTRUCTIONS TO BIDDERS .................................................... ..............................5 CONSTRUCTION BID ............................ ................................................. .............................14 BIDSCHEDULE .......................................................................................... .............................15 MATERIAL MANUFACTURERS ................................................................. .............................16 LISTOF MAJOR SUBCONTRACTORS ..................................................... .............................18 STATEMENT OF EXPERIENCE OF BIDDER ............................................. .............................20 TRENCHSAFETY ACT .............................................................................. .............................21 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS .............. .............................22 IMMIGRATION LAW AFFIDAVIT CERTIFICATION .................................... .............................23 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 ........................ .............................24 BIDBOND ................................................................................................... .............................28 BIDDERSCHECK LIST .............................................................................. .............................29 CONSTRUCTIONAGREEMENT ................................................................ .............................30 EXHIBIT A 1: PUBLIC PAYMENT BOND ................................................... .............................37 EXHIBIT A 2: PUBLIC PERFORMANCE BOND ......................................... .............................40 EXHIBIT B: INSURANCE REQUIREMENTS .............................................. .............................43 EXHIBIT C: RELEASE AND AFFIDAVIT FORM ......................................... .............................47 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ........ .............................48 EXHIBITE: CHANGE ORDER .................................................................... .............................51 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................. .............................52 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................... .............................55 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................. .............................56 EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS ........................ .............................88 EXHIBIT J: TECHNICAL SPECIFICATIONS .............................................. .............................89 EXHIBITK: PERMITS ................................................................................. .............................90 EXHIBITL: STANDARD DETAILS ............................................................. .............................91 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................. .............................92 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ...............93 2 Packet Page -2185- c'-OT er County Administrative Services Mision Purchasing Memorandum 9/11/2012 Item 16.A.20. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #2 Date: July 20, 2012 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 — ITB 12 -59n Pine Ridge Road at Pine Ridge Crossing Signal Upgrade The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Exhibit J — Technical Specifications is missing 685 -106. (See attached). c: John Miller, Project Manager Please ' IOlicitat I ra ('Name of Packet Page -2186- 1 v 9/11/2012 Item 16.A.20. To be included with Exhibit J UNINTERRUPTED POWER SUPPLY (UPS) Pay Item 685 -106 A Traffic /ITS Uninterruptible Power Supply (UPS) shall be furnish and installed at each signalized intersection. The UPS shall be a Clary SP 1250PD -N (PLUS) with internal SNMP option providing TCP /lP capability to Internet or approved equivalent meeting the following specifications: The Traffic/ITS UPS system with batteries shall meet or exceed the NEMA Environmental Standards without the aid of heaters and/or air conditioners. The included non - gassing battery set shall meet or exceed the requirements of Mil -Spec #MIL- B- 8565J. Documentation from an independent testing facility shall be made available upon request. The true Digital On -Line full double conversion Traffic/ITS UPS unit shall use programmable digital technology to create a Power Factor Corrected and fully regulated and conditioned, pure sine wave output power. All power to the cabinet and signals shall be supplied by the UPS which converts utility AC to DC and then digitally regenerates clean regulated AC to all cabinet and signal loads. The resulting continuous AC output shall be a pure clean regenerated sine wave at 60 hertz, nominal 120 volts. The UPS unit shall automatically correct the utility input power to all connected cabinet and signal equipment (power factor corrected). A fully programmable digital flash timer must be included. The UPS shall supply continuous uninterrupted no-break power to all loads at all times, regardless of utility spikes, sags, surges, brownouts or blackouts and status of battery charging system. The Traffic /ITS UPS system shall be fully software / firmware programmable. UPS shall be capable of Local and/or remote programming. A Windows software program shall be included as part of the UPS system to allow the user to easily make operational and communications changes. The UPS unit shall utilize a hot swappable design of the UPS, and or batteries that facilities ease of maintenance. The complete UPS system including Power Interface Module and/or Manual Bypass Module with batteries shall have a full two year factory warranty. Optional battery mounting trays, high capacity batteries, SNMP,WAN -NCTIP interface are available. OPERATION: A. Unit shall be capable of on -site programming without the use of attached computers. B. On -line technology shall be supported and 100% of the load shall flow through the inverter 100% of the time to isolate and protect the attached equipment. C. Power connection shall be made to the front or back of the UPS chassis to support optional cabinet mounting. D. The traffic system shall support two modes of operation; Off -line (Standby operating mode which supports power outages in the flash mode) and Online (Continuous operating mode which supports power outages in the full online mode). E. The traffic UPS shall be capable of providing continuous, fully conditioned and regulated sinusoidal (AC) power to selected devices such as signal controllers, modems, communication hubs, NTCP adapters and video equipment. F. Up to the maximum rating, the Traffic UPS shall be capable of supporting all cabinet systems, regardless of power factor rating, without overdriving the poorer power factor LED heads which may cause early degradation, low luminosity or early signal failure. 1 of 2 Packet Page -2187- 9/11/2012 Item 16.A.20. G. Upon loss of utility power the Traffic UPS shall insert battery power into the system via a supplied Power Interface Module (PIM). In case of UPS failure and /or battery depletion, the PIM will ensure that the UPS will drop out and, upon return of utility power the traffic control system will default to normal operating mode. H. The By -pass switch shall enable removal and replacement of the Traffic UPS without shutting down the traffic control system (i.e. "hot swap" capability). Connectors shall be equipped with a "safety interlock" feature. I. The UPS shall support generator input without going to batteries. J. The UPS traffic control system shall be capable of "cold starting ", starting when no utility AC is available, i.e. starting while on batteries. K. Existing cabinet Flasher Modules and Flash Transfer Relays shall be utilized. L. To facilitate emergency crews and police activities, the Traffic UPS shall be compatible with the police panel functions. M. The Traffic UPS shall not duplicate or assume flash operation or flash transfer relay functions. N. The UPS shall deliver 120 V ac out +/- 3% with an AC input between 85 and 135 V ac without discharging the batteries while operating in the true Online Mode. O. The SP1250PD -N (PLUS) shall support load increases to 1400 watts for ten seconds through the full NEMA temperature range of -40'C to + 74° C while on continuous battery operation. P. The Traffic UPS system shall be UL listed and conform to NEMA standards for traffic control systems. 2of2 Packet Page -2188- C.oer County Administrative SeMoes Division Purchasing Memorandum Date: July 20, 2012 9/11/2012 Item 16.A.20. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #1 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 — ITB 12 -5929 Pine Ridge at Pine Ridge Crossing Signal Upgrade The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION: Add slots to upload bid form and other documents requiring signatures. c: John Miller, Project Manager 1 Packet Page -2189- 9/11/2012 Item 16.A.20. PUBLIC NOTICE INVITATION TO BID Pine Ridge Road at Pine Ridge Crossings Signal Upgrade COUNTY BID NO. 12 -5929 Separate sealed bids for the construction of Pine Ridge Road at Pine Ridge Crossings Signal Upgrade, addressed to Ms. Joanne Markiewicz, Interim Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:00 P.M. LOCAL TIME, on the 7th day of August, 2012 at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non - mandatory pre -bid conference shall be held at the Purchasing Department, Conference Room A, at 10:30 a.m. LOCAL TIME on the 26th day of July, 2012, 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, Pine Ridge Road at Pine Ridge Crossings Signal Upgrade, Bid No. 12 -5929 and Bid Date of August 7, 2012 ". 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.coiliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5 %) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. Packet Page -2190- 9/11/2012 Item 16.A.20. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within one hundred and twenty (120) 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 16th day of July, 2012. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director Packet Page -2191- 9/11/2012 Item 16.A.20. PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and /or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his /her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner pages T -1 through T -12 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete'the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be Packet Page -2192- 9/11/2012 Item 16.A.20. enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the , Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the 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. Packet Page -2193- 9/11/2012 Item 16.A.20. Section S. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior rl Packet Page -2194- 9/11/2012 Item 16.A.20. to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by ail bidders at the Pre -Bid Conference is non - mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non - responsive or irregular if such materials are not specifically named by Bidder. Packet Page -2195- 9/11/2012 Item 16.A.20. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re- negotiate any unit price(s) where the actual quantity varies by more than twenty -five percent (25 %) from the estimate at the time of bid. 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. 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 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Purchasing professional of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said Packet Page -2196- 9/11/2012 Item 16.A.20. notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at http: / /www.colliergov.net/Index.aspx ?page =762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida (FI 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. 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -focal bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. 10 Packet Page -2197- 9/11/2012 Item 16.A.20. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act ", Collier County will pay 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. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. 11 Packet Page -2198- 9/11/2012 Item 16.A.20. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de- certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part 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. 12 Packet Page -2199- 9/11/2012 Item 16.A.20. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a proiect for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the 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 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 13 Packet Page -2200- 9/11/2012 Item 16.A.20. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Pine Ridge Road at Pine Ridge Crossings Signal Upgrade BID NO. 12 -5929 Full Name of Bidder TransCore ITS, LLC Main Business Address 12821 Commerce Lakes Dr., Suite 11 Place of Business Ft Myers FL 33913 Telephone No. (239) 561 -1853 Fax No. (239) 561 -7653 State Contractor's License # CGC15145757 / EC0002393 State of Florida Certificate of Authority Document Number M05000005672 Federal Tax Identification Number 94- 3198006 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 14 Packet Page -2201- 9/11/2012 Item 16.A.20. COLLIER COUNTY BID NO. 12 -5929 PAY ITEM DESCRIPTION QTY I UNITS UNIT PRICE TOTAL 101 -1 MOBILIZATION 1 LS $ 31,899.12 $ 31,899.12 102 -1 MAINTENANCE OF TRAFFIC 1 LS $ 16,882.87 $ 16,882.87 110-4 REMOVAL OF EXISTING CONCRETE PAVEMENT 45 SY $ 66.65 $ 2,999.25 285 -7 -15 OPTIONAL BASE GROUP 15 45 SY $ 66.65 $ 2,999.25 334-1 -23 SUPERPAVE ASPHALT CONCRETE TRAFFIC C 2.5 TN $ 181.76 $ 454.40 337 -7 -33 ASPHALT CONCRETE FRICTION COURSE TRAFFIC C 3.7 TN $ 272.65 $ 1,008.81 520 -1 -10 CONCRETE CURB AND GUTTER TYPE F 1781 LF $ 22.42 $ 3,990.76 522 -2 CONCRETE SIDEWALK, 6" THICK 110 SY $ 68.16 $ 7,497.60 555 -1 -2 DIRECTIONAL BORE 6" TO <12" 395 LF $ 31.48 $ 12,434.60 630 -1 -11 CONDUIT (F &I) (ABOVE GROUND 5 LF $ 41.77 $ 208.85 630 -1 -12 CONDUIT (F &I) (UNDERGROUND 450 LF $ 6.08 $ 2,736.00 632 -7 -1 SIGNALS - CABLE WITHIN INTERSECTION (F &I) 1 PI $ 3,592.82 $ 3,592.82 635 -1 -11 PULL AND JUNCTION BOXES (F &I) (PULL BOX 13 EA $ 280.48 $ 3,646.24 639 -2 -1 SIGNALS - ELECTRICAL SERVICE WIRE (F &I) 751 LF $ 2.53 $ 189.75 649 -31 -999 STEEL MAST ARM ASSEMBLY (F &I) (CUSTOM 2 EA $ 59,673.94 $ 119,347.88 650 -51 -311 TRAFFIC SIGNAL, (F &I) (3 SECTION 1 WAY LED 17 AS $ 716.49 $ 12,180.33 650 -51 -511 TRAFFIC SIGNAL, (F &I) (5 SECTION 1 WAY LED 3 AS $ 1,148.77 $ 546.31 653 -191 PED SIGNALS (F &I) (LED COUNTDOWN 1 WAY 8 AS $ 570.91 $ 4,567.28 659 -107 SIGNAL HEAD AUX (F &I) (ALUMINUM PEDESTAL 8 EA $ 632.25 $ 5,058.00 663 -74-14 VEH DETECTOR ASSEMBLIES (F &I) (EMG PREEMPT 4 EA $ 2,427.70 $ 9,710.80 663 -74-15 VEH DETECTOR ASSEMBLIES (F &I) (VIDEO 4 EA $ 6,603.14 $ 26,412.56 665 -12 PED. DETECTOR (F &I) (DETECTOR WITH POST & SIGN 1 EA $ 310.33 $ 310.33 665 -13 PED. DETECTOR (F &I) (DETECTOR WITH SIGN ONLY 7 EA $ 147.27 $ 1,030.89 670-5 -111 CONTROLLER ASSEMBLY F &1 ) (NEMA, 1 PREEMPTION 1 AS $ 19,200.93 $ 19,200.93 685 -106 SYSTEM AUXILLARIES F &1 UPS 1 EA $ 10,819.95 $ 10,819.95 690 -10 REMOVE TRAFFIC SIGNAL HEAD ASSEMBLY 12 EA $ 34.19 $ 410.28 690 -20 REMOVE PEDESTRIAN SIGNAL ASSEMBLY 61 EA $ 45.59 $ 273.54 690 -31 REMOVE SIGNAL PEDESTAL 31 EA $ 90.79 $ 272.37 690 -32 -1 POLE REMOVAL SHALLOW DIRECT BURIAL 21 EA $ 1,576.95 $ 3,153.90 690 -50 REMOVE CONTROLLER ASSEMBLY 11 EA $ 138.05 $ 138.05 690 -60 REMOVE VEHICLE DETECTOR ASSEMBLY 141 EA $ 101.54 $ 1,421.56 690 -80 REMOVE SPAN WIRE ASSEMBLY 31 EA $ 181.57 $ 544.71 690 -90 REMOVE CABLING AND CONDUIT 1 Pi $ 112.02 $ 112.02 690 -100 REMOVE MISCELLANEOUS SIGNAL EQUIPMENT 1 Pi $ 112.02 $ 112.02 699 -1 -1 INTERNALLY ILLUMINATED SIGN EDGE LIT LED 2 EA $ 3,190.53 $ 6,381.06 711 -11 -122 THERMOPLASTIC PAVEMENT MARKING 8" WHITE 88 LF $ 2.42 $ 212.96 711 -11 -123 THERMOPLASTIC PAVEMENT MARKING 12" WHITE 758 LF $ 4.06 $ 3,077.48 711 -11 -124 THERMOPLASTIC PAVEMENT MARKING 18" WHITE 55 LF $ 4.16 $ 228.80 711 -11 -125 THERMOPLASTIC PAVEMENT MARKING 24" WHITE 813 LF $ 5.94 $ 4,829.22 711 -17 THERMOPLASTIC PAVEMENT MARKING REMOVE 200 SF $ 8.18 $ 1,636.00 783 -2 -31 ITS FIBER OPTIC CONNECTION INSTALL SPLICE 4 EA $ 47.71 $ 190.84 783 -3-11 ITS FO CONNECTION HARDWARE (F &I) (SPLICE ENC 1 EA $ 1,355.00 $ 1,355.00 783 -3-13 ITS FO CONNECTION HARDWARE F &I PRETERMINATED 1 EA $ 841.84 $ 841.84 CONNECTOR ASSEMBLY $ - 783 -3 -15 ITS FO CONNECTION HARDWARE (F &I) (PRETERMINATED 1 EA $ 808.98 $ 808.98 PATCH PANEL $ - 783 -4-12 ITS CONDUIT (F &I) (UNDERGROUND 25 LF $ 8.45 $ 211725 784 -1-4 ITS MANAGED FIELD ETHERNET SWITCH RELOCATE 1 EA $ 168.57 $ 168.57 Total Bid 1 $ 329,006.03 Packet Page -2202- 9/11/2012 Item 16.A.20. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NOW RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid 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. Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Q-1 Packet Page -2203- 9/11/2012 Item 16.A.20. 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. 1�Ia�or Categ Q orli 's contractor an%d+drs T 1. Electrical 2. Mechanical 3. Plumbing 4. Site Work Blacktip Services, Incorporated 52 Riley Road #422 Celebration, FL 34747 Campolong Enterprises Inc. DBA D.H. Striping Co. 750 Clark St Oviedo, FL 32765 5. Identify other Mammoth Constructors subcontractors that 390 Golden Gem Dr represent more than Umatilla, FL 32784 10% of price or that affect the critical path of the schedule 6. Identify other subcontractors that represent more than 10% of price or that 17 Packet Page -2204- 9/11/2012 Item 16.A.20. affect the critical path of the schedule 7. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 8. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 9. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 10. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 1s Packet Page -2205- 9/11/2012 Item 16.A.20. 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. Proiect and Location 1, Gondola Drive at McCoy Road Traffic Signal Installation (T5294), Orange Co, FL 2. C3 0 5. ITS Improvements project in Marion and Sumter County along 1 -75 (E5N22) Installation of Mast Arm Signal at the Intersection of SR 44 and Glencoe Rd. in Volusia County Districtwide Pushbutton Improvements (Respan Signal Work) (E5N77) Reference FDOT District Five Carlton Daley (447) 482 -7819 FDOT District Five Nathan Ruckert (386) 943 -5315 FDOT District Five Ed Draganchuk (386) 943 -5313 FDOT District Five 19 Packet Page -2206- 9/11/2012 Item 16.A.20. TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90 -96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) LF SY 1. N/A 2. 3. 4. 5. TOTAL $ 0.00 Failure to complete the above may result in the Bid being declared non - responsive. 20 Packet Page -2207- 9/11/2012 Item 16.A.20. Coder County AdT■nsawe Serves oms on c ur-hasne AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS Solicitation # 12.5929 Pine Ridge Road at Pine Ridge Crossings Signal Upgrade (CHECK APPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 2008 Number of Employees (Including Owner(s) or Corporate Officers): 226 Number of Employees Living in ❑ Collier County or ® Lee (Including Owner(s) or Corporate Officers): 1 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: TransCore ITS, LLC Date: 8/3/12 Collier or Lee County Address: 12821 Commerce Lakes Dr., Suite 11, Ft. Myers, FL 33913 Signature: l ✓C's— �-"�"t Title: Vice President & Russell L. Reeser Assistant Secretary Pennsylvania STATE OF F-L -9RtM- ❑ COLLIER COUNTY ❑ LEE COUNTY Dauphin S rn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 6576C Day of I-V6 t>-o-r 2012 } {...\ .ice' Notary Public My Commission Expires: Zl3. 2c) 4 ( . i OF PENNSYLVANIA Tami Borrell, Notary Public Swatam Twp., Dauphin County My CAmmisslon Expires ]uiy 20, 2014 Member. Penns vanla Association of Notaries Packet Page -2208- 21 9/11/2012 Item 16.A.20. Co7er county Admnislratwe Seances Division Gurdia:a-g Immigration Law Affidavit Certification Solicitation: 12 -5929 Pine Ridge Road at Pine Ridge Crossings Signal Upgrade This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor 1 Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name TransCore ITS, LLC Print Name Russell L. Reeser Signature /�� -•-�i State of Pennsylvania County of Dauphin Title Vice President & Ass't Secretary Date 8/3/12 The foregoin instrument was signed and acknowledged before me this 3 = day of 20L, by V,&Sf: ,c- L. if: HESER (print or type name) who has produced PA LAC -kt- ! 156 42 (type of identification and number) as identification. Notary P`ublic Signature COMMONWEALTH OF PENNSYLVANIA Notarial Seal I� ►l1 �� �' [� , t Tami Borreli, Notary Public Printed Name of Notary Public � Expires Jul County 0, 214 n9y"nis AsMatlon of Notaries Notary Commission Number /Expira Pion The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 22 Packet Page -2209- 9/11/2012 Item 16.A.20. co mr coKnty ter~ ve Services Dxvmmn 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 vans Ore 0 IngS Inc. (as shown on income tax etum Business Name Tram ore I f S LLC (if different from taxpayer name) Hummelsto Address 8158 Adams Drive city vrn state PA zip 17036 Telephone (717) 561 -2400 FAX (717) 561 -5923 Email sean.karpel(clitranscore.com___ Order Information N/A Remit / Payment Information Address Address PO Box 935321 City state zip city Atlanta State GA zip 31193 FAX FAX Email Email 2. Company Status (check only one) Individual / Sole Proprietor Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity X Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) D Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 94- 3198006 (Vendors who do not have a TIN will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. � 1 -.0 Signature Date 8/3/12 Russell L. Reeser Title Vice President & Assistant Secretary Phone Number (717) 561 -2400 23 Packet Page -2210- 9/11/2012 Item 16.A.20. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Ninety (90) 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 One Hundred Twenty (120) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfuliv Submitted: State of Pennsylvania County of Dauphin Russell L. Reeser being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Russell L. Reeser also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. 24 Packet Page -2211- 9/11/2012 Item 16.A.20. (a) Geflert+e► (Limited Liability Company) Limited Liability Company The Bidder is a eel organized and existing under the laws of the State of Delaware which operates under the legal name of TransCore ITS, LLC _ , and the full names of its officers are as follows: President John A. Simler Vice President & Secretary David B. Liner Vice President &Treasurer Paul J. Soni Vice President & Assistant Secretary Nis, i f Russell L. Reeser The Assistant Secretary is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken May 25, 2012 , a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co- Partnership The Bidder is a co- partnership consisting of individual partners whose full names are as follows: The co- partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is operating under a trade name, said trade name is Packet Page -2212- and if &7 9/11/2012 Item 16.A.20. Complete for information contained in (a) Corporation, (b) Co- Partnership or (c) Individual from previous page. DATED 813/12 TransCore ITS, LLC legal entity BY: Russell L. Reeser 41t�n'ess '�&btw-Rr .ISAw- Name of Bidder (Typed) Witness Ntc0HAEC-, ny Signature Vice President & Assistant Secretary Title STATE OF Pennsylvania COUNTY OF Dauphin The foregoing instrument was acknowledged before me this 37-4 d%Esir>xnr of t)ST 2017- , by -j vsSF -(-�, L . ���s as V/ 4 of ',RAasdpzc )T5, LLel , a 71>LrL ek3ARr- corporation, on behalf of the corporation. He /elite is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: �- \� ZC12- (l( COMMONWEALTH OF PENNSYLVANIA Notarial Seal ( i, Nota Public FIX �} =anty m Co won F July 20', 2014 MOMW, "rinsvkania Association of Notaries NAME ,(Signature of Notary) ,1 _---- 1 (Legibly Printed) Notary Public, State of _ Commission No.: 1."q t4 Q Tj Packet Page -2213- 26 9/11/2012 Item 16.A.20. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we TRANSCORE ITS, LLC (herein after called the Principal) and RLI INSURANCE COMPANY (herein called the Surety), a corporation chartered and existing under the laws of the State of ILLINOIS with its principal offices ,in the city of PEORIA, IL and authorized to do business in the State of FLORIDA are held and firmly bound unto the COLLIER COUNTY, FL (hereinafter called the Owner), in the full and just sum of FIVE PERCENT OF AMOUNT RID dollars ($ 57 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 ITB 12 -5929 Pine Ridge Road at Pine Ridge Crossings Signal Upgrade. 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 require c S ifi o surance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of � T noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these p duly signed and sealed this 7TH day of AUGUST , 2012. j TRANSCORE ITS, LLC BY Russell L. Reeser, Vice President RT T TNSTTRANCF COMPANY S u rety (Seal) CE R A�'TORN —F Counte i ed w-4J - AN D. HARTHOORN Local Resident Prod u i Agent for/330Y CLARK ROAD, SUITE 204 SARASOTA, FL 34231 27 Packet Page -2214- RLI t P.O. ox3 P.O Box 3967 1 Peoria, IL 61612 -3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: 9/11/2012 Item 16.A.20. POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Janice Fennell Richard C Rose Jeremy C Rose jointly or severally, in the City of Knoxville . State of Tennessee _ its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars ($25,000,000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 20th day of July , 2012 ,•�' WSJ' � '' :� cAaroggrt SEAL State of Illinois SS County of Peoria On this 20th day of July • 2012 before me, a Notary Public, personally appeared Roy C. Die . who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: o.-c- Jacque a M. Bockler Notary Public aS Z1� "OFFICIAL SEAL K E JACQUEUNE M. BOC" K LER OISON EXPIRES 03 /01/14 4133178020212 RLI Insurance Company By: -'-'- Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this7TU dayof nrlr_LTcT , )p]_? RLI Insurance Company By: —� Roy C. Di Vice President A0058707 Packet Page -2215- 9/11/2012 Item 16.A.20. THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed and the company's E- Verify profile page or memorandum of understanding 8. Certificate of Authority to Conduct Business in State of Florida and the County's Substitute W9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 10. Any addenda have been signed and. included. 11. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 12. The mailing envelope must be sealed and marked with: <*Bid Number; aProject Name; <* Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER - DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET TransCore ITS, LLC Bidder Name Vice President & Ass't Secretary Signature & Title Russell L. Reeser Date: 8/3/12 28 Packet Page -2216- 9/11/2012 Item 16.A.20. CERTIFICATE OF THE SOLE MEMBER OF TRANSCORLrITS, LLC I do hereby certify that: 1. I am the duly appointed, qualified, and serving Manager of the General Partner of the Sole Member of TRANSCORE ITS, LLC a Delaware corporation (the "Company"), 2. Russell L. Reeser was appointed to the position of Vice President & Assistant Secretary by a Resolution by Written Consent of the sole Member of the Company in Lieu of the 2012 Annual Meeting dated May 25, 2012. 3. Russell L. Reeser in the position of Vice President & Assistant Secretary of the Company has the legal authority to execute all contracts and agreements on behalf of the Company. IN WITNESS WHEREOF, I have hereunto set my hand this 1st day of August, 2012. Paul J. Sod" Manager of TLP Holdings, LLC, the General Partner of the Sole Member, TransCore, LP. Packet Page -2217- 9/11/2012 Item 16.A.20. Company ID Number: 129485 TftE E- VERIFY PROGRAM FOR L'MPLOYMENT VERIFICATION AlEMOR.ANDUi\T OF IJNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Security Administration (SSA), the Department of Homeland Security (DHS) and TransCore- ITS -SE (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). E- Verify is a program in which the employment eligibility of all newly hired employees will be confirmed after the Employment Eligibility Verification Form (Form I -9) has been completed. Authority for the E- Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104 -208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA I . Upon completion of the Form 1 -9 by the employee and the Employer, and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of U.S. citizens. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E- Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E- Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E -Verify program or such other persons or entities who may be authorized by the SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. Packet Page -2218- Company ID Number: 129485 5. SSA agrees to establish a means of se records as may be necessary) for employees who designed to . 'provide final confirmation or no eligibility and accuracy of SSA records for Government work days of the date of referral to days may be necessary. In such cases, SSA will pi B. RESPONSIBILITIES OF THE DEP 9/11/2012 Item 16.A.20. ry verification (including updating SSA .st SSA tentative nonconfirmations that is irmation of U.S. citizens' employment citizens and aliens within 10 Federal unless SSA determines that more than 10 additional verification instructions. OF HOMELAND SECURITY 1. Upon completion of the Form 1 -9 by the employee and the Employer and after SSA verifies the accuracy of SSA records for aliens through E- Verify, DHS agrees to provide the Employer access to selected data from DHS's datab se to enable the Employer to conduct: • Automated verification checks on newly hired alien employees by electronic means, and • Photo verification checks (when available) on newly hired alien employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E- Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E- Verify process. 3. DHS agrees to provide to the Employer a manual (the E -Verify Manual) containing instructions on E -Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use'of E- Verify.. DHS agrees to provide training materials on E- Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E- Verify program. DHS grees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration - Related Unfair Employment Practices (OSC), Civil Rights Division, and U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E- Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act and federal criminal laws, and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Packet Page -2219- 9/11/2012 Item 16.A.20. Company ID Number: 129485 8. DHS agrees to establish a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E- Verify. 3. The Employer agrees to become familiar with and comply with the E- Verify Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E- Verify Tutorial before that individual initiates any queries. A. The employer agrees that all employer representatives will take the refresher tutorials initiated by the E- Verify program as a condition of continued use of E- Verify. B. Failure to complete a refresher tutorial will prevent the employer from continued use of the program. 5. The Employer agrees to comply with established Form I -9 procedures, with two exceptions: If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2 (b) (1) (B)) can be presented during the Form I -9 process to establish identity). If an employee presents a DHS Form 1 -551 (Permanent Resident Card) or Form 1 -766 (Employment Authorization Document) to complete the Form 1 -9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I -9. The employer will use the photocopy to verify the photo and to assist the Department with its review of photo non - matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form I -9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E- Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1 -9 that relate to its employees, or from other requirements of applicable regulations or laws, 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 Packet Page -2220- 9/11/2012 Item 16.A.20. Company ID Number: 129485 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 compliance with the terms and conditions of E- Verify ; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ any employee after receiving a final nonconfirmation; and (5) no person or entity participating in E- Verify is civilly or criminally liable under any law for any action taken in good faith on information provided through the confirmation system. DHS reserves the right to conduct Form 1 -9 compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E- Verify verification procedures within 3 Employer business days after each employee has been hired (but after both sections I and 2 of the Form I -9 have 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 Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I -9 completed. If the automated system to be queried is temporarily unavailable, the 3 -day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E- Verify procedures for pre - employment screening of job applicants, support for any unlawful employment practice, or any other use not authorized by this MOU. The Employer must use E- Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E- Verify procedures for re- verification, or for employees hired before the date this MOU is in effect. The Employer understands that if the Employer uses E- Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III.B. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non - match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1 (1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization, a tentative nonconfirmation, or the finding of Packet Page -2221- 9/11/2012 Item 16.A.20. Company ID Number: 129485 a photo non - match, does not mean, and should not be interpreted as, an indication that the employee is not work authorized. In any of the cases listed above, the employee must be provided the opportunity to contest the finding, and if he or she does so, may not be terminated or suffer any adverse employment consequences until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non - match, then the Employer can find the employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E- Verify, discharging or refusing to hire eligible employees because they appear or sound "foreign ", and premature termination of employees based upon tentative nonconfirmations, and that any violation of the unfair immigration - related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and the termination of its participation in E- Verify. If the Employer has any questions relating to the anti - discrimination provision, it should contact OSC at 1- 800 - 255 -7688 or 1- 800 - 237 -2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form I -9 or to print the screen containing the case verification number and attach it to the employee's Form I -9. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant to E- Verify and this MOU only to confirm the employment eligibility of newly -hired employees after completion of the Form I -9. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a (i) (l) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E- Verify - related records, i.e., Forms I -9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E- Verify Program. In addition, for the purpose of evaluating E- Verify, the Employer agrees to allow DHS and SSA or their authorized agents or designees, to interview it regarding its experience with E- Verify, to interview employees hired during E -Verify use concerning their experience with the pilot, and to make employment and E- Verify related records available to DHS and the SSA, or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E- Verify. Packet Page -2222- Company ID Number: 129485 ARTICLE III 9/11/2012 Item 16.A.20. REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A. REFERRAL TO THE SSA I . If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using E- Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation, or final nonconfirmation, unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY I . If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Packet Page -2223- 9/11/2012 Item 16.A.20. Company ID Number: 129485 the Employer issues a tentative nonconfirmation based upon a photo non - match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through its toll -free hotline within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non - match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non- match, the Employer will send a copy of the employee's Form I -551 or Form I- 766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non- match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non - match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E -Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E- Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E- Verify program by DHS or SSA, including but not limited to the E- Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E -Verify manual. Even Packet Page -2224- 9/11/2012 Item 16.A.20. Company ID Number: 229485 without changes to E- Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of its participation in E- Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E- Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act (FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. 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 Operations at 888 -464- 4218. Employer TransCore- ITS -SE Donna L Behr Name (Please type or print) Title Electronically Signed Signature 06/19/2008 Date Department of Homeland Security —Verification Division Packet Page -2225- Company ID Number: 129485 USCIS Verification Division Name (Please type or print) Title Electronically Signed Signature 06/19/2008 Date Packet Page -2226- 9/11/2012 Item 16.A.20. 9/11/2012 Item 16.A.20. Company ID Number: 129485 INFORMATION REQUIRED FOR THE E- VERIFY PROGRAM Information relating to your Company: Company Name: TransCore- ITS -SE Company Facility Address: 7777 Glades Road Suite 313 Boca Raton, FL 77043 Company Alternate Address: County or Parish: PALM BEACH Employer Identification Number: 943198006 North American Industry Classification Systems Code: 54l Parent Company: TransCore 1,000 to Number of Employees: 2,499 Number of Sites Verified for: 12 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State • OKLAHOMA 2 site(s) • MISSOURI 1 site(s) • TEXAS 3 site(s) • TENNESSEE 2 site(s) • FLORIDA 3 site(s) • GEORGIA 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Donna L Behr Telephone Number: (561) 479 - 2220 Fax Number: (561) 479 - 2272 E -mail Address: donna.behr @transcore.com Packet Page -2227- 9/11/2012 Item 16.A.20. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ( "Owner ") hereby contracts with TransCore ITS, LLC ( "Contractor ") of 12821 Commerce Lakes Dr., Suite 11, Fort Myers, FL 33913 an Limited Liability Company, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Pine Ridge Road at Pine Ridge Crossings Signal Upgrade, Bid No. 12 -5929 ( "Project "), as said Work is set forth in the Plans and Specifications prepared by Cardno/TBE, the Engineer and /or Architect of Record ( "Design Professional') and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract "). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein Contract Amount"), in accordance with the terms of this Agreement: THREE HUNDRED TWENTY NINE THOUSAND, SIX DOLLARS AND THREE CENTS ($329,006.03). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise 30 Packet Page -2228- 9/11/2012 Item 16.A.20. 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.htmi #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 ninety (90) 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, five hundred sixty six dollars ($566.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be 31 Packet Page -2229- 9/11/2012 Item 16.A.20. 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 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. 32 Packet Page -2230- 9/11/2012 Item 16.A.20. 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 Carndo TBE and identified as follows: Pine Ridge Road at Pine Ridge Crossings Signal Upgrade as shown on Plan Sheets T -1 to T -12. Exhibit N: Contractor's List of Key Personnel ITB 12 -5929 Pine Ridge Road at Pine Ridge Crossings Signal Upgrade 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: John Miller, Project Manager Collier County Traffic Operations Growth Management Division 2885 S. Horseshoe Drive Naples, FI 34104 (239) 252 -8260 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: 33 Packet Page -2231- 9/11/2012 Item 16.A.20. TransCore ITS, LLC 12821 Commerce Lakes Dr., Suite 11, Fort Myers, FL 33913 (239) 561 -1853 Telephone, (239) 561 -7653 Fax Russell L. Reeser, Vice President & Assistant Secretary C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. 34 Packet Page -2232- 9/11/2012 Item 16.A.20. 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. 35 Packet Page -2233- 9/11/2012 Item 16.A.20. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: TransCore ITS, LLC FIRST WITNESS Type/Print Name SECOND WITNESS Type/Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form and.Legal Sufficiency: Print Name: Deputy County Attomey By: Type/Print Name and Ttle OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Fred W. Coyle, Chairman 9/11/2012 Item 16.A.20. EXHIBIT A 1: PUBLIC PAYMENT BOND Pine Ridge Road at Pine Ridge Crossings Signal Upgrade Bond No. Contract No. 12 -5929 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 20 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 . 20 , the name of each party being affixed and these presents duly signed by its under - signed representative, pursuant to authority of its governing body. 37 Packet Page -2235- Signed, sealed and delivered in the presence of: Witnesses as to Principal PRINCIPAL BY: NAME: ITS: 9/11/2012 Item 16.A.20. STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 38 Packet Page -2236- AIV 9/11/2012 Item 16.A.20. As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as of Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature) (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -2237- 39 9/11/2012 Item 16.A.20. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Pine Ridge Road at Pine Ridge Crossings Signal Upgrade KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Bond No. Contract No. 12 -5929 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 day of 20 , 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: 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. 40 Packet Page -2238- 9/11/2012 Item 16.A.20. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ 20 by as 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) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -2239- day of ,a He /she is 41 ATTEST: Witnesses as to Surety Witnesses 9/11/2012 Item 16.A.20. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR 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 20 by , as of , a Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 42 Packet Page -2240- 9/11/2012 Item 16.A.20. EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Govemment, 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. Packet Page -2241- 43 9/11/2012 Item 16.A.20. 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 coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days. after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. Packet Page -2242- 44 9/11/2012 Item 16.A.20. ❑ 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 claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 45 Packet Page -2243- Collier County Florida Insurance and Bonding Requirements ulnsurance'Y Bon1 T Yp � R'e'hired Limas �a Y . q :. t .. .. 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 per occurrence, $2,000,000 aggregate for Bodily Injury Liability ISO form and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1.000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ 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 claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 45 Packet Page -2243- 9/11/2012 Item 16.A.20. ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 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 12. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 46 Packet Page -2244- 9/11/2012 Item 16.A.20. EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared _ who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20 for the period from to excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly /final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 120 by ,as of ,a corporation, on behalf of the corporation. He /she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Packet Page -2245- 47 9/11/2012 Item 16.A.20. 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: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ _ Percent Work completed to Date: % Percent Contract Time completed to Date % Liquidated Damages to be Accrued $ Original Contract Price: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : , (DP's Name) (Signature) DATE: _ (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) Packet Page - 2246 -. 48 9/11/2012 I m 16.A.20. $ ).� k ( s ) aUS @k� §/ k E= ƒ\ � �z k� �b 0. uj 2$ ) k k\ LL �� )cl cl k \ § �§ CLk §\ cwl Lu k[ «oo ƒ;2 —S (§ R §'� o k \ S ®i- \\ )) 1 �� (\ ; 7\ M .erg _ &� w z ¢I F- ! ƒz CL w CID / c o �§ �) w �§ :@ ) ■ � > 3 ! �LU � R 0 �U) a w wk \E ol . e§ 2 .k k k ) § <) cn 0 cc co § =�2 � � \c § I� \,c \ �/ 5.f CD § q < �a 012 � w ° \ 3 Q� o E o § §/� 2 rr $2/ �Im .X t \�} . . ° k . < ©I Pack tPa -2247 , 3 LL u C L a R E C LL 0 as N R R m L O w+ O U_ O x u� Packet Page -2248- 9/11/2012 Item 16.A.20. a Lo O w m — R ea c �a M O d •c p as a a c y N 4i U c a > N — 0.. 'C O M 'd a w N H 9..a Q O 'Os > V d m d � vs O E Z CL c -CL v N 4) D d R O Packet Page -2248- 9/11/2012 Item 16.A.20. a Lo TO: Project Name: Bid No. : Change Order No.: Change Order Description 9/11/2012 Item 16.A.20. EXHIBIT E: CHANGE ORDER FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount ............................. ..............................$ 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: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Cost Center: Object Code: Project Number: ) 51 Packet Page -2249- 9/11/2012 Item 16.A.20. EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 52 Packet Page -2250- 9/11/2012 Item 16.A.20. RESPONSIBILITIES: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on OWNER By: Type Name and Title Packet Page -2251- 20 53 9/11/2012 Item 16.A.20. Packet Page -2252- EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: _ Contractor: The following items have been secured by the for the Project known as Date: 9/11/2012 Item 16.A.20. 20 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. 5. 6. 7. 8. 9. 10. 11. 12. 13 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). As -Built drawings obtained and dated: Owner personnel trained on system and equipment operation. Certificate of Occupancy No.: issued on (attach to this form). Certificate of Substantial Completion issued on Final Payment Application and Affidavits received from Contractor on: Consent of Surety received on Operating Department personnel notified Project is in operating phase. All Spare Parts or Special Tools provided to Owner: Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N /A. explanation. Acknowledgments: By Contractor: By Design Professional: By Owner: If NO is checked for any of the above, attach (Company Name) (Signature) (Typed Name & Title) (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) 55 Packet Page -2253- 9/11/2012 Item 16.A.20. 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; 56 Packet Page -2254- 9/11/2012 Item 16.A.20. 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. 57 Packet Page -2255- 9/11/2012 Item 16.A.20. 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 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. ss Packet Page -2256- 9/11/2012 Item 16.A.20. 4.3 Contractor shall submit all Applications for Payment to Mark Modjeski, Cardno TBE, Inc, located at 12481 Telecom Drive, Tampa, FL 33637 and whose telephone number is 813/221 -0048. 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 throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to 59 Packet Page -2257- 9/11/2012 Item 16.A.20. fifty percent (50 %) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub - subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub - subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and /or services purchased as a part of this contract. 5. PAYMENTS WITHHELD. Packet Page -2258- 60 9/11/2012 Item 16.A.20. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non - compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non- liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise 61 Packet Page -2259- 9/11/2012 Item 16.A.20. relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 62 Packet Page -2260- 9/11/2012 Item 16.A.20. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed *is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. B. 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 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; 63 Packet Page -2261- 9/11/2012 Item 16.A.20. 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As- Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 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. 64 Packet Page -2262- 9/11/2012 Item 16.A.20. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "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 65 Packet Page -2263- 9/11/2012 Item 16.A.20. shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10 %) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10 %) markup for all overhead and profit for all Subcontractors' and sub - subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5 %) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15 %). All compensation due Contractor and any Subcontractor or sub - subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub- Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 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 66 Packet Page -2264- 9/11/2012 Item 16.A.20. Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty -eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty -eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12:2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage 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 67 Packet Page -2265- 9/11/2012 Item 16.A.20. work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, 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 68 Packet Page -2266- 9/11/2012 Item 16.A.20. extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners 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 BidderNendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: hap: / /www.dhs.gov/E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 69 Packet Page -2267- 9/11/2012 Item 16.A.20. 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 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. 70 Packet Page -2268- 9/11/2012 Item 16.A.20. 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. 71 Packet Page -2269- 9/11/2012 Item 16.A.20. 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 72 Packet Page -2270- 9/11/2012 Item 16.A.20. 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 73 Packet Page -2271- 9/11/2012 Item 16.A.20. 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, 74 Packet Page -2272- 9/11/2012 Item 16.A.20. 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, 75 Packet Page -2273- 9/11/2012 Item 16.A.20. exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. if, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and /or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the 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 76 Packet Page -2274- 9/11/2012 Item 16.A.20. consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5. B, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 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. 77 Packet Page -2275- 9/11/2012 Item 16.A.20. 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 78 Packet Page -2276- 9/11/2012 Item 16.A.20. 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 ail 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; 7s Packet Page -2277- 9/11/2012 Item 16.A.20. 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. 80 Packet Page -2278- 9/11/2012 Item 16.A.20. 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 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 81 Packet Page -2279- 9/11/2012 Item 16.A.20. 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 82 Packet Page -2280- 9/11/2012 Item 16.A.20. 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. 83 Packet Page -2281- 9/11/2012 Item 16.A.20. 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 Packet Page -2282- 9/11/2012 Item 16.A.20. 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 85 Packet Page -2283- 9/11/2012 Item 16.A.20. limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND /UNDERGROUND TANKS. An underground 62 -761, Florida Administrative Code (F.A.C.) or aboveground 62 -762, F.A.C. regulated tank requires notification to the `County prior to installation or closure of the tank. The Pollution Control Department (239- 252 - 2502), via contract GC -690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. Regulated tanks require notification to the `county' local program thirty (30) days prior to installation and again forty -eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty -eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation /closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor /project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62 -761, F.A.C. and 62 -762, F.A.C. or you may contact the Pollution Control Department with your questions. 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 certified by the State of Florida. The mediation shall be attended by representatives of 86 Packet Page -2284- 9/11/2012 Item 16.A.20. 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. 87 Packet Page -2285- 9/11/2012 Item 16.A.20. EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Not Applicable 88 Packet Page -2286- 9/11/2012 Item 16.A.20. EXHIBIT J TECHNICAL SPECIFICATIONS Pine Ridge Rd. at Pine Ridge Crossing Shopping Center Upgrade Existing Span Wire Traffic Signal to Mast Arm Traffic Signal Assembly The following sections correspond with the Price Proposal List and are excerpts from the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2010 for this project and do not contain the complete specification. See the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2010 for the specifications in their entirety. Collier County Traffic Operations has recently adopted a four (4) inch diameter Wiring Entrance Hole to accommodate the size of the wiring bundle required to service the Signals, Illuminated Signs, Detection equipment, etc., on mast arm assemblies. This four (4) inch Wiring Entrance Hole design is available in the Collier County Technical Special Provisions for FDOT Standard "D" Series Mast Arm Assemblies. For Mast Arms that require a non - standard Special Design, the responsible engineer will need to provide design calculations for the assembly that the required four (4) inch Wiring Entrance Hole design for the Upright Pole and Arm Flange Connection Plates is structurally sound. Signal Installation shall conform to the latest FDOT Supplemental Specifications for Traffic Signals and Collier County Traffic Signal, Fiber Optic Cable, and Roadway Lighting Installation Technical Special Provisions. Where conflicts arise, the County's Specifications shall prevail. SECTION 4 SCOPE OF THE WORK 4 -1 Intent of Contract The intent of the Contract is for the Contractor to furnish and install all necessary materials, labor, and equipment to upgrade the existing span wire traffic signal to a complete in -place traffic signal mast arm assembly per the Pine Ridge Road at Pine Ridge Crossing Shopping Center Signalization, Signing & Marking Plans as prepared by the Engineering Firm of Cardno/TBE Sheets T -1 thru T -12. The work includes earthwork and concrete placement for pole foundations, installation of conduit with required earthwork, erection of mast arms, installation of signal heads, controller cabinet, and installation of all wiring, appurtenances, and auxiliary equipment necessary for the complete installation of the traffic signal system as shown on the plans and per the State of Florida, Department of Transportation (FDOT) Basis of Estimates in accordance with the Contract Documents and Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2010 edition, Florida Department of Transportation (FDOT) Design Standards 2010 Edition, and Collier County Traffic Operations Traffic Signal, Fiber Optic, and Roadway Lighting Technical Special Provisions. Where conflicts arise, the County's Specifications shall prevail. The Existing Span Wire Signal installation shall remain in operation until the new Mast Arm Signal installation has passed conditional acceptance testing. The maintenance of the existing signal shall be the responsibility of the Contractor. Upon acceptance of the new Mast Arm Traffic Signal Installation the Contractor shall remove the Existing Span Wire Traffic Signal Assembly in its entirety and dispose of all components of the structure from the job site. See FDOT 690 -1. It is the County's intent to award this project to a single firm. SECTION 101 MOBILIZATION 101 -1 Description. Perform preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, Packet Page -2287- 9/11/2012 Item 16.A.20. and incidentals to the project site and for the establishment of temporary offices, buildings, safety equipment and first aid supplies, and sanitary and other facilities. Include the costs of bonds and any required insurance and any other preconstruction expense necessary for the start of the work, excluding the cost of construction materials. SECTION 102 MAINTENANCE OF TRAFFIC 102 -1 Description. Maintain traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. Construct and maintain detours. Provide facilities for access to residences, businesses, etc., along the project. Furnish, install and maintain traffic control and safety devices during construction. Furnish and install work zone pavement markings for maintenance of traffic in construction areas. Provide any other special requirements for safe and expeditious movement of traffic specified on the plans or encountered during construction. Maintenance of Traffic includes all facilities, devices and operations as required for safety and convenience of the public within the work zone. Do not maintain traffic over those portions of the project where no work is to be accomplished or where construction operations will not affect existing roads. Do not obstruct or create a hazard to any traffic during the performance of the work, and repair any damage to existing pavement open to traffic. Include the cost of any work that is necessary to meet the requirements of the Contract Documents under the MOT pay item, when there is not a pay item provided. SECTION 110 CLEARING AND GRUBBING 110 -1 Description. Clear and grub within the areas of the roadway right -of -way and of borrow pits, sand -clay base material pits, lateral ditches, and any other areas shown in the plans to be cleared and grubbed. Remove and dispose of all trees, stumps, roots and other such protruding objects, buildings, structures, appurtenances, existing flexible asphalt pavement, and other facilities necessary to prepare the area for the proposed construction. Remove and dispose of all product and debris not required to be salvaged or not required to complete the construction. Also, perform certain miscellaneous work the Engineer considers necessary for the complete preparation of the overall project. 110-4 Protection of Property Remaining in Place. Protect and do not displace property obstructions which are to remain in place, such as buildings, sewers, drains, water or gas pipes, conduits, poles, walls, posts, bridges, etc. SECTION 285 OPTIONAL BASE COURSE 285 -1 Description. Construct a base course composed of one of the optional materials shown. 285 -2 Materials. Meet the material requirements as specified in the Section covering the particular type of base to be constructed. Graded Aggregate ..................... ........................Section 204 Asphalt....... ............................... ........................Section 234 Limerock ............................. ............................... Section 911 ShellBase .. ............................... ........................Section 913 Shell -Rock .. ............................... ........................Section 913A Cemented Coquina ................... ........................Section 915 0285 -7 -15 OPTIONAL BASE, BASE GROUP 15 SY 1/1/2010 Packet Page -2288- 9/11/2012 Item 16.A.20. SECTION 334 SUPERPAVE ASPHALT CONCRETE 334 -1 Description. 334 -1.1 General: Construct a Superpave Asphalt Concrete pavement with the type of mixture specified in the Contract, or when offered as alternates, as selected. Superpave mixes are identified as Type SP -9.5, Type SP -12.5 or Type SP -19.0. Meet the requirements of Section 320 for plant and equipment. Meet the general construction requirements of Section 330, except as modified herein, including the provision for Quality Control Plans and Quality Control Systems as specified in Section 6 -8. 0334 1 23 SUPERPAVE ASPH CONC, TRAF C, PG76 -22 TN 1/1/2010 SECTION 520 CONCRETE GUTTER, CURB ELEMENTS, AND TRAFFIC SEPARATOR 520 -1 Description. Construct Portland cement concrete curb and gutter, concrete traffic separator, valley gutter, special concrete gutter, and any other types of concrete curb not specified in other Sections. 520 -2 Materials. 520 -2.1 Concrete: Use concrete meeting the requirements of Section 347. 520 -2.2 Reinforcement: For all steel reinforcement required by the plans, meet the requirements of Section 415. 520 -2.3 Joint Materials: Meet the requirements of Section 932. SECTION 522 CONCRETE SIDEWALK 522 -1 Description. Construct concrete sidewalks. 522 -2 Materials. Meet the requirements specified in Section 520 -2. 522 -3 Forms. Provide forms as specified in Section 520 -3. 522-4 Foundation. Compact fill areas, including cut areas under the sidewalk that have been excavated more than 6 inches below the bottom of sidewalk, to a minimum of 95% of AASHTO T 99 density. The area to be compacted is defined as that area directly under the sidewalk and 1 foot beyond each side of the sidewalk when right -of -way allows. 522 -5 Joints. 522 -5.1 Expansion Joints: Form 1/2 inch expansion joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections with a preformed joint filler meeting the requirements specified in Section 932 -1.1. 522 -5.2 Contraction Joints: 522 -5.2.1 Types: The Contractor may use open type or sawed contraction joints. 522 -5.2.2 Open -Type Joints: Form open type contraction joints by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, remove the bulkhead. After finishing the sidewalk over the joint, edge the slot with a tool having a 1/2 inch radius. 522 -5.2.3 Sawed Joints: If electing to saw the contraction joints, cut a slot approximately 3/16 inch wide and not less than 1 1/2 inches deep with a concrete saw after the concrete has set, and within the following periods of time: Joints at not more than 30 feet intervals within 12 hours after finishing. Remaining joints within 96 hours after finishing. SECTION 555 DIRECTIONAL BORE 555 -1 Description. 555 -1.1 Scope of Work: The work specified in this Section documents the approved construction methods, procedures and materials for Directional Boring, also commonly called Horizontal Directional Drilling (HDD). Packet Page -2289- 9/11/2012 Item 16.A.20. 555 -2 Materials. 555 -2.1 General: Materials are defined as pipe or conduit that becomes the installed product. Incidental materials that may or may not be used to install the product depending on field requirements are not paid for separately and will be included in the cost of the installed product. SECTION 630 CONDUIT 630 -1 Description. Install conduit for traffic signals and other electrically powered or operated traffic control devices as shown in the plans and Design Standards, Index No. 17721 and Collier County Signalization Technical Special Provisions (CCSTSP). 630 -4.2 Furnish and Install: The Contract unit price per foot of conduit, furnished and installed, will include furnishing all hardware and materials as specified in the Contract Documents, and all labor, trenching, backfilling, and restoration materials necessary for a complete and accepted installation. Payment for conduit placed in the ground or used on bridge decks will be based on the horizontal path of the installed conduit as measured in a straight line between the centers of pull boxes, cabinets, poles, etc. No allowance will be made for sweeps or vertical distances above or below the ground or the bridge deck. Due to conditions which may exist on the project site, the Contractor may furnish conduit in variable lengths. Furnishing and installing the locate wire is included in the cost of the conduit. Conduit used for fiber optic cable includes the cost of furnishing and installing the locate wire and the cost of conducting the continuity test and the insulation resistance test. SECTION 632 SIGNAL AND INTERCONNECT CABLE 632 -1 Description. Install underground and aerial signal and interconnect cable. 632 -6.2 Furnish and Install: The Contract unit price per intersection for Cable (Signal) and per foot for Cable (Interconnect), furnished and installed, will include furnishing all material, hardware, support wire, cable ties, ' cable clamps, lashing wire, terminal connectors, cable grounding and labor necessary for a complete and accepted installation. Payment for Cable (Signal) will be based on the number of intersections at which signal cable is furnished and installed. Payment for Cable (Interconnect) will be based upon the length installed between cable terminations, as determined by the manufacturer's sequential markings printed on the cable jacket, recorded to the nearest foot. SECTION 635 PULL AND JUNCTION BOXES 635 -1 Description. Install pull and junction boxes for traffic signals. 635 -2 Materials. Use Pull and Junction Boxes listed on the FDOT's Approved Product List (APL). Ensure that all Pull and Junction Boxes are marked in accordance with Section 603 and the markings are visible after installation. 635 -3 Pull Boxes Installation. Install pull boxes in accordance with the Design Standards, Index No. 17721 and Collier County Signalization Technical Special Provisions (CCSTSP). Ensure that the pull box cover is flush with the finished grade or sidewalk. Do not install pull boxes in roadways, driveways, parking areas, ditches or public sidewalk curb ramps. SECTION 639 ELECTRICAL POWER SERVICE ASSEMBLIES 639 -1 Description. Install electrical power service assemblies for either overhead service or underground service in accordance with the details shown in the Design Standards, Index No. 17736 and Collier County Signalization Technical Special Provisions (CCSTSP). Packet Page -2290- 9/11/2012 Item 16.A.20. 639 -2 Definitions. (b) Underground Service: A service assembly which is supplied electrical power from an underground power company source. Include with an underground electrical power service assembly the following components: (1) Conduit (2) Service wire (3) Meter base (when required) (4) Service disconnect assembly (5) Transient Protection Device 639 -3 Materials. Use materials meeting the requirements of Section A639 of the current Minimum Specifications for Traffic Control Signal Devices (MSTCSD), except as provided in Section 603 -2.2. 639 -4.4 Electrical Service Wire: Install the electrical service wire in a manner which will ensure that damage to the installation will not occur. Ensure that the service wire is of sufficient length after installation in the conduit to provide for attachment to the power company service and for termination within the cabinet for which power is required. SECTION 649 GALVANIZED STEEL STRAIN POLES, and MAST ARM ASSEMBLIES 649 -1 Description. The work in this Section consists of furnishing and installing galvanized steel strain poles, galvanized steel mast arm(s) and galvanized steel monotube assemblies in accordance with the details shown in the Contract Documents, subject to a five year warranty period as defined herein. The warranty period will apply only when strain poles, mast arms or steel monotube assemblies are painted as called for in the Contract Documents. 649 -2 Materials. Use strain poles and mast arm assemblies listed on the FDOT's Qualified Products List (QPL) for all standard configurations shown in the Design Standards and Collier County Signalization Technical Special Provisions (CCSTSP). Obtain strain poles, mast arm, and monotube assemblies from a fabrication facility that is listed on the FDOT's list of metal producers with accepted quality control program, meeting the requirements of Section 105 -3. Provide shop drawings and signed and sealed calculations, as needed, in accordance with Section 5 for configurations shown in the plans and denoted as special. Use coating products meeting the requirements of Section 975. Use grouts meeting the requirements of Section 934 listed on the FDOT QPL. Use water meeting the requirements of Section 923. Use membrane curing compounds meeting the requirements of Section 925. 649 -3 Fabrication. Fabricate strain poles, mast arm and monotube assemblies and miscellaneous hardware in accordance with the Contract Documents. Cut all materials to the final dimensions and complete all welding prior to galvanizing. Obtain all components for individual strain poles, mast arm and monotube assemblies from the same fabricator. Obtain the luminaire and bracket from other sources, when necessary. Affix an aluminum identification tag which will be visible from the handhold or located inside the terminal box containing the information described in the Design Standards. Before shipping, assemble mast arm and monotube assemblies including luminaire and bracket, to assure proper fit. The mast arm and monotube assemblies may be separated for shipment. Ensure all components are protected from damage during shipping and handling by wrapping or other effective methods. Replace any component, which the Engineer determines is damaged beyond repair, at no additional cost to Collier County. If components are wrapped for shipment, remove wrappings no later than five days after receipt of components or immediately if the wrappings become saturated. Post these instructions in brightly colored wording on the wrapper. Packet Page -2291- 9/11/2012 Item 16.A.20. Failure to comply with these instructions may lead to damage of the coating system and will be cause for the rejection of the component. 649-4 Coatings. 649 -4.1 Galvanizing: Galvanize all components in accordance with ASTM A 123, except galvanize all fastener assemblies in accordance with ASTM A 153. Use galvanizing methods which provide surfaces suitable for painting. 6494.2 Surface Preparation: Prepare all galvanized surfaces to be painted in accordance with ASTM D 6386 and the manufacturer of the coating system's specifications. Provide a clean and suitable galvanized surface that maximizes coating system adhesion. Measure the thickness of the zinc coating after completion of surface preparation using a magnetic thickness gage in accordance with ASTM A 123. Ensure sufficient galvanizing remains on the substrate to meet the requirements of ASTM A 123 and the Contract Documents. Correct any deficient areas to the satisfaction of the Engineer at no additional cost to the Department. 6494.3 Painting: The Mast Arm Assemblies shall be painted per the following: The default finish color coat shall be "English Ivy" equal to Ameron Coatings PSX 700T3 Color Number 510007 -217. The default finish color coat shall be Federal Code Color RAL 6005. 649 -4.3.1 General: When required by the Contract Documents, provide painted strain poles, mast arms and monotube assemblies. Provide products from a fabricator on the FDOT list of Prequalified Fabricators of Painted Galvanized Steel Strain Poles, Mast Arms and Monotube Assemblies. Provide products that will meet specification requirements throughout the warranty period. Meet the color requirement as specified in the Contract Documents. Provide the Engineer with two metal sample coupons, a minimum of 2 x 4 inches, painted concurrently and with the same paint as was used on the first lot of any strain poles, mast arms and monotube assemblies delivered to the jobsite. Provide sample coupons and manufacturer product data sheets to the Engineer along with the delivery of the first shipment of any painted strain poles, mast arms or monotube assemblies delivered to the jobsite. At the time of their delivery, the sample coupons described in this paragraph shall match the color of the strain poles, mast arms and monotube assemblies to within 1AE measured as specified in Section 975 -7. If the delivered sample coupons exhibit a difference in color from the strain poles, mast arms and monotube assemblies greater than 1AE then the sample coupons will be considered unacceptable and no payment shall be made for the materials which the sample coupons represent. Those materials shall not be accepted by the Department until acceptable representative sample coupons in accordance with the requirements of this Section have been delivered to the Engineer. 649 -4.3.2 Responsible Party Warranty: When the Contract Documents call for painted galvanized steel strain poles, mast arms or monotube assemblies, the Contractor shall designate a Responsible Party to accept responsibility. The Responsible party designated by the Contractor must execute and deliver to the Department a form, provided by the Department, prior to the first delivery to the jobsite of any painted strain poles, mast arms or monotube assemblies, stipulating that the Responsible Party accepts responsibility for ensuring the coating system adhesion and color retention requirements as specified in Section 975-7 are met for a period of five years after final acceptance in accordance with Section 5 -11 Acceptance. The Responsible Party shall also bear the continued responsibility for performing all remedial work associated with repairs of any adhesion or color retention failure as defined in Section 975, as to which notice was provided to the Responsible Party within the five year warranty period. Failure to timely designate the Responsible Party will result in the Contractor being the Responsible Party unless otherwise agreed to in writing by the Department. The responsible Party shall be either the Contractor or the Fabricator. When the Responsible Party is the Fabricator, the Responsible Party shall be one of the Fabricators listed on the Prequalified Fabricators of Painted Galvanized Steel Strain Poles, Mast Arms and Monotube Assemblies." This list may be viewed on the FDOT website at the following URL: www.dot.state.fl.us/construction/ Upon final acceptance of the Contract in accordance with Section 5 -11 Acceptance, the Contractor's responsibility to ensure that the coating system adhesion and color retention requirements specified in Section 975 -7 will terminate. The obligations of the Responsible Party set Packet Page -2292- 9/11/2012 Item 16.A.20. forth in this Section shall start at final acceptance of the Contract in accordance with Section 5 -11 Acceptance and continue thereafter until expiration of the five year warranty period. SECTION 650 VEHICULAR SIGNAL ASSEMBLIES 650 -1 Description. Install vehicular traffic signal assemblies. For additional requirements related to the installation of the signals, refer to the appropriate Sections for the installation of related elements of the overall traffic signal system. 650 -2 Materials. Use signal and signal lamps currently listed on the FDOT's Approved Product List (APL). Ensure that all equipment is marked in accordance with Section 603. 650 -4.2 Furnish and Install: The Contract unit price per assembly for Traffic Signal, furnished and installed, will consist of the traffic signal assembly, including all hardware, labor, and materials necessary for a complete and accepted installation. Includes standard traffic signal, with LED indicators, and all other materials necessary for a complete and accepted installation. SECTION 653 PEDESTRIAN SIGNAL ASSEMBLIES 653 -1 Description. Install pedestrian signal assemblies as shown in the plans and Design Standards, Index No. 17764 and Collier County Signalization Technical Special Provisions (CCSTSP). 653 -2 Materials. Use only pedestrian signals currently listed on the FDOT's Approved Product List (APL). Ensure that all equipment is marked in accordance with Section 603. SECTION 665 PEDESTRIAN DETECTOR ASSEMBLY 665 -1 Description. Install pedestrian detector assembly. 665 -2 Materials. Use only an ADA (Americans with Disabilities Act) compliant pedestrian detector assembly listed on the FDOT's Approved Product List (APL). Ensure that all pedestrian detectors are marked in accordance with Section 603 and the markings are visible after installation. 665 -3 Installation. Meet the requirements of Section 653 -3.1, except as follows. Connect the lead -in wires to the detector in order to provide proper operation when connected to the controller. Install the pedestrian detector assembly at the location and mounted in a manner as shown on the plans and Design Standards, Index No. 17784 (Pedestrian Detector Assembly) and Collier County Signalization Technical Special Provisions (CCSTSP). Ensure that all detectors used are of the same manufacturer and model. Consider the plans to be sufficiently flexible as to allow for unanticipated field conditions at the site. The Engineer will direct any variation from the locations shown. Mount the pedestrian detector assembly at the height (center of push- button) of 3 1/2 to 4 feet above the sidewalk. When mounting, place the detector housing or saddle in complete contact with the pole or controller cabinet. Orient the pedestrian detector assembly and sign to point in the same direction as the corresponding crosswalk. When a post is required in the installation of the pedestrian detector assembly, restore the area around the post to its original condition or as required by the plans. SECTION 670 TRAFFIC CONTROLLER ASSEMBLY 670 -1 Description. Install traffic controller assembly or flashing beacon controller assembly. 670 -2 Materials. Use a traffic controller assembly or flashing beacon controller assembly listed on the FDOT's Approved Product List (APL). Ensure that the traffic controller assembly or flashing beacon controller assembly is marked in accordance with Section 603 and the markings are visible after installation. Packet Page -2293- 9/11/2012 Item 16.A.20. 670 -3 Installation Requirements. 670 -3.1 Controller Cabinets: Meet the requirements of Section 676 and Collier County Signalization Technical Special Provisions (CCSTSP). 670 -3.2 Field Wiring: Meet the requirements of Sections 632 and 676 and Collier County Signalization Technical Special Provisions (CCSTSP). 670 -3.3 Grounding: Meet the requirements of Sections 620 and 676 and Collier County Signalization Technical Special Provisions (CCSTSP). 670 -3.4 Equipment Placement: Install all equipment in the cabinet in accordance with the manufacturer's recommendations. 670 -4.2 Furnish and Install: The Contract unit price per assembly for Traffic Controller Assembly or Flashing Beacon Controller Assembly, furnished and installed, will include all equipment specified in the Contract Documents, and all labor, equipment, and miscellaneous materials necessary for a complete and accepted installation. SECTION 690 REMOVAL OF EXISTING TRAFFIC SIGNAL EQUIPMENT 690 -1 Description. Remove existing traffic signal equipment including electrical and electronic equipment, supporting hardware and structures, electrical wiring, conduit, and all other elements specified and required to clear the areas of concern for new installations. SECTION 699 INTERNALLY ILLUMINATED SIGNS 699 -1 Description. The work in this Section consists of furnishing and installing an Internally Illuminated Street Name Sign in accordance with the details specified in the Contract Documents. 699 -2 Materials. 699 -2.1 General: Use internally illuminated street name sign assemblies and associated mounting hardware meeting the requirements of the Minimum Specifications for Traffic Control Signal Devices (MSTCSD), Collier County Signalization Technical Special Provisions (CCSTSP), and listed on the FDOT's Approved Product List (APL). Ensure all internally illuminated street name signs are marked in accordance with Section 603 and the markings are visible after installation. Replace any component which the Engineer determines is damaged beyond repair at no additional cost to the Department. SECTION 700 HIGHWAY SIGNING 700 -1 Description. Furnish and erect aluminum or steel roadway signs, with supporting posts or columns, at the locations shown in the plans, in accordance with the details shown in the plans. Reflectorize all signs, and, when so specified in the plans, provide overhead signs with lighting. The Department designates Ground Traffic Signs as all signs erected on the shoulders, slopes, or medians, but not extending over the traveled roadway. The Department designates signs erected partially or completely over the traveled roadway or mounted on bridges as Overhead Traffic Signs, and may further classify some of these signs as Overhead Cantilever Traffic Signs. 700 -2.5 Overhead Sign Structures: 700 -2.5.1 FDOT's Design: When the overhead sign structure is detailed in the plans, submit shop drawings to the Department for approval as specified in Section 5. Prior to the submittal of the shop drawings, determine the actual length of support columns for all sign structures on the basis of existing field conditions and include these lengths on the shop drawings. SECTION 711 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS 711 -1 Description. Apply new thermoplastic traffic stripes and markings, or refurbish existing thermoplastic traffic stripes and markings, in accordance with the Contract Documents. Packet Page -2294- 9/11/2012 Item 16.A.20. 711 -2 Materials. 711 -2.1 Thermoplastic: Use only thermoplastic materials listed on the FDOT Qualified Products List. SECTION 783 INTELLIGENT TRANSPORTATION SYSTEMS FIBER OPTIC CABLE and INTERCONNECT 783 -1 Fiber Optic Cable System. 783 -1.1 Description. Furnish and install a fiber optic cable system as shown in the plans. 783 -1.2 Materials: 783 -1.2.1 Fiber Optic Cable: Provide all- dielectric, dry- filled, loose -tube, dispersion -- unshifted, single -mode fiber (SMF) with low water peak, gel free, and suitable for underground (i.e., in conduit) and aerial outside plant installation. All fiber optic cable shall be splice - compatible with the FDOT's existing dispersion - unshifted SMF and require no electronic equipment for dispersion compensation between new and existing fiber. Ensure that all components that comprise a single length of cable are continuous and of the same material. Furnish only commercial off- the -shelf materials, equipment, and components. 783 - 1.2.1.1 Optical Fiber: Ensure that the optical fibers used in the cable meet or exceed the Telecommunications Industry Association (TIA) and Electronic Industries Alliance (EIA) TIA/ElA- 92-CAAB specification, the U.S. Department of Agriculture Rural Utilities Service (RUS) 7 CFR 1755.900, and International Telecommunication Union ITU -T G.652.D requirements. 783 -3.3 Installation Requirements: Install all pull boxes and splice boxes according to the manufacturer's recommendations; as shown in the plans; and in compliance with Section 635 and Design Standards Index No. 17700 and Collier County Signalization Technical Special Provisions (CCSTSP). Complete the installation of pull boxes, splice boxes, and conduit prior to cable installation. Provide all pull boxes and splice boxes a final finish grade elevation as shown in the plans. Excavate pull box and splice box installation sites to a depth of 1 foot below the bottom of the box, and replace with a 1 foot bed of pearock or crushed stone at the excavation base prior to installing the box. Ensure that the box cover is flush with the existing finished grade after installation. Taper the finished grade contour to provide drainage from the splice box. 783-4 Guaranty Provisions. Ensure that the fiber optic cable, the splice enclosures, termination points, conduit, locate system, pull boxes, and splice boxes have a two -year manufacturer's warranty from the date of final acceptance by the Engineer in accordance with Section 5 -11 of all the work to be performed under the Contract. If the manufacturer's warranties for the components are for a longer period, those longer period warranties will apply. Ensure that the manufacturer's warranties on the fiber optic cable, the splice enclosures, termination points, conduit, locate system, pull boxes, and splice boxes are fully transferable from the Contractor to the Department. Ensure that these warranties require the manufacturer to furnish replacements for any part or equipment found to be defective during the warranty period at no cost to the Department within 10 calendar days of notification by the Department. Refer to Collier County Traffic Operations Fiber Optics Specifications. SECTION 784 INTELLIGENT TRANSPORTATION SYSTEMS NETWORK DEVICES 784 -1 Managed Field Ethernet Switch. 784 -1.1 Description. Furnish and install a hardened, device -level managed field Ethernet switch (MFES) for intelligent transportation system (ITS) projects. Ensure that the MFES provides wire - speed fast Ethernet connectivity at transmission rates of 100 megabits per second from the remote ITS device installation location to the ITS network trunk interconnection point. Use only equipment and components that meet the requirements of these minimum specifications, and are listed on the FDOT's Approved Product List (APL), and /or Collier County Signalization Technical Special Provisions (CCSTSP). Packet Page -2295- 9/11/2012 Item 16.A.2O. 784 -1.2 Materials: 784 -1.2.1 General: Ensure that the ITS network administrator will be able to manage each MFES individually and as a group for switch configuration, performance monitoring, and troubleshooting. Ensure that the MFES includes Layer 2+ capabilities, including, QoS, IGMP, rate limiting, security filtering, and general management. Ensure that the furnished MFES is fully compatible and interoperable with the ITS trunk Ethernet network interface, and that the MFES supports half and full duplex Ethernet communications. Furnish an MFES that provides 99.999% error -free operation, and that complies with the Electronic Industries Alliance (EIA) Ethernet data communication requirements using single -mode fiber optic transmission medium and Category 5E copper transmission medium. Provide a switched Ethernet connection for each remote ITS field device. Ensure that the MFES has a minimum mean time between failures (MTBF) of 10 years, or 87,600 hours, as calculated using the Bellcore/Telcordia SR -332 standard for reliability prediction. 784 -3 Digital Video Encoder and Decoder. 784 -3.1 Description: Furnish and install digital video encoder (DVE) and digital video decoder (DVD) hardware and software to create a video - over -IP network system, as shown in the plans, and as directed by the Engineer. Use only equipment and components that meet the requirements of these minimum specifications, and are listed on the FDOT's Approved Product List (APL) and /or Collier County Signalization Technical Special Provisions (CCSTSP). 784-4 Guaranty Provisions. 784 -4.1 General: Ensure that the manufacturers' warranties for the MFES, device server, DVE and DVD are fully transferable from the Contractor to the Department. Ensure that these warranties require the manufacturer to furnish replacements for any part or equipment found to be defective during the warranty period at no cost to the Department within 10 calendar days of notification by the Department. Packet Page -2296- 9/11/2012 Item 16.A.20. PINE RIDGE ROAD AT PINE RIDGE CROSSING SHOPPING CENTER PAY ITEM DESCRIPTION QTY UNITS 101 -1 MOBILIZATION 1 LS 102 -1 MAINTENANCE OF TRAFFIC 1 LS 110-4 REMOVAL OF EXISTING CONCRETE PAVEMENT 45 SY 285 -7 -15 OPTIONAL BASE GROUP 15 45 SY 334 -1 -23 SUPERPAVE ASPHALT CONCRETE TRAFFIC C 2.5 TN 337 -7 -33 ASPHALT CONCRETE FRICTION COURSE TRAFFIC C 3.7 TN 520 -1 -10 CONCRETE CURB AND GUTTER TYPE F 178 LF 522 -2 CONCRETE SIDEWALK, 6" THICK 110 SY 555 -1 -2 DIRECTIONAL BORE 6" TO <12" 395 LF 630 -1 -11 CONDUIT (F &I ) (ABOVE GROUND 5 LF 630 -1 -12 CONDUIT (F &I) (UNDERGROUND 450 LF 632 -7 -1 SIGNALS - CABLE WITHIN INTERSECTION (F &I) 1 PI 635 -1 -11 PULL AND JUNCTION BOXES (F &I) (PULL BOX 13 EA 639 -2 -1 SIGNALS - ELECTRICAL SERVICE WIRE (F &I ) 75 LF 649 -31 -999 STEEL MAST ARM ASSEMBLY (F &I) (CUSTOM 2 EA 650 -51 -311 TRAFFIC SIGNAL, F &1 3 SECTION 1 WAY LED 17 AS 650 -51 -511 TRAFFIC SIGNAL, (F &I) (5 SECTION) (1 WAY ) (LED 3 AS 653 -191 PED SIGNALS (F &I) (LED COUNTDOWN 1 WAY 8 AS 659 -107 SIGNAL HEAD AUX (F &I) (ALUMINUM PEDESTAL 8 EA 663 -74 -14 VEH DETECTOR ASSEMBLIES (F &I) (EMG PREEMPT 4 EA 663 -74 -15 VEH DETECTOR ASSEMBLIES F &I (VIDEO) 4 EA 665 -12 PED. DETECTOR (F &I) (DETECTOR WITH POST & SIGN 1 EA 665 -13 PED. DETECTOR (F &I) (DETECTOR WITH SIGN ONLY 7 EA 670 -5 -111 CONTROLLER ASSEMBLY (F &I) (NEMA, 1 PREEMPTION 1 AS 685 -106 SYSTEM AUXILLARIES (F &I) (UPS 1 EA 690 -10 REMOVE TRAFFIC SIGNAL HEAD ASSEMBLY 12 EA 690 -20 REMOVE PEDESTRIAN SIGNAL ASSEMBLY 6 EA 690 -31 REMOVE SIGNAL PEDESTAL 3 EA 690 -32 -1 POLE REMOVAL SHALLOW DIRECT BURIAL 2 EA 690 -50 REMOVE CONTROLLER ASSEMBLY 1 EA 690 -60 REMOVE VEHICLE DETECTOR ASSEMBLY 14 EA 690 -80 REMOVE SPAN WIRE ASSEMBLY 3 EA 690 -90 REMOVE CABLING AND CONDUIT 1 PI 690 -100 REMOVE MISCELLANEOUS SIGNAL EQUIPMENT 1 PI 699 -1 -1 INTERNALLY ILLUMINATED SIGN EDGE LIT LED 2 EA 711 -11 -122 THERMOPLASTIC PAVEMENT MARKING 8" WHITE 88 LF 711 -11 -123 THERMOPLASTIC PAVEMENT MARKING 12" WHITE 758 LF 711 -11 -124 THERMOPLASTIC PAVEMENT MARKING 18" WHITE 55 LF 711 -11 -125 THERMOPLASTIC PAVEMENT MARKING 24" WHITE 813 LF 711 -17 THERMOPLASTIC PAVEMENT MARKING REMOVE 200 SF 783 -2 -31 ITS FIBER OPTIC CONNECTION INSTALL (SPLICE) 4 EA 783 -3 -11 ITS FO CONNECTION HARDWARE (F &I) (SPLICE ENC 1 EA 783 -3 -13 ITS FO CONNECTION HARDWARE F &I PRETERMINATED EA CONNECTOR ASSEMBLY 783 -3 -15 ITS FO CONNECTION HARDWARE F &I PRETERMINATED 025 EA PATCH PANEL 783 -4 -12 ITS CONDUIT F &I UNDERGROUND LF 784 -1-4 ITS MANAGED FIELD ETHERNET SWITCH RELOCATE Packet Page -2297- 9/11/2012 Item 16.A.20. EXHIBIT K: PERMITS See Attached 90 Packet Page -2298- �., e rl? t !'zc rrt�= �, c� S1p 9/11/2012 Item 16.A.2O. PERMIT TO PERFORM WORK AND /OR MAINTENANCE IN PUBLIC RIGHT -OF -WAY GROWTH MANAGEMENT DIVISION /ROW PERMITTING & INSPECTION - 2800 NORTH HORSESHOE DRIVE; NAPLES, FLORIDA 34104 ROW Section Telephone # 252 -5767 A COPY OF THIS PERMIT MUST BE ON THE JOBSITE AT ALL TIMES. FAILURE TO COMPLY MAY CAUSE'JOB SHUT DOWN. Date Issued: 03/30/2012 Right -of- Way Permit Number. PRROW2012OW465804"''` SDPIARIPSP Number. Building Permit Number. Project Name: TRAFFIC SIGNAL UPGRADE @ PINE RIDGE CROSSING SHOPPING CTR. Project Address: AIRPORT PULLING RD Subdivision: Lot: Block: Unit: Tract: Folio No: Section: Township: Range:. Type; of Construction: ROW Commercial Detail: UPGRADING -SPAN WIRE TRAFFIC SIGNAL TO STEEL MAST ARM ASSY. The work herein described and ­r„ if -A i-c to be commenced on or about And completed no later than Expiration date for work described Property Owner /Applicant: JOHN MILLER Contractor: Collier County Transportation Division -- - -----' 2885 South Horseshoe Drive _ Naples, . FL 34104 Telephone Number: (239) 252 -7584t Notes- To Schedule your lnspeciion call 239 = 252 -3726. Y6ut Inspection Number is 840; to requestaii; Courtesy tnspeciion follow .: the: prompts.and: leave a message_fo %the inspector. SEE_ SPECU4L.CQNDIT1dNS:;,. Work shall be performed in accordance with approved an, Conditions of Permit appearing on reverse side, pulations specified,as part of this permit and in cordance with Collier County Ordinance # 09 -19 and "Public Right -of -Way Construction Standards rndbook," latest edition. Applicant declares that prior to filing this application has ascertained the location of all existing utilities, th aerial and underground. Any changes to any utility all be the responsibility of the Permiftee for all cost If right- of_way permit is issued in conjunction with a Ming permit, the right -of -way permit expires upon mpletion of the buiidino.._ STATUS: ISSUED MB If the application is made by any person or firm other m the owner of the property involved, a written consent m the property owner shall be required prior to messing of the application. Transportation Services Division approval does not empt the permittee from gaining approval from any ate, Federal or Local Agencies having jurisdiction over proposed work. This permit is contingent.upon Permittee obtaining cessary rights of entry for construction and maintenance ere required right-of-way for public use has not been dicated and p ep�pd by Ccli�-PKCou. BY: DATE: March 30, 2012 Condition: The Permittee shall notify this office 72 hours prior to commencement of the actual construction under this Permit Failure to comply may cause job shut dorm. If there are any sidewalk closures. sidewalk rental fees will apply. SEE REVERSE SIDE FOR CONDITIONS 9/11/2012 Item 16.A.20. EXHIBIT L: STANDARD DETAILS Not Applicable 91 Packet Page -2300- 9/11/2012 Item 16.A.20. EXHIBIT M: PLANS AND SPECIFICATIONS See Attached 92 Packet Page -2301- w 1 � a 'U 0 a z a U) �(D z 0 <U) Oo ry ry LijC) C� W o(D _o w� z -z r Z� ol z �Y N< Z� C7QU) (D z z E N N LO O O z U Q z O U O C) 0 a LL O z O F- 0 J ry O LL O M O z D O U ry w O N 0 V1 W m 0 9/11/2012 Item 16.A.20. Z 0 F-w� _, `M � m p W m U Z � of < ❑>O < — CL zy.ww (� Pm w o C' en W (j) >- Z 1-gNp J Q d Co U J W d W N 0 V1 W m 0 — U o w o m U) d J W W c Z � Q Oz U (n LU pp, g z a_ 0 < Q (n Lu F= y N LL z > o zQ > ❑o<L z ch ❑ ❑� c Z m Wo o o� o o�N� °z o o� ��z ¢ U (n❑ a �LLz cnv 0- oh z W Z on ~ LU OQ J U QOO� ¢ cam? �� LLZO w Z Z Z ¢ W z Oz W� a x�� U RZ zFw-W Q ❑❑ LL ❑ p pF¢W J� o zZZ�w OW a�s< LU CL (� �O ¢� z V ❑� W(nZQ w��< QZ¢❑ZQ u < 0. U. W ❑ U W �w0� c O _ = F. . Q~ Z o< o Packet Page -2302- Z a a C a° o (n a Q w Q o. n z - LL W z U z (n t- U w` 1�;� X20 9/11/2012 Item 16.A.20. 1a1�� yw�� uj W=W(n W` 0 ��- �In 2 �� Q O ~ �- iV ~y¢ '~ �w hQ aWx� y�Ql 01� h ° x �T In 3 <a3 I- Q. 2� Q�~�I� $� CW°h Yh 041 �¢ �cw Wy Qh� ux1< V h`= xa T x�¢ ax� x 2 O T¢ 4� ti WWw ti= �W °3 W tiro yy °y h �=omu�i iW �_ o a �W� WA�A a �oo'�W oti� x ... W ��� Coa IoW Cb h W x Tti tz W O m� y= V��2 xp¢ h �jLA �. pa Wix2 �W pQ� 3 OW = W hti h 9`1� `�O xxC� xW kW W WW�1� Co Co LU 1, I. W 20 Wh i p ti jW2 h �hx ,m m¢W ixv~i ¢a � aW W ZpOo-d4J2 �O W O OoS W M ►. �p ti Cr S, w 3x 2ti W h O1. �j T� C1 W 45 $ W� �¢ = ¢ h � N�Q Ox cox h T I_Whh ¢W �� x� � C x �.. Q x y xd h00 xh �¢~O �a W W� y W�3 g tiyy�N ,a k k� k xW `� Q ° � � ml I � W v ¢ W yxt: 1x 8 1� ,,� �� y� a� �iwy � ~ �w8 �8� i ga '-K ti Wzg h ° W W ti 2 W W �y °j �I¢.. tntrim ti J h h WW W x W yl- c hx tiw hyW ��¢ ? x 2 2 �W ti inn oW� W Q W —�, w� WW Q ti W h ��- yF• ° h� �W2 �a h�� W`.°Z SAN ~vi ¢ y O� �"� �Q tix� �� $ Zx Wi pWh- QW� h aLn i "I" m 3hx _^xti %W �? Op V-•2 00 �yW a0 Wh$ ~xWx p0 K h h x•`[ QU- h �� oh 2 xa amok O1�un2 �� wQ pis W ¢ try F_ ¢W OW Luy.z��� JO T <� C'+�i WWO �Zz ¢ � xh i i O �_ 1-ati x O x$ w hx Q� T2 Yy�a �y .3 w�ik �~ O~Wh w 2w ti ~ OT hJ m0 T 3w �WJ x �h O a Qti WtWln��� �I2- Ox W h V,- 9ti jvWi ?$xo O, = >-•._ ICJ ad i x� tiT �OOx ¢ xh W -- ¢W ¢ x O xCpi $p Wh x¢ ¢Z�rW iw ag w x �1n 8 y¢ VI U W�J V� T h x 2 p U Z J 1- J �V h 2�w, W (nl� W W OW �y ~T �W Ox O ¢ W3 j3 0 2x F,jK hiwa W�}� �ptiW �� O$ �' p �W h� ¢� �. wm h E.T ¢ ¢1tl to aW °o F_ ¢ x�h� O Ww F.2 CS M �� i h 0�2 W� tn 8�xT wO 9� �? ¢i�'' xx¢~ ,,�$$ �H =x iW w °W ¢$ hh a xwx mT 3ti ;o~ o�z Wti yztiW � xmi �� y2 L" CO yh WOO =W Kpl_ w3$lVxw G2 yw- m Uh =2 �? Z �y U hW w~ �y � a o ��x tip° z ~c ° ow $`= pvQi � � tL g5 � W $� aoWt;� i xW� ShWa h� hi U� rs ToyO tpg� z� x ray Q WY ¢ h Tx �w Y O ~hay p�' a� O Txpx �o�6h �h t6 in Q cQn wZ Q <— �� oi2W N3 aca Wi C� 1_Uh ¢mh2 x U. x � OD O ti h oT 1Wu x O �a � x� W x 8 hi 4: a in y iW ti QoQ¢wtn x QJ U� � Z� Wwlx -o TYW x� T�c~�vTiV ~ tn� tCti J$ 8!5 Oho W03ti 23� $W ~3�Cx 2� !Z �h 4Q~~ti,In i° mU2 20 0 O� S� 3wW `°nWO w� 3ky�° �L, wi TW tiWW �� QJ W Ord W `�2 acs ° mg Tti °�x�o $2 °w 0: h _oo w1"W §4��i hj Zia WO�y 2 Wm=dv~j 2 >T ~Wx Za$a� 4� �� $ Wi ¢— �+x iIW V wti yQ°x ir¢W WO ~ � ¢ °�� ax x� h ¢c�a y= ��8x2' U. WLn � xx 20 3�$hxxo i`noxQ,x° �y =h,v xx ¢��wW QW� �h ~'y$ ¢yg" i $� p2 ti 2h W �..WQ ¢+[ Og~W� ~= Wj Q� yt~i00o2�tw- I� 23x3oj ��2 �g �pQ fix_ `T'W x � a$~ wi '� W� ~'wnkSia'a�+`~^ y� °� �gQ� � ti 6w hGS!O 4's �� Zyhj'�nH ¢� �yW" $$ ~ hW Cw.�L4QV`G� �� �O 02�. ¢° _ <- 1�1-AC� hiQ W xQ'Qn 'n' w�� Y,x�x W h $tip WJ ti WW x¢ � h� "ti ° Packet Page -2304 ~ ?2�2�2 9/11/2012 Item 16.A.20. V) W � O � � � Z) zi 8%(n 2\! k � § § # ■ §4� ( \� § ®§pal \B ;kk k $ % w � RIM §%§kkƒ \ m a k % 2 $k}�� A% § §Q §%§$J k � ) a ; �� §%� \ \ §� k E§� m ^3 A, w §m ■ )2 k§ LL mCS) CL -R m_ } \ A■ Ow o\ §�� �\ ■�N m� B @§ RN j ���4 k§@ %\ o #o §� 2 ®■ U. � m®B a� � ■�\ /��% $` § �_m] �a q ±& k� }� §§\ §� § )j § §lu §% ` . -@Qb Bm § %� 2 § &%■ I �® \% Q \§` �� q %B e Bm§ L l� ■k 2 �� �/ ) ? /�? 21Packet Page -305 §\ wu@ ®E ¥u §m e■ � §�sR _w ■ ��sa w. 9/11/2012 Item 16.A.20. iz h C QI VV W W eU 41 =WW =j iWW'�2 =0 =$ =Z= fn °?hW21t xufZO V b0 3 N M1 P ui 6 1: C6 OI J 414'4`. � � C Ini NUU t ,J i h3{ W�y �. 1 _ =aas�4 as � �' � I � •». ` � l i V tz �.. ............ ii 1i 1 I SSC N f1 i N b h q A ku /4, % W ku I a In 1 II 11 I I '� ; ,-'•+ b 1 I !III � Packet Page -2306- r n , 1 i 3 fTl 9/11/2012 Item 16.A.20. a. X-E w fb 42 T ap M T AID to tp ul N MSSW 3WIM Mid o 8Z TIM 9w M In vv zo 9/11/2012 Item 16.A.20. a. X-E tu i CL I h!i nm w fb 42 ap M T AID Z17 vi M N MSSW 3WIM Mid o 8Z zit tu i CL I h!i nm �k lz tf. ku Ito CL Packet Page -2307- iz Q ZZ (�Lli D LQ ti za z A V) w fb 42 T AID N o 8Z zit In �k lz tf. ku Ito CL Packet Page -2307- iz Q ZZ (�Lli D LQ ti za z A V) N o 8Z U"ll C'Zi. 04 V. V. Ln to to -lz O 04 40 2 U i I I „ fs � � t � I i 3 l - - -- -- ------ - - - - -- ii iii! 1 1 { j 1 I 1 Q �° a N � 1 O I i �iI E i t t �b I i N I R ,A If I i it i i4 ,i 0 H� W Uj WW I_ 0 Ell l W V V) uj Z Packe W 9/11/2012 Item 16.A.20. i I I „ fs � � t � I i 3 l - - -- -- ------ - - - - -- ii iii! 1 1 { j 1 I 1 c I� ,I C) _ �NLC 3 �C�pN''C I �o �ZWWLi I Ij- - -' t Page - 2308 - i U <a Mw J N � 0 0 a; m N x V m z z 0 d w to • I[! _N1 _.7 Tj; L r -,IA c OLL o dt�Wb i °ate < Jwvo u�i droll J 22NW W fA' J a razz '3 ws a w woad J ~mtn o <t°ua.zd o. wraJ o wz > .MW w2 tn rap- 2 =WFr F WLLZ JJ J,<W > CU Hi KA S V W J � � F Packet Page -2309- 9/11/2012 Item 16.A.20. vw► � ,� a o w °jr 4 c y Z ik *c I - QL c: �gF of 4z R o °`° $� o � °momy Go jjo omc � U `phi Q ul u m y d orv4: b NZ hity$~RC�y $ aN\QJ S m: 9/11/2012 Item 16.A.20. � gg Pi tiO�3 in yo ° G � o� mm $° 0m o yo o h ¢ o... joo0 IR � m 8v°ag � :20 a° �ciQ� o o i3 o �$ i o�`g vlvl Ln ulo w 1 1 1 1 1 to ` N o I I J I I 1 I J 0 2 W p2 U I 1 W J z J J � 2 ~ W J J Q ` I 1 J W J t I I a J W � 2 ~ 2 Q Q Q 0 Q Q � In m Q g Co v 0 0 c U W Packet Page -2310- N m a UQ 0 O C-!1 ma m # c m p. 4 yl t - O ti W .. f 6 sa]Od5 9 ° v i sail 9N o r m° o U h Q w° R az O F- O ^ S � � E m a a y N n w w U i–i —1 4 F C 0 0 4 F F V 4 C 4 4 h F. h O O N N � � N N O O O m g y 1 m O uZ U � o vl vzi ° m I�il P �i = O O O ti 0 U Q Z � 0 U V Q 0 ~ ! O vl W v N Q !J W Q tx J Q � ° E E L Q � ti L9 o a 0 z n o I I J I I 1 I J 0 2 W p2 U I 1 W J z J J � 2 ~ W J J Q ` I 1 J W J t I I a J W � 2 ~ 2 Q Q Q 0 Q Q � In m Q g Co v 0 0 c U W Packet Page -2310- N m a UQ 0 O C-!1 ma m # c m p. 4 yl t - O ti W .. f 6 sa]Od5 9 ° v i sail 9N o r m° o U h Q w° R az O F- O ^ S � � E m a a y N n w w U i–i —1 4 F C 0 0 4 F F V 4 C 4 4 9/11/2012 Item 16.A.20. - 4 0 � 2 ? E 4 H � W N ~ k x k � � W ti ~ k W W 2 c,2 O 2 p�o 2 p � � 3 � 3 � = 7 J p } U T U T U T U T U T U 2 p m a¢ a¢ a¢ a ¢ } d U J ¢ 2 2 O x C o o a o a o a o a o C a c o a o a O a N o U a to 0 U a (D U a to o =� J � � � � U N U cn U to U N U to C � 3 1" J Vl W � � 3 � 3 � 3 _L a S ti Ull W W V U p O � CCID x c� x _ U Q I LQ W In zn lLJ a b � a J O � z ¢ m Packet Pagel -2311 (" a + �, ��� � Co a z } � i V) � / % u \ _ Packet Page -2312- 9/11/2012 Item 16.A.20. w LLJ � \ \kk� \ / \ /�� LLJ q \ 2 0 § �ƒ /R \ 6 Q M 7 &2&m R � \ / \\\ \ Co LLJ /2 t Q� @ 2 < © \$E/ \ W � \ \2 % \�/ / 2 §m o q E k / � h L -j \ 2 q / Q Oz« k q cc: Q Q Lu ± k / / k Z3 ® i�s / Lu -� % $�zR \ u .ok Lo to � \\\k� 0 k \j �\ %$ 22 2 E t \&? /22® 7W \\ 7 k 8m *U- �/ / Co 2® ® 2 , q i / Q. \\ L) Q 22 L 7® �� Q§ 2 /o $/ M 2 < & W ¥ L :2 2 a „ Ar eta w�pYiwa g 1 p � � M 9/11/2012 Item 16.A.20. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Packet Page -2314- Personnel Category Construction Superintendent Project Manager 93