Loading...
Agenda 07/10/2018 Item #11J07/10/2018 EXECUTIVE SUMMARY Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification Master Plan “Collier Boulevard North - (Golden Gate Boulevard to Immokalee Road) Landscape and Irrigation Installation” to Hannula Landscaping and Irrigation, Inc., in the amount of $1,061,960.67 (Project No. 60206). _____________________________________________________________________________________ OBJECTIVE: To complete two (2) miles of median landscape improvements on Collier Boulevard North from Golden Gate Boulevard to Immokalee Road as part of the Collier County Landscape Beautification Master Plan. CONSIDERATION: At the September 27, 2016, Board of County Commissioners (Board) meeting (Agenda Item 11D), the Board approved the updated Best Management Practices for the Landscape Beautification Master Plan project ranking and funding. The arterial roadway on Collier Boulevard from Golden Gate Boulevard to Immokalee is planned for installation in Fiscal Year 2018; however, Hurricane Irma caused delays in the plan. The County posted ITB 18-7316 for Collier Boulevard North Landscaping and Irrigation Installation on February 26, 2018. Staff emailed 6143 notices, 72 potential proposers viewed bid packages and the County received two bids by the April 9, 2018 deadline. Both vendors in the below table were found to be responsive and responsible. Staff recommends awarding to Hannula Landscaping and Irrigation, Inc., as the lowest, responsive and responsible bidder. Company Name Bid Amount Hannula Landscaping and Irrigation, Inc. $1,061,960.67 Superior Landscaping & Lawn Service, Inc. $1,158,838.03 Hannula offered the lowest total base bid excluding alternates. Staff and Q. Grady Minor, the project's landscape design consultant, agrees that the bid prices are fair and reasonable. The base bid is approximately 20 percent below the project consultant’s $1,330,871 opinion of probable cost. The Procurement Services Division concluded bidding was competitive and representative of market conditions. The bid tabulation, solicitation, agreement, Landscape Architect’s letter of recommendation, and the Notice of Recommended Award are attached hereto. FISCAL IMPACT: Sufficient funding for this installation project is available in the Landscape Beautification Capital Fund (112) Collier Boulevard No. 60206 as previously approved by the Board in the FY18 budget cycle. Additional county costs of approximately $309,000 will be required for this project to install Motorola central controllers and irrigation components, irrigation pump stations, electrical meters, and acquire permits from Florida Power and Light. The additional county cost also includes a 10% contingency. The ongoing maintenance and operation costs post-construction are estimated to be $139,932 annually, based on historical costs of $46,644 per mile. Future maintenance costs for improved medians will be budgeted in the Landscape Maintenance fund center within the Unincorporated General Fund (111) MSTU. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT 11.J Packet Pg. 425 07/10/2018 GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: The Board awards Invitation to Bid No. 18-7316 Collier County Landscape Beautification Master Plan “Collier Boulevard North - (Golden Gate Boulevard to Immokalee Road) Landscape and Irrigation Installation" to Hannula Landscaping and Irrigation, Inc., and authorize the Chairman to sign the attached agreement. Prepared by: Pamela Lulich, PLA, CPM, Landscape Operations Manager, Road Maintenance Division ATTACHMENT(S) 1. 18-7316 Solicitation Collier Landscape & Irrigation Installation (PDF) 2. 18-7316 Tabulation (PDF) 3. Award of Bid Collier Blvd GradyM (PDF) 4. 18-7316 Bid Schedule OPC 04.23.18 - updated (PDF) 5. 18-7316 NORA_Signed (PDF) 6. [Linked] 18-7316 Hannula_ Contract_ VendSign (PDF) 11.J Packet Pg. 426 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 11.J Doc ID: 5815 Item Summary: Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification Master Plan “Collier Boulevard North - (Golden Gate Boulevard to Immokalee Road) Landscape and Irrigation Installation” to Hannula Landscaping and Irrigation, Inc., in the amount of $1,061,960.67 (Project No. 60206). (Joe Delate, Principal Project Manager, Road Maintenance Division) Meeting Date: 07/10/2018 Prepared by: Title: Manager - Landscape Operations – Growth Management Department Name: Pamela Lulich 05/30/2018 4:50 PM Submitted by: Title: Dept Head - Growth Management – Growth Management Department Name: Thaddeus Cohen 05/30/2018 4:50 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 05/31/2018 8:03 AM Road Maintenance Travis Gossard Additional Reviewer Completed 05/31/2018 8:50 AM Road Maintenance Joseph Delate Additional Reviewer Completed 05/31/2018 11:07 AM Procurement Services Adam Northrup Additional Reviewer Completed 06/01/2018 8:39 AM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 06/01/2018 2:39 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/02/2018 3:00 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/04/2018 9:02 AM Road Maintenance Melissa Pearson Additional Reviewer Completed 06/04/2018 11:50 AM Procurement Services Swainson Hall Additional Reviewer Completed 06/05/2018 2:17 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 06/06/2018 8:21 AM Growth Management Department Gene Shue Additional Reviewer Completed 06/06/2018 4:23 PM Growth Management Department Diane Lynch Level 1 Reviewer Completed 06/12/2018 11:15 AM Growth Management Department James C French Deputy Department Head Review Skipped 06/13/2018 9:35 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 06/18/2018 9:55 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/20/2018 2:43 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/20/2018 3:40 PM 11.J Packet Pg. 427 07/10/2018 County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/20/2018 4:11 PM Budget and Management Office Ed Finn Additional Reviewer Completed 06/26/2018 10:27 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/28/2018 4:48 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/30/2018 11:23 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 11.J Packet Pg. 428 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CONSTRUCTION INVITATION TO BID FOR COLLIER BOULEVARD NORTH LANDSCAPE AND IRRIGATION INSTALLATION SOLICITATION NO.: 18-7316 ADAM NORTHRUP, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 ADAMNORTHRUP@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format (Rev 8/22/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 11.J.1 Packet Pg. 429 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County INVITATION TO BID - COUNTY BID NO. 18-7316 COLLIER BOULEVARD NORTH LANDSCAPE AND IRRIGATION INSTALLATION Sealed bids for the construction of the Collier Boulevard North Landscape and Irrigation Installation will be received electronically until 3:00 P.M. LOCAL TIME, on the 28th day of March, 2018 on the County’s on-line bidding system: https://www.bidsync.com/bidsync-cas/. All bids will be publicly opened and read aloud. Any bids received after t he time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $1,020,698.00. A non-mandatory pre-bid conference shall be held at the Procurement Services Division, Conference Room A, at 11:00 a.m. LOCAL TIME on the 5th day of March 2018, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Bids shall be received on line by the Bid Date of March 28th, 2018. No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System websit e: https://www.bidsync.com/bidsync-cas/. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procuremen t Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier’s check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledg es and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Ins urance 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, th e 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 Eighty (180) calendar days from and after the Commencement Date specified in the Notice to Proceed. The final completion days includes substantial completion days of One Hundred and Fifty (150) calendar days, with an additional Thirty (30) calendar days to final completion. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand Five Hundred Eighty Four Dollars ($1,584.00) for each calendar day thereafter until Substantial Completion is achieved. 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 ti me which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. Director, Procurement Services Division 11.J.1 Packet Pg. 430 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 1 - BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BID NO. 18-7316 COLLIER BOULEVARD NORTH LANDSCAPE AND IRRIGATION INSTALLATION Full Name of Bidder Main Business Address Place of Business Telephone No. Fax No. State Contractor's License # State of Florida Certificate of Authority Document Number Federal Tax Identification Number DUNS # CCR# Cage Code 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 collusio n 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 W ork, 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 s pecified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division staff. 11.J.1 Packet Pg. 431 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 2 - CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT BID NO. 18-7316 COLLIER BOULEVARD NORTH LANDSCAPE AND IRRIGATION INSTALLATION Name Personnel Category Construction Superintendent Project Manager 11.J.1 Packet Pg. 432 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 3 - MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, t imber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: _____________________________________________________________ Signature: ___________________________________________ Date: _________ Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: __________________________________________________-_________________ Signature:______________________________________________________ Date ________ 11.J.1 Packet Pg. 433 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 4 - 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 th e major categories listed herein are “qualified” (as defined in Ordinance 2017-08 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 lice nses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Electrical 2. Mechanical 3. Plumbing 4. Site Work 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: ___________________________________________________________________ Signature: __________________________________________________ Date: _________ 11.J.1 Packet Pg. 434 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five (5) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference (include phone # or email address) 1. 2. 3. 4. 5. 6. Company: ___________________________________________________________________ Signature: __________________________________________________ Date: _________ 11.J.1 Packet Pg. 435 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 6 - 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 Measure (Description) Units of Measure (LF,SY) Unit (Quantity) Unit Cost Extended Cost 1. 2. 3. 4. 5. TOTAL $ Failure to complete the above may result in the Bid being declared non -responsive. Company: __________________________________________________________________________ Signature: __________________________________________________ Date: ________________ 11.J.1 Packet Pg. 436 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 7 - BID BOND KNOW ALL MEN BY THESE PRESENTS, that we _____________________________ __________________________ (herein after called the Principal) and ____________________________________________, (herein called the Surety), a corporation chartered and existing under the laws of the State of _____________ with its principal offices in the city of ____________________ and authorized to do business in the State of ______________________ are held and firmly bound unto the __________________________________________________ (hereinafter called the Owner), in the full and just sum of ____________________________________________ dollars ($_________________) 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 bin d 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, equipmen t and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 18-7316, Collier Boulevard North Landscape and Irrigation Installation NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $______________ noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this ______ day of ________________, 20 . Principal BY (Seal) Surety (Seal) Countersigned Appointed Producing Agent for 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 Co ntract 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 addit ional 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 perio d. 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 e vent 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 Successfu l Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order, 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 One Hundred and Fifty (150) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. 11.J.1 Packet Pg. 437 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County Respectfully Submitted: State of County of , 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. __________________________________________________, also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Dra wings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of _______________, which operates under the legal name of ______________________________________________, and the full names of its officers are as follows: President Secretary Treasurer Manager The __________________________________ is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken _____________________________, a certified copy of which is hereto attached (strike out this last se ntence if not applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is ________________________________, and if operating under a trade name, said trade name is ________________________. Complete for information contained in (a) Corporation, (b) Co -Partnership or (c) Individual from previous page. DATED Legal Entity BY: Witness Name of Bidder (Typed) Witness Signature Title 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 11.J.1 Packet Pg. 438 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 8 - INSURANCE AND BONDING 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, exce pt 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 th em 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”, or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Flor ida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insuranc e must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County . The amounts and types of insurance coverage shall conform to the minimum requirements set fort h in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) 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, withi n 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 coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) 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. T he 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 coverage (s) 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 replaceme nt 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 justifi cation for the County to terminate any and all contracts. 11.J.1 Packet Pg. 439 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000__single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence 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 & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. 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. 11.J.1 Packet Pg. 440 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amo unt, 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, p ublished by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. 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. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must s tate the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on beh alf of Collier County. 12. Thirty (30) Days Cancellation Notice required. 2/14/18 – GG _______________________________________________________________________________________________________ Consultant’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 ____________________________ Consultant Signature ______________________________________________________________________________ Print Name ______________________________________________________________________________ Insurance Agency ______________________________________________________________________________ Agent Name ________________________________________ Telephone Number ________________ 11.J.1 Packet Pg. 441 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 9 - CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identif ied, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, org anizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizatio nal conflict. Firm: ____________________________________________________________________________ Signature and Date:_________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ 11.J.1 Packet Pg. 442 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 10 - VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County docu ment for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on thi s _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 11.J.1 Packet Pg. 443 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 11.J.1 Packet Pg. 444 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 11 - IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors 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 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’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 uni lateral 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 o f submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Commission No.: 11.J.1 Packet Pg. 445 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 12 - VENDOR SUBSTITUTE W – 9 Request for Taxpayer Identification Number and Certification In accordance wi th 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) requires that the county notify you in wr iting 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 ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ Email ____________________________________ Email ____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company 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) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ 11.J.1 Packet Pg. 446 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County FORM 13 - BIDDERS CHECKLIST 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. Bid schedule completed. 3. The Bid prices offered have been reviewed. 4. The price extensions and totals have been checked. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 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. Any required professional licenses (General Contractors license, Underground Utility and Excavation, Builders, etc.) 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier’s check has been submitted. 11. Any addenda have been signed and included. 12. All attached forms have been completed (forms 1-13), reviewed, and signed where necessary by an authorized personnel. 13. The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. Bidder Name Signature & Title Date 11.J.1 Packet Pg. 447 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County ***FOR REVIEW ONLY – NOT REQUIRED UNTIL AWARD IS MADE – PLEASE SEE CONSTRUCTION AGREEMENT*** EXHIBIT B-1: PUBLIC PAYMENT BOND 47 Bond No. Contract No. 47a 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. 11.J.1 Packet Pg. 448 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County 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 _____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) 11.J.1 Packet Pg. 449 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County OR 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: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 11.J.1 Packet Pg. 450 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County ***FOR REVIEW ONLY – NOT REQUIRED UNTIL AWARD IS MADE – PLEASE SEE CONSTRUCTION AGREEMENT*** EXHIBIT B-2: PUBLIC PERFORMANCE BOND 48 Bond No. Contract No. 48a KNOW ALL MEN BY THESE PRESENTS: That _______________________________ ________________________, as Principal, and ______________________________ _____________________________, as Surety, located at ______________________________________________________________________ (Business Address) are held and firmly bound to ________________________________________________, as Obligee in the sum of ______________________________________________________________________ ($_______________) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ____________ 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 o r to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. 11.J.1 Packet Pg. 451 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County IN WITNESS WHEREOF, the above parties have executed this instrument this _____ da y 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 ____ 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) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 11.J.1 Packet Pg. 452 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR 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 _____________________________, 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.: 11.J.1 Packet Pg. 453 Attachment: 18-7316 Solicitation Collier Landscape & Irrigation Installation (5815 : Recommendation to award ITB No. 18-7316 Collier County Project Manager: Pam Lulich Purchasing: Adam Northrup 18-7316 - Bid Tabulation COLLIER BOULEVARD NORTH - (Golden Gate Boulevard to Immokaee Road) Notices Sent: 6143 Suppliers Viewed: 72 Bids: 2 PAY ITEM NO.CATEGORY SYM DESC SIZE UNIT QTY.UNIT COST TOTAL COST UNIT COST TOTAL COST 1 A. Site Work Planting Soil Prep (Medians only) Includes herbicide application as necessary to kill off weeds, fertilizer, tilling, final grading and testing pH (123,400sf x 8")=9132 SY 123,400 SF x 8" =86,678 Cubic Feet or 3062 Cubic yards SY CY SY 13,666 15.52$ $212,096.28 8.33$ $113,837.78 2 A. Site Work Tree pit sump 24" min. Depth EA 244 100.00$ $24,400.00 53.50$ $13,054.00 3 A. Site Work Certified As-Built / Record Drawings In Autocad DWG format / Required Documentation of Landscape and Irrigation to be given to LA for Closeout Item LS 1 2,750.00$ $2,750.00 1,650.00$ $1,650.00 4 A. Site Work Maintenance of Traffic LS 1 28,460.00$ $28,460.00 46,460.00$ $46,460.00 5 A. Site Work Mobilization FDOT Specification 2017, 101 LS 1 25,532.72$ $25,532.72 16,000.00$ $16,000.00 6 B. Landscape Installation1 TD Taxodium distichum / Bald Cypress 10'-12' ht, 4' spd, #25 gallon container, 2" cal., Buckhorn Nursery or appv eq., Ea 7 300.00$ $2,100.00 293.00$ $2,051.00 7 B. Landscape Installation1 LIM Lagerstroemia indica 'Muskogee' / Crape Myrtle 12'-14' ht, 6' spd, #45 gal cont., Multi-trunk, 3 cane min, 3" cal min Ea 40 450.00$ $18,000.00 527.00$ $21,080.00 8 B. Landscape Installation1 LIN Lagerstroemia indica 'Natchez' / Crape Myrtle 12'-14' ht, 6' spd, #45 gal cont., Multi-trunk, 3 cane min, 3" cal min Ea 29 450.00$ $13,050.00 526.50$ $15,268.50 9 B. Landscape Installation1 LJ Ligustrum japonicum / Japanese Ligustrum 10'-12' ht, 8' spd, 3" cal min, Multi-trunk, Specimen Ea 44 900.00$ $39,600.00 620.00$ $27,280.00 10 B. Landscape Installation1 MG Magnolia grandiflora 'DD Blanchard' / Magnolia 'DD Blanchard'14'-16' Ht. x 6'-8' Spr. 4" cal Ea 10 1,200.00$ $12,000.00 760.50$ $7,605.00 11 B. Landscape Installation1 - Palms AW Acoelorrhaphe wrightii / Everglades Palm 10'-12' ht., 3" cal. Min., 10 canes min.Ea 13 800.00$ $10,400.00 702.00$ $9,126.00 12 B. Landscape Installation1 - Palms CH Chamaerops humilis / European Fan Palm 7 gal., 3 Clump min., heavy cal., Single Ea 58 70.00$ $4,060.00 94.00$ $5,452.00 13 B. Landscape Installation1 - Palms PR Phoenix reclinata x Dactilifera x Hybrid / Phoenix 'Hybrid' Date 10' ct, 10' Wood,4"-5" cal. DBH, avail. At JWD Trees, Ft. Myers or appv eq Ea 5 13,095.00$ $65,475.00 5,850.00$ $29,250.00 14 B. Landscape Installation1 - Palms PS Phoenix sylvestris 'Robusta' / Sylvester Palm 24' ht., 16' wd., 10' gw, Straight trunk Ea 6 4,000.00$ $24,000.00 3,182.00$ $19,092.00 15 B. Landscape Installation1 - Palms SP Sabal palmetto 12', 18', 22' Staggered ht., FG Booted Ea 73 335.00$ $24,455.00 222.00$ $16,206.00 16 B. Landscape Installation1 - Palms SM Sabal minor #7 gal., 5 - clump min., heavy cal. Ea 17 90.00$ $1,530.00 140.00$ $2,380.00 17 B. Landscape Installation1 - Shrubs HAM Hamelia nodosa / Dwarf Firebush 3 gal., 18"-24 Ht. x 24" Spr. Ea 524 8.00$ $4,192.00 11.20$ $5,868.80 18 B. Landscape Installation1 - Shrubs SER Serenoa repens / Saw Palmetto 7 gal., 24"-30" Ht. x 36" Spr. Ea 52 70.00$ $3,640.00 94.00$ $4,888.00 19 B. Landscape Installation1 - Shrubs VIW Viburnum obovatum / Walters Viburnum 3 gal., 18"-24" Ht. x 24" Spr. Ea 191 12.00$ $2,292.00 12.30$ $2,349.30 20 B. Landscape Installation1 - Shrubs DIA Dianella tasmanica 'Variegata' / Variegated Flax Lily 3 gal., 18"-24" Ht. x 24" Spr. Ea 1,691 8.00$ $13,528.00 9.95$ $16,825.45 21 B. Landscape Installation1 - Shrubs LIR Liriope muscari 'Emerald Goddess'1 gal., 12" Ht. x 12" Spr. Ea 3,860 5.00$ $19,300.00 5.85$ $22,581.00 22 B. Landscape Installation1 - Shrubs MUH Muhlenbergia capillaris 3 gal., 18"-24" Ht. x 24" Spr. Ea 1,501 8.00$ $12,008.00 11.20$ $16,811.20 23 B. Landscape Installation1 - Shrubs MWC Muhlenbergia capillaris 'White Cloud'3 gal., 18"-24" Ht. x 24" Spr. Ea 893 8.00$ $7,144.00 12.90$ $11,519.70 24 B. Landscape Installation1 - Shrubs SPB Spartina bakeri 3 gal., 18"-24" Ht. x 18"-24" Spr. Ea 342 9.00$ $3,078.00 11.20$ $3,830.40 25 B. Landscape Installation1 - Groundcover AXB Agapanthus africanus x 'Peter Pan' / Dwarf Blue Lily of the Nile 3 gal. min - 18" ht. x 18" spr.Ea 88 12.00$ $1,056.00 14.00$ $1,232.00 26 B. Landscape Installation1 - Groundcover ARV Arachis repens var. 'Ecoturf' / Perennial Peanut 1 gal. - 4" ht. x 6" spr.Ea 9,667 5.50$ $53,168.50 5.30$ $51,235.10 27 B. Landscape Installation1 - Groundcover MIM Mimosa strigillosa / Powderpuff 1 gal. - 6" ht. x 12" spr.Ea 9,492 7.40$ $70,240.80 5.25$ $49,833.00 28 B. Landscape Installation1 - Groundcover PCB Pontederia cordata 'Blue'2" pots/liners - 12" ht.Ea 121 9.00$ $1,089.00 2.95$ $356.95 29 B. Landscape Installation1 - Sod Argentine Bahia Sod, Paspalum notatum (Sand Grown)2" depth,1 pallet or 50 SY 44.44 SY SY Pallet 1 250.00$ $250.00 750.00$ $750.00 30 B. Landscape Installation1 - Sod St. Augustine Floratam sod, Stenotaphrum secundatum Sod,1 pallet or 50 SY SY Pallet 1 350.00$ $350.00 832.00$ $832.00 31 B. Landscape Installation1 - Mulch Collier County Transportation Blend Grade A Mulch, Brown available at Forestry Resources 'Collier County Brown or Old Florida Blend' 100% Pine Mulch (Formula: 40% Rojo, 7 lb, 100% Pine) 123,400sf X 3" CY 1,143 61.47$ $70,260.23 75.60$ $86,410.80 32 C. Irrigation Installation Irrigation Wells 6” Irrigation well. Irrigation/Landscape Contractor to prepare permit application documents; Submit the documents; Pay all applicable fees associated. By Irrigation/Landscape Contractor. Ea 3 9,000.00$ $27,000.00 13,500.00$ $40,500.00 33 C. Irrigation Installation Irrigation Controller Hunter Mini Clik II Rain Shutoff sensor Irrigation Controller: Connect all low voltage valve wirining and test system to Rain Shutoff sensor. To be 100% operational. Refer to applicable notes, specifications and details for required components. Ea 4 5,500.00$ $22,000.00 167.00$ $668.00 34 C. Irrigation Installation PVC Irrigation Main 1120-1220 Class 200 PVC bell end gasket connection 3" main w/ Harco DIP fittings; Pantone Purple 522C; 42" +/- depth. LF 14,430 6.50$ $93,795.00 6.00$ $86,580.00 35 C. Irrigation Installation HDPE Irrigation Main 3" HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used as main line at existing paved surface crossings. 42" +/- depth. LF 555 8.60$ $4,773.00 23.00$ $12,765.00 Superior Landscaping Hannula 11.J.2 Packet Pg. 454 Attachment: 18-7316 Tabulation (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification Master Plan Project Manager: Pam Lulich Purchasing: Adam Northrup 18-7316 - Bid Tabulation COLLIER BOULEVARD NORTH - (Golden Gate Boulevard to Immokaee Road) Notices Sent: 6143 Suppliers Viewed: 72 Bids: 2 36 C. Irrigation Installation Main Line Mechanical Joint Couplings 3" HDPE to PVC mechanical joint couplings w/ transitional gaskets, to connect HDPE main line sections to PVC main line sections Ea 10 250.00$ $2,500.00 187.00$ $1,870.00 37 C. Irrigation Installation HDPE Irrigation Large Casing 4" HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used for 2" submain and control wires, or multiple lateral lines crossing at existing paved surfaces without existing sleeves. 42" +/- depth. LF 440 8.00$ $3,520.00 27.00$ $11,880.00 38 C. Irrigation Installation HDPE Irrigation Large Casing HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used for 2" submain, spare wire(s) conduit, and control wires, or multiple lateral lines crossing at existing paved surfaces without existing sleeves. 42"+/- depth LF 220 6.00$ $1,320.00 27.00$ $5,940.00 39 C. Irrigation Installation Pump Stations & Controller Pads Soil Preparation Soil removal/backfill, corrective grading necessary to provide a suitable base for the wells (By Contractor), pump stations & controller pad areas (By County). Include Materials and labor as needed for pump stations filter discharge sumps (By Irrigation Contractor) LS 1 3,000.00$ $3,000.00 8,950.00$ $8,950.00 40 C. Irrigation Installation SCH 80 PVC Irrigation 2" Sleeves 2" SCH 80 PVC irrigation sleeves to be used as at existing paved surface crossings for triangle medians interior landscape areas lateral lines. Jet Bore installation. LF 90 30.00$ $2,700.00 8.00$ $720.00 41 C. Irrigation Installation Spare Wire(s) Conduit Access/Pull Boxes 12" Rectangular box w/ locable lid, Pantone Purple 522C. Provide gravel and filter fabric. Ea 76 150.00$ $11,400.00 63.00$ $4,788.00 42 C. Irrigation Installation Irrigation Control Wires Splice Boxes 12" rectangular box w/ locable lid; Pantone Burple 522C lid color. Provide box around locations shown/or where control wires 2500'+/- active wires reels finish.Ea 3 150.00$ $450.00 62.95$ $188.85 43 C. Irrigation Installation Irrigation Control Ground Wire AWG 12 Solid copper insulated control wire suitable for Direct Burial Applications. Color, solid white LF 19,280 0.35$ $6,748.00 0.32$ $6,169.60 44 C. Irrigation Installation Irrigation Control Active Wire AWG 14 Solid copper insulated control wire suitable for Direct Burial Applications. Color, solid red LF 127,630 0.25$ $31,907.50 0.21$ $26,802.30 45 C. Irrigation Installation HDPE Irrigation 2" Sleeves 2" HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used at existing paved surface crossings for landscape triangles lateral lines.LF 285 5.40$ $1,539.00 17.00$ $4,845.00 46 C. Irrigation Installation Spare Wires 1.25" Conduit 1.25" SCH 80 PVC conduit w/ long sweep ellls dedicated only for spare controller wires addition in the future. Install adjacent to irrigation main/submain, pass through Directional Bores dedicated for controller wires. LF 16,070 3.00$ $48,210.00 1.45$ $23,301.50 47 C. Irrigation Installation PVC Irrigation Submain 1120-1220 Class 200 PVC solvent weld connection 2" submain w/ SCH 40 PVC fittings; Pantone Purple 522C; 30"+/- depth. LF 3,225 5.40$ $17,415.00 1.34$ $4,321.50 48 C. Irrigation Installation Irrigation Main Isolation Valves 3" Epoxy coated cast iron body w/ non-rising stem w/ square nut turn handle isolation gate valve with flanged connections. Ea 12 300.00$ $3,600.00 850.00$ $10,200.00 49 C. Irrigation Installation Irrigation Sub-main Isolation Valves 2" Epoxy coated cast iron body w/ non-rising stem w/ square nut turn handle isolation gate valve with flanged connections. Ea 10 250.00$ $2,500.00 545.00$ $5,450.00 50 C. Irrigation Installation Irrigation Main Pressure Relief Valves Waterman AA-6, 2" Pressure relief valve. Refer to plan & installation detail for assembly elements and specifications. Ea 13 85.00$ $1,105.00 382.00$ $4,966.00 51 C. Irrigation Installation Irrigation Main Air Vacuum Release Valves Waterman AV-150, 1.5" Air vacuum relief valve. Refer to plan & installation detail for assembly elements and specifications. Ea 13 75.00$ $975.00 232.00$ $3,016.00 52 C. Irrigation Installation Irrigation Main Double Valves Blow-Off Assembly (1) 3" epoxy coated isolation gate valve with non- rising stem, flanged connections; SCH 80 PVC interconnecting fittings; (1) 1-1/4" Matco 514 series brass gate valve. Include: valve box as specified per detail; Filter fabric & gravel. Refer to installation detail & assembies schematics. Ea 6 450.00$ $2,700.00 805.00$ $4,830.00 53 C. Irrigation Installation Irrigation Sub-main Double Valves Blow-Off Assembly (1) 2" epoxy coated isolation gate valve with non- rising stem, flanged connections; SCH 80 PVC interconnecting fittings; (1) 1" Matco 514 series brass gate valve. Include: valve box as specified per detail; Filter fabric & gravel. Refer to installation detail & assemblies schematics. Ea 1 450.00$ $450.00 746.00$ $746.00 54 C. Irrigation Installation Single Phase Electric Service from Controllers' Electric Service Meter to Controllers' Electric Service Point of Connection (BY COUNTY) Materials and labor for connecting from meter or hand held unit to controllers’ electric service point of connection. By County . County hire Electrical Contractor to install high power from controller to handheld. By County. Ea 3 $0.00 $0.00 55 C. Irrigation Installation Irrigation Electric Solenoid Zone Control Valve Toro, 252 Series brass 1.25" electric solenid valve. Include: (1) Red White 206 Series 1.25" isolation valve at ESV inlet; Jumbo valve box w/ Pantone Purple 522C lockable lid; DBR wire connectors; Warning (purple) & ID (yellow) plastic tags by Christie Industries; Filter fabric & gravel. Refer to installation detail & assembies schematics. Assume 24+/- zones per system. Ea 87 300.00$ $26,100.00 964.00$ $83,868.00 11.J.2 Packet Pg. 455 Attachment: 18-7316 Tabulation (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification Master Plan Project Manager: Pam Lulich Purchasing: Adam Northrup 18-7316 - Bid Tabulation COLLIER BOULEVARD NORTH - (Golden Gate Boulevard to Immokaee Road) Notices Sent: 6143 Suppliers Viewed: 72 Bids: 2 56 C. Irrigation Installation Irrigation 12" High Pop-Up Spray Hydrants Toro 570Z-PRX-12P, 570Z Series 12" High Pop-Up Spray head body with in-riser pressure regulator and X- Flow shut-off device. Refer to plan for spray nozzle model, coverage pattern & range. Assume 300+/- spray heads per system. Ea 1,316 45.00$ $59,220.00 60.50$ $79,618.00 57 C. Irrigation Installation Irrigation Tree/Palm Supplemental Irrigation Bubbler Hydrants Irritrol 533 Series, Flood type, pressure compensating adjustable bubbler with bubbler nozzle with nozzle adapter: 2) Bubblers per Royal Palm; (1) Bubbler per canopy tree/palm. Refer to Trees/Palms Bubbler Designation Legend for bubbler nozzle volume adjustment per tree/Sabal Palm. Assume 80+/- bubblers per system. Ea 282 35.00$ $9,870.00 21.00$ $5,922.00 58 C. Irrigation Installation Irrigation Casing Electronic Marking Balls Tempo Omni Electronic Marker Locating Ball, purple color. Provide one ball at each sleeve/casing end. Assume 16 balls per system.Ea 50 40.00$ $2,000.00 21.00$ $1,050.00 59 C. Irrigation Installation Irrigation Reflective Pavement Markers Green color reflective pavement marker to be installed on top of the curb at locations shown. By the General Contractor. Ea 169 15.00$ $2,535.00 5.26$ $888.94 60 61 LANDSCAPE INSTALLATION TOTAL (6-31) 62 IRRIGATION INSTALLATION TOTAL (32-59) 63 BID TOTAL (SITE WORK + LANDSCAPE + IRRIGATION) (1-59) Bid Response Form X X Key Personnel X X Material Manufacturers X X List of Major Subcontractors X X Statement of Experience of Bidder X X Trench Safety Act X X Bid Bond X X Insurance X X Conflict of Interest X X Vendor Declaration X X Immigration Law Afidavit Certification X X E-Verify X X W9/Substitute W9 X X Bidder Checklist X X Addenda 1 X X Addenda 2 X X Addenda 3 X X $476,266.53 $389,332.50 $1,158,838.03 SITE WORK TOTAL (1 - 5)$293,239.00 $191,001.78 $430,114.20 $440,844.69 $1,061,960.67 11.J.2 Packet Pg. 456 Attachment: 18-7316 Tabulation (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification Master Plan Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. Ph. 239-947-1144  Fax. 239-947-0375 3800 Via Del Rey EB 0005151  LB 0005151  LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com G:\Landscape\CCU216\Collier Blvd N\02-Docs\Admin April 24, 2018 Ms. Pamela Lulich, PLA, CPM Landscape Operations Manager 2885 Horseshoe Drive South Naples Florida 34104 RE: Collier County SR 951 –(Golden Gate to Immokalee) Collier Blvd. North 3 Miles Roadway Dear Pamela: Comparisons of bids for the above roadway were presented to us from Collier County Road Maintenance Division on April 11, 2018. The bids were for site work, landscape planting and irrigation installation. We found Hannula Lnadscaping and Irrigation , Inc. to be the lowest responsive/responsible bidder. After careful consideration to the bidders,we are recommending that award of the contract go to Hannula Landscaping and Irrigation, Inc. as the single contract awardee. Sincerely, Dan Novakovich V.P., Landscape Architect 11.J.3 Packet Pg. 457 Attachment: Award of Bid Collier Blvd GradyM (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification PAY ITEM NO.CATEGORY SYM DESC SIZE UNIT QTY.UNIT COST TOTAL COST 1 A. Site Work Planting Soil Prep (Medians only) Includes herbicide application as necessary to kill off weeds, fertilizer, tilling, final grading and testing pH (123,400sf x 8")=9132 SY 123,400 SF x 8" =86,678 Cubic Feet or 3062 Cubic yards SY CY SY 13,666 15.52$ $212,096.32 2 A. Site Work Tree pit sump 24" min. Depth EA 244 100.00$ $24,400.00 3 A. Site Work Certified As-Built / Record Drawings In Autocad DWG format / Required Documentation of Landscape and Irrigation to be given to LA for Closeout Item LS 1 2,750.00$ $2,750.00 4 A. Site Work Maintenance of Traffic LS 1 46,460.00$ $46,460.00 5 A. Site Work Mobilization FDOT Specification 2017, 101 LS 1 25,532.72$ $25,532.72 6 B. Landscape Installation1 TD Taxodium distichum / Bald Cypress 10'-12' ht, 4' spd, #25 gallon container, 2" cal., Buckhorn Nursery or appv eq., Ea 7 300.00$ $2,100.00 7 B. Landscape Installation1 LIM Lagerstroemia indica 'Muskogee' / Crape Myrtle 12'-14' ht, 6' spd, #45 gal cont., Multi-trunk, 3 cane min, 3" cal min Ea 40 527.00$ $21,080.00 8 B. Landscape Installation1 LIN Lagerstroemia indica 'Natchez' / Crape Myrtle 12'-14' ht, 6' spd, #45 gal cont., Multi-trunk, 3 cane min, 3" cal min Ea 29 527.00$ $15,283.00 9 B. Landscape Installation1 LJ Ligustrum japonicum / Japanese Ligustrum 10'-12' ht, 8' spd, 3" cal min, Multi-trunk, Specimen Ea 44 900.00$ $39,600.00 10 B. Landscape Installation1 MG Magnolia grandiflora 'DD Blanchard' / Magnolia 'DD Blanchard'14'-16' Ht. x 6'-8' Spr. 4" cal Ea 10 1,200.00$ $12,000.00 11 B. Landscape Installation1 - Palms AW Acoelorrhaphe wrightii / Everglades Palm 10'-12' ht., 3" cal. Min., 10 canes min.Ea 13 800.00$ $10,400.00 12 B. Landscape Installation1 - Palms CH Chamaerops humilis / European Fan Palm 7 gal., 3 Clump min., heavy cal., Single Ea 58 94.00$ $5,452.00 13 B. Landscape Installation1 - Palms PR Phoenix reclinata x Dactilifera x Hybrid / Phoenix 'Hybrid' Date 10' ct, 10' Wood,4"-5" cal. DBH, avail. At JWD Trees, Ft. Myers or appv eq Ea 5 13,095.00$ $65,475.00 14 B. Landscape Installation1 - Palms PS Phoenix sylvestris 'Robusta' / Sylvester Palm 24' ht., 16' wd., 10' gw, Straight trunk Ea 6 4,000.00$ $24,000.00 15 B. Landscape Installation1 - Palms SP Sabal palmetto 12', 18', 22' Staggered ht., FG Booted Ea 73 225.00$ $16,425.00 16 B. Landscape Installation1 - Palms SM Sabal minor #7 gal., 5 - clump min., heavy cal. Ea 17 140.00$ $2,380.00 17 B. Landscape Installation1 - Shrubs HAM Hamelia nodosa / Dwarf Firebush 3 gal., 18"-24 Ht. x 24" Spr. Ea 524 11.20$ $5,868.80 18 B. Landscape Installation1 - Shrubs SER Serenoa repens / Saw Palmetto 7 gal., 24"-30" Ht. x 36" Spr. Ea 52 94.00$ $4,888.00 19 B. Landscape Installation1 - Shrubs VIW Viburnum obovatum / Walters Viburnum 3 gal., 18"-24" Ht. x 24" Spr. Ea 191 12.30$ $2,349.30 20 B. Landscape Installation1 - Shrubs DIA Dianella tasmanica 'Variegata' / Variegated Flax Lily 3 gal., 18"-24" Ht. x 24" Spr. Ea 1,691 9.95$ $16,825.45 21 B. Landscape Installation1 - Shrubs LIR Liriope muscari 'Emerald Goddess'1 gal., 12" Ht. x 12" Spr. Ea 3,860 5.85$ $22,581.00 22 B. Landscape Installation1 - Shrubs MUH Muhlenbergia capillaris 3 gal., 18"-24" Ht. x 24" Spr. Ea 1,501 11.20$ $16,811.20 23 B. Landscape Installation1 - Shrubs MWC Muhlenbergia capillaris 'White Cloud'3 gal., 18"-24" Ht. x 24" Spr. Ea 893 12.90$ $11,519.70 24 B. Landscape Installation1 - Shrubs SPB Spartina bakeri 3 gal., 18"-24" Ht. x 18"-24" Spr. Ea 342 11.20$ $3,830.40 25 B. Landscape Installation1 - Groundcover AXB Agapanthus africanus x 'Peter Pan' / Dwarf Blue Lily of the Nile 3 gal. min - 18" ht. x 18" spr.Ea 88 14.00$ $1,232.00 26 B. Landscape Installation1 - Groundcover ARV Arachis repens var. 'Ecoturf' / Perennial Peanut 1 gal. - 4" ht. x 6" spr.Ea 9,667 5.50$ $53,168.50 27 B. Landscape Installation1 - Groundcover MIM Mimosa strigillosa / Powderpuff 1 gal. - 6" ht. x 12" spr.Ea 9,492 7.40$ $70,240.80 28 B. Landscape Installation1 - Groundcover PCB Pontederia cordata 'Blue'2" pots/liners - 12" ht.Ea 121 2.95$ $356.95 29 B. Landscape Installation1 - Sod Argentine Bahia Sod, Paspalum notatum (Sand Grown)2" depth,1 pallet or 50 SY 44.44 SY SY Pallet 1 750.00$ $750.00 30 B. Landscape Installation1 - Sod St. Augustine Floratam sod, Stenotaphrum secundatum Sod,1 pallet or 50 SY SY Pallet 1 832.00$ $832.00 31 B. Landscape Installation1 - Mulch Collier County Transportation Blend Grade A Mulch, Brown available at Forestry Resources 'Collier County Brown or Old Florida Blend' 100% Pine Mulch (Formula: 40% Rojo, 7 lb, 100% Pine) 123,400sf X 3" CY 1,143 75.60$ $86,410.80 32 C. Irrigation Installation Irrigation Wells 6” Irrigation well. Irrigation/Landscape Contractor to prepare permit application documents; Submit the documents; Pay all applicable fees associated. By Irrigation/Landscape Contractor. Ea 3 13,500.00$ $40,500.00 COLLIER BOULEVARD NORTH - (Golden Gate Boulevard to Immokaee Road) Landscape and Irrigation Installations Opinion of Cost Estimate 4/23/2018 18-7316 - Bid Schedule 11.J.4 Packet Pg. 458 Attachment: 18-7316 Bid Schedule OPC 04.23.18 - updated (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape 33 C. Irrigation Installation Irrigation Controller Hunter Mini Clik II Rain Shutoff sensor Irrigation Controller: Connect all low voltage valve wirining and test system to Rain Shutoff sensor. To be 100% operational. Refer to applicable notes, specifications and details for required components. Ea 4 167.00$ $668.00 34 C. Irrigation Installation PVC Irrigation Main 1120-1220 Class 200 PVC bell end gasket connection 3" main w/ Harco DIP fittings; Pantone Purple 522C; 42" +/- depth. LF 14,430 6.50$ $93,795.00 35 C. Irrigation Installation HDPE Irrigation Main 3" HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used as main line at existing paved surface crossings. 42" +/- depth. LF 555 23.00$ $12,765.00 36 C. Irrigation Installation Main Line Mechanical Joint Couplings 3" HDPE to PVC mechanical joint couplings w/ transitional gaskets, to connect HDPE main line sections to PVC main line sections Ea 10 250.00$ $2,500.00 37 C. Irrigation Installation HDPE Irrigation Large Casing 4" HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used for 2" submain and control wires, or multiple lateral lines crossing at existing paved surfaces without existing sleeves. 42" +/- depth.LF 440 27.00$ $11,880.00 38 C. Irrigation Installation HDPE Irrigation Large Casing HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used for 2" submain, spare wire(s) conduit, and control wires, or multiple lateral lines crossing at existing paved surfaces without existing sleeves. 42"+/- depth LF 220 27.00$ $5,940.00 39 C. Irrigation Installation Pump Stations & Controller Pads Soil Preparation Soil removal/backfill, corrective grading necessary to provide a suitable base for the wells (By Contractor), pump stations & controller pad areas (By County). Include Materials and labor as needed for pump stations filter discharge sumps (By Irrigation Contractor) LS 1 8,950.00$ $8,950.00 40 C. Irrigation Installation SCH 80 PVC Irrigation 2" Sleeves 2" SCH 80 PVC irrigation sleeves to be used as at existing paved surface crossings for triangle medians interior landscape areas lateral lines. Jet Bore installation. LF 90 30.00$ $2,700.00 41 C. Irrigation Installation Spare Wire(s) Conduit Access/Pull Boxes 12" Rectangular box w/ locable lid, Pantone Purple 522C. Provide gravel and filter fabric. Ea 76 150.00$ $11,400.00 42 C. Irrigation Installation Irrigation Control Wires Splice Boxes 12" rectangular box w/ locable lid; Pantone Burple 522C lid color. Provide box around locations shown/or where control wires 2500'+/- active wires reels finish.Ea 3 150.00$ $450.00 43 C. Irrigation Installation Irrigation Control Ground Wire AWG 12 Solid copper insulated control wire suitable for Direct Burial Applications. Color, solid white LF 19,280 0.35$ $6,748.00 44 C. Irrigation Installation Irrigation Control Active Wire AWG 14 Solid copper insulated control wire suitable for Direct Burial Applications. Color, solid red LF 127,630 0.25$ $31,907.50 45 C. Irrigation Installation HDPE Irrigation 2" Sleeves 2" HDPE-Class 150 SDR11 Extra molecular weight HDPE irrigation casing to be used at existing paved surface crossings for landscape triangles lateral lines.LF 285 17.00$ $4,845.00 46 C. Irrigation Installation Spare Wires 1.25" Conduit 1.25" SCH 80 PVC conduit w/ long sweep ellls dedicated only for spare controller wires addition in the future. Install adjacent to irrigation main/submain, pass through Directional Bores dedicated for controller wires. LF 16,070 3.00$ $48,210.00 47 C. Irrigation Installation PVC Irrigation Submain 1120-1220 Class 200 PVC solvent weld connection 2" submain w/ SCH 40 PVC fittings; Pantone Purple 522C; 30"+/- depth. LF 3,225 5.40$ $17,415.00 48 C. Irrigation Installation Irrigation Main Isolation Valves 3" Epoxy coated cast iron body w/ non-rising stem w/ square nut turn handle isolation gate valve with flanged connections. Ea 12 850.00$ $10,200.00 49 C. Irrigation Installation Irrigation Sub-main Isolation Valves 2" Epoxy coated cast iron body w/ non-rising stem w/ square nut turn handle isolation gate valve with flanged connections. Ea 10 545.00$ $5,450.00 50 C. Irrigation Installation Irrigation Main Pressure Relief Valves Waterman AA-6, 2" Pressure relief valve. Refer to plan & installation detail for assembly elements and specifications. Ea 13 382.00$ $4,966.00 51 C. Irrigation Installation Irrigation Main Air Vacuum Release Valves Waterman AV-150, 1.5" Air vacuum relief valve. Refer to plan & installation detail for assembly elements and specifications. Ea 13 232.00$ $3,016.00 52 C. Irrigation Installation Irrigation Main Double Valves Blow-Off Assembly (1) 3" epoxy coated isolation gate valve with non-rising stem, flanged connections; SCH 80 PVC interconnecting fittings; (1) 1-1/4" Matco 514 series brass gate valve. Include: valve box as specified per detail; Filter fabric & gravel. Refer to installation detail & assembies schematics. Ea 6 805.00$ $4,830.00 11.J.4 Packet Pg. 459 Attachment: 18-7316 Bid Schedule OPC 04.23.18 - updated (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape 53 C. Irrigation Installation Irrigation Sub-main Double Valves Blow-Off Assembly (1) 2" epoxy coated isolation gate valve with non-rising stem, flanged connections; SCH 80 PVC interconnecting fittings; (1) 1" Matco 514 series brass gate valve. Include: valve box as specified per detail; Filter fabric & gravel. Refer to installation detail & assemblies schematics. Ea 1 746.00$ $746.00 54 C. Irrigation Installation Single Phase Electric Service from Controllers' Electric Service Meter to Controllers' Electric Service Point of Connection (BY COUNTY) Materials and labor for connecting from meter or hand held unit to controllers’ electric service point of connection. By County . County hire Electrical Contractor to install high power from controller to handheld. By County. Ea 3 -$ $0.00 55 C. Irrigation Installation Irrigation Electric Solenoid Zone Control Valve Toro, 252 Series brass 1.25" electric solenid valve. Include: (1) Red White 206 Series 1.25" isolation valve at ESV inlet; Jumbo valve box w/ Pantone Purple 522C lockable lid; DBR wire connectors; Warning (purple) & ID (yellow) plastic tags by Christie Industries; Filter fabric & gravel. Refer to installation detail & assembies schematics. Assume 24+/- zones per system. Ea 87 964.00$ $83,868.00 56 C. Irrigation Installation Irrigation 12" High Pop-Up Spray Hydrants Toro 570Z-PRX-12P, 570Z Series 12" High Pop-Up Spray head body with in-riser pressure regulator and X-Flow shut-off device. Refer to plan for spray nozzle model, coverage pattern & range. Assume 300+/- spray heads per system. Ea 1,316 60.50$ $79,618.00 57 C. Irrigation Installation Irrigation Tree/Palm Supplemental Irrigation Bubbler Hydrants Irritrol 533 Series, Flood type, pressure compensating adjustable bubbler with bubbler nozzle with nozzle adapter: 2) Bubblers per Royal Palm; (1) Bubbler per canopy tree/palm. Refer to Trees/Palms Bubbler Designation Legend for bubbler nozzle volume adjustment per tree/Sabal Palm. Assume 80+/- bubblers per system. Ea 282 35.00$ $9,870.00 58 C. Irrigation Installation Irrigation Casing Electronic Marking Balls Tempo Omni Electronic Marker Locating Ball, purple color. Provide one ball at each sleeve/casing end. Assume 16 balls per system.Ea 50 40.00$ $2,000.00 59 C. Irrigation Installation Irrigation Reflective Pavement Markers Green color reflective pavement marker to be installed on top of the curb at locations shown. By the General Contractor. Ea 169 15.00$ $2,535.00 60 61 LANDSCAPE INSTALLATION TOTAL (6-31) 62 IRRIGATION INSTALLATION TOTAL (32-59) 63 BID TOTAL (SITE WORK + LANDSCAPE + IRRIGATION) (1-59) QUALIFICATION QUESTIONS (PLEASE ANSWER YES OR NO TO EACH QUESTION) 64 65 66 67 NOTES 1 All plant material shall be Fla. No. 1 or better. SITE WORK TOTAL (1 - 5)$311,239.04 $511,859.90 $507,772.50 $1,330,871.44 Are the five (5) references on the form titled "Statement of Experience of Bidder" from, government or commercial clients from projects more than $500,000. Do you have at least three (3) years of experience with Motorola brand or other multi-wire controllers. Do you have a Intermediate Level MOT certificate with at least three (3) years of experience. Do you have a minimum of five (5) years demonstrated experience in landscape and irrigation installations. 11.J.4 Packet Pg. 460 Attachment: 18-7316 Bid Schedule OPC 04.23.18 - updated (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape 11.J.5 Packet Pg. 461 Attachment: 18-7316 NORA_Signed (5815 : Recommendation to award ITB No. 18-7316 Collier County Landscape Beautification Master Plan CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Hannula Landscaping and Irrigation, Inc. ("Contractor,r) of 7050 Pennsylvania Street, Fort Myers, Florida 33912, a Corporation, aulhorized to do business in the State of Florida, to perform all work ("Work") in connection with Collier Boulevard North Landscape and Irrigation Installation, Invitation to Bid No. 18.7316 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, P.A., the Engineer andlor 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 agreesto furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One Million, Sixty -ane Thousand, Nine Hundred Sixty Dollars and Sixty -Seven Cents ($1,091,9110.67) Section 4. Bonds. A, Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100°0 of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.iffiL.treas.,qov/c570/c570,html#certified Should the Contract Amount be less than 1 Canslrucllon Services Agreement: Revised 022018 $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) caiendardays thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section S. Contract Time. and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined, Contractor shall commence the Work within five (5) calendar days from the Commencement Date_ No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within one hundred and fifty (150) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand Five Hundred Eighty -Four Dollars ($1,584.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion, The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof, Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. 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 z Conslructlon Services Agreement: Revised 022018 F �` 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 whetherthe Contract Time is stipulated in calendar days orworking days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation 18 -7316 -Collier Boulevard North Landscape and Irrigation Installation. Exhibit A-1: Contractor's Bid Schedule ExhibitA-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms Exhibit B-2: Performance Bond Forms Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form ,,-N �� x 3 ow"% Construction Services Agreement: Revised 022018 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 ❑ Applicable ® Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 18 -7316 -Collier Boulevard North Landscape and Irrigation Installation. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsvnc.com/bidsync- cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box ( ® ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ®Exhibit J: Technical Specifications ❑Exhibit K: Permits ❑Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by Q. Grady Minor & Associates, P.A. and identified as follows: Landscape Plans and Irrigation Plans as shown on Plan Sheets 1 through 54. 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: Collier County Board of County Commissioners, FL c/o Road Maintenance Division 4800 Davis Boulevard Naples, Florida 34104 Attn: Pamela Lulich, Landscape Operations Manager Phone: 239-252-6291 Email: Pamela. Lulich(a)-colliergov.net B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Hannula Landscaping and Irrigation, Inc. 7050 Pennsylvania Street Fort Myers, Florida 33912 Attn: Dale F. Hannula, President Phone: 239-437-9666 Email: dhannula a hannulalandscaping.com 4 Construction Services Agreement: Revised 022018 C. tither 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)(x) 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 thresho#d amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns, Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing .Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents khat 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, wort{ 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. ",J 5 Construction Services Agreement: Revised 022018 Section 16. Channe Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and polices 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 including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Cond4ions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 6 Construction Services Agreement: Revised 022018 IN WITNESS WHEREOF. the parties have executed this Agreement on the date(s) indicated below. b e -LA Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved as to Form and Legality: Assistant County Attorney Print Name CONTRACTOR: Hannula scapi nd Irrig tion, Inc. By: �zeyL4- M4 30 0A Print Name and Title Date OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Andy Solis, Esq. Date Chairman �J 7 Construction Services Agreement. Revised 022018 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE FouDWING THIS PAGE 8 � Canstrudion Services Agreement: Revlsed 4220'18 18-7316 - Bid Tabulation COLLIER BOULEVARD NORTH - (Golden Gate Boulevard to Immokaee Road) H,a cauls Pp.ITEM LAf[GO 4v 4YM DISC SII[ UNIT CITY. UN:f LLP.T l IU$f No. _ IPA. Clients d01yjIrldudi-herhlcId. i lluuonal nictiary, to 0111 all wead,, Iartlltrer, CAME, In 41 Sir II.Ox. $ 9.33 $ 113,P;7.19 I A. Site Work Plud4Al5dll Plep atoll in tos Ona Pi1112 1.400d w 9"1M443-iw 123.400 SF xe" �fi L2afbhic Frel of 3U61Luh1[Trf[d1 7 A. 5111 Well I— pit 24'mIA. Dr Ih C11 Inn 53,50 ;3954.,1,1 (nyLylne.d-{1L'�6-Earn,al-1-[1FyLdred Bnclll„ehlanpn 1 A. 511#Work C'4rllhe4 M -1.11f l Radrd Drewinls 91 Lmdmed a end lrrl-allprt Yq he raven lu l0. for S 1 5 1,650.00 $ ""'o,"Cldtenut IL4m A A. 51m WArk int -A'. o}bae Mffl LS 1 46460,00 46450.90 5 A, Sit* W.fk Mab0i74llnn Fool Speellif.1I6h 2017, 101 LS l $ %6.0=00$ L6,poa..8 6 D. tandeape lnrtallptlan' To 14.4Ii4m dl,llchum J R.Id Ctwoul 10-12' 41, 4',pd, 025 Allan d.416inrr, 7" al., E. 7 S 141.04 $ 1.oS1.[w Buekharn Nurreryar appy eq., 2 ln4ta161l..' LIM Laaerllfermlikedlca'Mu,kaae■• I crepe Myrtle 1T14'lit, Wield, 04S Rql cpm, Mu111•Nunk, 3 sine mtn, fo 40 5 S57.60 $ "'Dan,no 6. Landfrepr 3' cal min h1,6'spd, k4S 9-1 rani, Muhl-Yrunk,3 Fane in, 12'-14'm E■ 29 S 504.54 S 15,16&'Sa B a. Landstopr ln,l■Ilati-n' LIN Lalwilitemlr lndlca'Natch-+y rtl■ Craps My 3` al min 9 a.tandsapeI.M.O.tlanl U LiauttrumllpaplculnjfaP■nat.Uslusilutn 10'41'h6I'tvd,Tcdmin, 6IuIUA1-k,50rflrhrh la 44 S 62tl.00 $ 77,2-9.00 ICI aCant! ,npe lnualldlail Md f't•Mdla arendl6on'OU BI+nchord'1Mn9n al la 14' 15' HI 61•a' 9pr. 4' ed Ca ED $ 74054 S 7,60`+•60 Do BlanehHd' IL 4-Laind-pelmthilulon,- AW Ac6a16Nhophr w+IRhtil 2 Eyefaiadet Pill Stl'a1'ht., 3' til. Min., 14 Core' 'All E. 13 S 702,0 3 9,126.00 palm 12 B. LAndawpr ln4ldl■dan'• palms CH Ch•m•eropr hum4h it Uxopeoa Pin P•Im 711., 3 Gal ruin•, he+MV cal., ill E4 59 $ 94,04 S 5,451.00 9, Lind -pe t-ldr+lion'- pho4nlM ndlnel•x uactlllfue x Hybrld l Phpeple AWM,A0,Wood .4`•5' Wil, Dill, avail. At JWD Troll, Ft, E4 5 S 5,95.44.4E 5 29,150100 13 Poll PH Hybrid' Wt. MVerL 6f 4ppy 4q i4 I. Lend,t+pa IAitellill • P5 Pbpenie sYiY■+t6i'IabuLL4' 1 SylYa+lef P41M 24'l punk E4 6 S 3,182.00 $ i9,6p1.44 PdmL 15 B,L■ndltepr lHrtalletion'- IP $ahal pdmrtld 7T, Le',7T Sleaptnd hi., C4 ll E4 13 $ 1224" S 16.744.00 35 B. ltndireiliti- l.Hon'- SM S+hal minor 07 pal., 5- clump min., hSavycal. En I1 S 140.00 S 2,390.00 PAI., 17 a Land,rahelnlollallont' HAM NimellanudWiif DaJbrlf0bu,11 391.,14'•k4 Ht, A 24'Spr. IN 524 S 11.10 5 S'llil 0 Shrubs to O. Landscape ln,lallallan'- SIR Se3.n6arppp.S I S■w Palmetto 7 eel., 24'-30" tit,. 36' fir- Ea 52 $ 74.00 5 4,818,04 Shrahl 19 B. 1.2n41t4PemwllaUon' VIW Viburnum abdY4lum l Won- Viburnum 3991.,79'-24'11.w 14'Spr [■ 171 $ 12.30 S 2,24930 0. L■rull In4t+Ilatiol - tliA 04AMOI14 Jill 'Vooleml Vadra•led R.. 1 pal., 18124' HL M 24"br- E. 11691 S 9.95 20 64144E Lily 11 B. L.nd-pe Installation UB "lop" mmcall'Fmerald Buddnt+ Coal., 12"tit, K12"Spit. Fa 1,160 $ S,aS S 23,591.111 71 6. L.ndltdPa lnl4Sl411pn MVH Muhlanber41. d6p114Nr Iad., l-'•24"Ht. k 24' Sof 4■ 1,501 S 11.10 S 14,-13-20 79 It, Landetopd IAeo1411- MWE Mold-berlte allllarlr'White Cloud' 1a■i.. 16"-2,1'H5. w 24'1Pr. E4 993 S i1Ab 5 x,519.70 24 It, land ..+ p6 ihil46ltt6e' SPB SPA111m bakorl SNL, ]a`-N'Ht.. 59'•14"Spit, Is 342 $ 11.70 S 3,L3040 Shruhr 9, La40a.pe lml+lldlonf - pyo All alfitanut w'PoloFo l nwnr Blue t ad. min - IR, i t. M 18" Spr. Es en $ 34.04 $ 1,132"0 2S G+aundcpvar Lily n1 the 01 16 16 B.L-ell Instill orpundayu ARV A ... Il. repent yeL'6S6turf j Parenold Peanut Iall ,•4'hr Vitir. to 41667 S S.30 $ 51,235.18 f7 6. and-perndeliehar' (Atm Mil Irlylllo,e l P.wdarpulf 2991,-6'fit, lit l2"spit, to 9.492 $ 5,25 S 49,937.04 }9 B, Landscape 1-1.11A0dn1 AC4 Pontederl. cvrdara'91u.' 2- 0aIgII6Ht • 12'hL I+ 121 $ 2.41 $ 354194 Glp. ndmyer Araentlne liahla Sod, Flive lura nolatum lSand 2' depfh,ji aellet or 669+6 ,14.4,1SY P+uc7 1 $ 750.49 $ 750.04 0. Land,cepa IbMllstip l' • $pd Glownl j4 B. L4ndu■pe ln,ull+Uanc-Sod St, Atualinr fimpt-nn Slennt+hhF4. Sadl pellet -150 SY Panel 1 s d3z,04 $ 111.60 ltcoAdHPm Gude AMulch, RFEMA AvAllhie■L Fafeury Aiscu , a Landscape f-41iihodl, 'eaill County Brown or 4(d Flialda Arend' 11194 pine cv t,143 5 75.60 � 15.410.18 31 Celllel La.nLY fr■naporill Blond Mulch(furmulb, 40% 991o, 716, 100% PJnrj Mulrh 31110ibi, x 3' 6' Irrfpllon well InlSdkhl Landrr■pp eantratlar I6 Pratte. P -It applk■1148 d44umem,; Suhmlt Lhe da :1 S 13,500.00 40.500.00 sal C. krlL9panln,tallallan Ifllpdien Well. dptumenh; Pay all 4ppllcabip lea- m,- led. BY hrlldlpnlL+nd+e9p4 Oentrxta,, hilptlon CmfirBdir: C4nmltl■Mow ii -lane Y4lYr wiriHlna end all syslom to Rain Shuttill unmF, Ta be i1111110- C641rdIlar Homer Minl[11l, 11 pall lrM%dpdrallanaL pererio.pp0ublonolirs, In 4 191.0 $ lip 00 13 C. In iaallvn I'millrtlop Shutoff ,enldf Speelhea0ons snd det.11aior laquhed eampan.nt,. 150. %2111 rims 2110 PVC bell and ge+het canril lPOo 3' I9 L fAaeNpn lnH.11■don PVC nIPIVon M61n mein wl H.- DIP 001 as; PaAt-ne p.,PIe 5214: 47" LF 14,43[ $ 6.49 S -f:,Su4.00 ,I- depth. A-7316 - Bid Tahulnlion COLLIER BOULEVARD NORTH • poiden Gate Baulk Ofd to 11nmONaee flood) 3' PIOPFtim 15056R71 fft. molecular weight 00pt 55 C. irrllallon m-tahatwn Ya4PE trulauon Ham udgaudd eaHnl l0 ho idea a mala line at enhllnl LF 5S5 S 21,W S 11,76544 pared wMl cHrHlnl}. 4r Fj- depth 3' HOPE to PVC merhahlhl Idnt CCU pllolls w/ 3e C. Inlperionlir lnlpn An Weh-11.11.10t Cdupllfgs If Ait, Ilion .1fill Ill to tProllc4 HOPE m In line Ea I S 167.W $ 7,@76.00 1.113— 1. PVC meld 11 #41 4' H69El Me 60lt1 Eau• moldt6lar weIIM HOPE NrfNllnn 4pt11"l to he .,.it rot 2' sail and Control wim, or ri ldpie Well IlfDlerollinl of -AW -1 IF 440 $ 7T.gh S 1],810.@4 17 C. Ifnp[Ipn featapadpn HOPE hripllpn Leila Grist{ paved lurl•vil wllhdu1 42" +A depth HOPE Chis l56 SPR] I Extra m of ocular wallhl HOP( hrijatlo4 CA log la he wed for . auhmrin, lPalo 3l C, IhVierin,i IFIN114tion H PPE Ifrididl Lille Crldng wln(Il conduit, end co nuol WIN I. Of MUIV aIp l t 220 4 2760 S 5.940.60 6net anrdni al eahUns Pared rurlErn without 4pltml-Suva-. W4 "'ItarrPHre jr-dlni needssAfy td z-24691. oravlde a 101Gh1e Gua (of the Well- Idv Coir l+ pump NI11,n1 xl cont -aIle, pad areal I6Y CWl lyj. 38 C, Irrllatlon lnabllallan Pump SVllons& Lonlrnller Pads 5411 Preprnllon IndWde Mail And labor a needed foe pump LS 1 S 8,950.00 S 8,916,66 ill niler dHdrmle sumP- Off I1Ailafi n c6euatdrl 7" 5tH na PVCIrrleallon 11.6val 18 he u -ad ■- -1 •>+Imnl owed surfke crossings W10 --ill, medians LF 40 5 Am $ 720.06 40 C, Irdl#Hon lnrtallalon SCH 44 PVC Irrigation l"Sleeve} 1,1rrIPf lPndsupe area Hlrral linea 1-10ore iryrr•Ilatlon. peLlari laf hQ-1I—i'le lid, PenLdnr Pufpl■ Ea 76 S L1.00 5 4,7lh,tld 41 C. if rilation lnfl-I1a118d Spas Wlre�Lh CtmdWI ALG,iL/P4119oae- 122C. Provide guwla Ed ll letlir, 12- ualanlul•r hoe vel lvtdhie lid; pint -rip Ill 5270 lid ealar. Provide hakrld6dd l0ullons-hown%ar 1 S 6195 '� iEp65 42 C. 11111a11on fr1s141I4Hon Vhdhim C4mtpl Wlres t0ce 60eL unvplreels£a where re- 7560' a/-aLHrP wire- nnirlt. wi Awe u Shcd cCpperhwuialed control wlrr NulLable for 43 r, Irfiliml- In-lallnlon 1-rigatlan CdWdl 4rdun4 WHe Il Ewipt Appllratiom, C41di'101Id wbHr Lf LV+1a6 S 0.32 S 6,164,40 AWG 14 dalld rapper Insulated control wire tullahie for 44 t. irrilall,n lnitallhllan hdiatlon(61611101 Moue Wl-e 01mr1 uurial Appllu0on6 COlaf, sand red LF 127,610 $ 4,71 $ Sd,l0Q80 2' H6pE.tfeu 11056011 t><IrI IIldlerglar welphl. HOPE IrgpHan odnl to he used atdrhllnj pared-urr Ce LF 2@5 S 17.015 $ 4,645,06 45 C. Ifrlla@4o IPM-lallon { Hope Irrlptlon2 Slduws rm-dni- for loddi 1101riaie; Iateralllnes. 1. i 5" iCH i0 PVC wnduR w/ loop rweeP cola dadlc-tad oMy faf 1Mrr 4rnlydler wires addhl6n In the Furore. Inllal 4414—M mfrdletlon mHnlwbmam' IF I8,67e S 1aS S 13,101.50 46 C. Irridolan Installation Sp -re Wirar lj5'[a0dult parr 1hr0u jh [Nrardpnal 0oro d-dkepd for aanf raller wires 1176/120 Elos- 200 Cl Ldlrenl wad cpnneclloo 2' 47 ( IHllation l"vi-Ill Pyo lrrllpllon Suhmhlh IWhirl w/SCH 40 PVC01114P., Pammne Purple 5220, LF 3,775 S 334 $ 4,11150 30+ -de f12 3j'p meted east Ironbody w/npn•slslnlseamw1 as C. hrllelhn InitgllNlen wiliAli0d Main {mLtmn Valve- rgwm nut tarn handfe hplUion pale Valve with to 12 S 150.00 $ Iu.206.60 nangpd -onneulonl. T FPOaY waled cast Iron hoar w/ nrn•1Hlnp stem w! 49 C.IuItdllbhlnitallhIIPn Inl!►Nwr 5mill Ill Valves Lluare nottusnh,ndle ll late wive whh F. 10 S 543Rd 3 5,454.60 hanged ocean-. Waermen AA•5, 2"wea-Vre roller valve. deice to pi Rn 5p C. rHa.11on ln-lelfuiah Irrienlon M-Ih Prawr• send V -Ives a lmWlhllon do411 far-aemhly elionim and EA 11 S 362.06 $ 41"Il tr en-. Waermen AV-156,1.5"Alt u—nn tell,$ YOV9, R -11v 51 C, Vallil lnilallaldn Irriy-Ilon M -in Alt Va46m MlOeie Vll tp ph.& Insialil dome for awemtlly dlrrm-1-and Ea S3 $ 737,40 'I'mi 6 canes a pa -y-1 Hae llon 9-I4 etre with don -lion! }tern• Ranged fohINNOIChI1 SCH a6 PVC Int areonnillnl Bitinls:111 1-114' Mitiea 514 }aria bras We Willie. 64 e.a1.M.rl.nlnwadaMh Irrlil Mdih 6oV014 Valva blow Of Aii*Mllly Incluell all sporifled per deull; Filler fabric 86 IN 6 S 645.00 $ 4,$36.06 Irarel. Rder to in7te11atmn detail 6 atdm614i srhrmsits, (Li 7' epary ..Card IL81a119n tete vaFve with non-Plthll tlPm, nmeed rdnrtealldn7y' S[H 89 PWC imerf0nnaLllnj NNIAHrtn Suh.main DouLlr VjIW5 elpw•6ff nllinar 113 L' Males 5lq sada bran art. wlw rolve 600 at Lpmn,d per delall; MCI foil I E4 1 S 74ill 5 746.60 S7 [, Irallalon Intllnrlude: Attemhlr all Refer l0 lnstatlruon dean 6 awmbha ichemriKt #4aetl-l+;rd51AIMt.fareetrneal `�re4MG1ea111a6ewIM{rMMG.Mnall•ri. �dhlHlMnballelsaieNrM}4e4iMprInPP� di C.-1-Alaf4Mnalelakwn aleNrleberukrMeLergo-GrIhWMM!-LG1MIfM-N'T�'anlyr6twntY-h%r-r�ledlafM� tm I (alvretaemlYlr�rer.rPawlwr{iV-usN614;W+�ahh,s:htraxer-1rnn,�nnlydlet he 10I-uywaunlri 18-7316 - 6{d Tabulpl Inn [OWER ROIJLFVARD NORTH - jGolden Gatc Botdcvard In Ilron[nkave Road) (a lam,]S1 Series bras. L76"detplc .I..id rale. Include; 01 Md WRna 306 5erl.s L.7S"Isolallen vaiya .I ESV Inlet; lumbo wale hamw/ pamane Purpie 513C lockable lld; Opp wlr•We1nlh8 t4or13141 d 55 C. hd8ellln lnsemprtld6 IrrYrollon Eletlrlt Snlenara lana Control VAw 141yallawj pl.stlr lads by Christie lnduslrles; AAt•r Eo 97 5 764,06 S 83,161,00 fpWIc R gr4wi. Refer 1. Ina[a116084 detail 0. assembles sthamati.. Aswm. }dsr-sones par ryslem Jets, SJO.PhR.12P, 57402 Series 13" "10RPp•up Spray hP4d body wllh In rmf Orals I.Ie3111wr end MI.. 54 C. Irrigation lnstapdbnn 1,,lgalmn 12' [Ilan Pop -Up Spray llyrbantl shutwlf d.Wl Rder m plan for spray nPnl. model, Fa x,916 3 40.54 S 79,616.68 Cpy.rag• pattern& rahle. Asturne aWtj-spray head peraya[em. I ludl 5375enes, Flplld type, pressure cdmpenu11n1 .dldxable bubbler with bubbler Pdrtla With 1101110 idepty: 1) p.bblers par Royal Palm; til 8ubbierper br11e0on Tr.e/Palm SupPltmdntal lrrlgadan eanapy tr0afpatm. Refer to TreeslPdms 1519hblar EN 243 S 21.Gb S 5,9]}.60 57 C. brigallan lnsl+Radon gobbler NydNnls 01aIanNllap Legend Em bubbler haElle wltyme sdluslment per tw■15ab 11 Palm. ANume uuhulersper syslam. Tampa omni ClatUanlr M.rker Locating Ball, purple so CIfrlq[IPn lnsfal Nllon INIBaIIba Cuing Flaetronir Marking balls LaIPr- pr_ldean. hell •t each dlaaya/eating and. Ea 513 5 }LAID $ 1,PiB.66 ANume 16 halls per Ogem. Groan S.IPr rafle[Slae paaameht mkiAer to be, Inst#ped S9 C. 4rrieadon laaLhalian bdl.11dn Rene111ya Payemsnt Mlrhars on top or the curb at I.Ciam shaven. ey the 6 ... ral Ea 107 Santractar. 64 SITE WORK TOTAL 11 • Sj $ 191401.7$ 61 LANdSCAPE INSTALLATION TOTAL JOIF$ 4i0 13A.20 0; IRRIGATION INSTALLATION TOTAL 132.59) $ qdp S4A.64 01 1010 TOTAL ISITE WORK +LANDSCAPE+IRRIGATION 1.551 $ 1,461,960.67 (a EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE 9 Construction Services Agreement• Revised 022018 �Q i weer Comarv, AdmlristruM Sets m i) "� m PracurWorit aerw+� Date: 03/21/2018 Email: adam.northrup@co.11iercountytl.gov Telephone: (239) 252-6098 Addendum #1 From: Adam Northrup, Procurement Strategist TO: Interested Bidders Subject: Addendum # I ITB# 18-7316 — Collier Boulevard North Landsoape and Irrigation The following change is made to the above mentioned Collier County solicitation: The solicitation end date has been extended to Monday April 2, 2018 at 3:OOPM If you require additional information please post a question on the (Inline Bidding site or contact me at the infonnation noted above. Please sign below and return a copy of this Addendum with your �ubmlttnt for the above referenced �atgnantrea Hannula Landscaping And Irrigation, Inc (Nfune of Firm) A ril 90L- 2018 pate Date: 03/29/2018 From: Adam Northrup, Procurement Strategist Subject: Addendum # 2 rM# 18-7316 -• Collier Boulevard North Landscape and Irziption, The following change is made to the above mentioned Collier County solicitation: The solicitation end dote has been extended to Friday April 6th, 2018 at 3:00M. 1. The Bid Sheet tine Item 54 has a quantity of (3) Which Is supposed to be "By County" Please delete the quantity form the Bid Schedule ff concoct and reissue a new bid schedule TOM r, a l . gh on the rl tabulation. 3. The bid schedule Une 29 Calls for (1) SY of Argentine Bahia Sod, Are we to only bid on (1) Square Yard, or is there a quantity more than one square yard to be Installed? If more please Insert quantity. i. ... r I:.:. Ra." ..a ! e f ;ill , RI: 771V .,, YJVA replacement Is needed and It will he addressed at that time. 4. The bid schedule tine 30 Calls for (1) SY of St Augustine Floratam Sod. Are we to bid on (1) Square Yard, or is there a quantity more than one square yard to be installed. if more please insert quantity. Answer: Changes were made to line Item 30, St Augustine Floratam, so4 Stenotophrum secun tum,quantity a changed to I pallet of installed Ia ,. of -• R lat R ,I j.l • R, ..R • r r a s 'a I, r in case sod replacement is needed R ► It will be addressed at that time, 5. The bld Schedule Une (1) ea11s far 9132 SY. The t:xplatrr HOn refers to (123,400x8 ") Please explain what this means as 9182 SY=82,388SF. A►Wr.The amount mpesents the (Medians only) Includes herbicide npplicatlon as rlecesoryto kill off weeds, fertilizer, tilling, final gmding and testing pH (I23,4M SF) x B" =86,678 Cubic Feet or 3062 Cable yards 6, The Bfd Schedule Une 3 refers to As Built drawings in AuterAD DWG format. Will the englneerlarchitet:t create therm In this formai farm the cantmctar's "red -line drawings"? Answer= kevwops were made to line Item #3. The can tractor will supply the landscape archlted scaled drawings so that a Grady Minor can adjust the deslgn plans to reflect the new field layout: 7.The Bid Schedule Une Item 13 calls far 1U'Ct. Haw much "wood" Is required fear this Jtem ? saver. IievlSlaltS were made to une Item #13 where the speeffication was changed to 11Y of woad. Changes were made to the bid schedule. As a result of the above guestianxlanswery the bid schedule tiffs been replaced by file title "L?-- 731 Bid - Bid &A f dyk (41)" If you require additiond infonnation plraso Post a gacstin» on the Online Bidding aife or content the at the information noted alwvo. Pleai* OP belay and rot= a copy of ffilm Addendum with your subralUd for the strove refeMced (S t ) H=DjUWg Arc) Irrigati JM. (Nam of firm) 1411.20[8 Data Date: 03/29/2018 Email: adam.northrup@colliercountyfl.gov Telephone: (239) 252-6098 Addendum #3 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 ITB# 18-7316 — Collier Boulevard North Landscape and Irrigation The following changes are made to the above mentioned Collier County solicitation: The solicitation end date has been extended to Monday April 9th, 2018 at 3: 00PM. Line Item (1) The Unit was changed from SY to CY. It should be SY to calculate herbicide, fertilizer and final grading etc. Answer: The Bid tabulation has been modified to SY The Bid Schedule Line Item (14) What do you want? 16 or 10'0f Wood? Answer: Revisions were made to Line item #14 for 16' of Wood. Line items (29) & (30) The .sod pallets do not have 50 Sq. Yds. they have 44.444 Sq. Yds. Please correct on bid schedule. (S'ubmitted: Mar 30, 2018 12:32:51 PM ED7) Answer: Change made to 44.44 SY As a result of the above questions/answers the bid schedule has been replaced by file title "18-7316 Bid Schedule (A3) " If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return it copy of this Addendum with your submittal for the above referenced solicitati (Si6rctafure} Date Ise 'Air L4 -T L- 0, .. :T', LA.52" - , �, - etz, -i (Nuic of Firm) FORM I - DID RESPONSE FORM __...- BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BID NO, 18-7316 COLLIER BOUL13VARD NORTH LANDSCAPE AND IRRIGKI'ION INSTALLATION Full Nnme of Bidder I-1anrLtt�I.�utc Main flusufess Ad'dmss_ 7(1 Yenns ]vania trect fort i ver , Prid .. 3 1 _..—_ �...� Place of Business Lee couM 1"loridn _ Telephvtte No. Y. 232 -43? -9666 Fax No. 239-421--9-6-65 6GS State Contractor's License #..._, _ NIANIAMOTa 0wWr.i91i Uf C?ualif celipn _ - - -- State of Florida Certificate of Authority Document Number 92 92 Fcdora[Tax Identification Number_655. 3t-S79,5— DUNS ff 022724M CCA f -_ _ Cage Code 7 JLN4 To; BOARD Or COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Sid: as principals are thosB named herein, that this Bid is submitted without collusion with any other parson, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form ofAgreement and all other Contract Documents and }lands, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Sid is accepted, Bidder will execute the Agreement included in the Ridding Documents, to pruvide 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 ]nsurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Document%, and that it will take fall 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, round Ing to two decimal points will be conducted by Procurement Services Division staff. - — jWRM 3 - MATERIAL MANUFACTURERS - ................ THIS FORM MUSTBE COMPLETED OR BID SMALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid Specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and qual ity are equal. Exceptions ('when equals are acceptable) may be requested by carnpieting 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 accepUmce of material proposed on this list. Complete and sign section A QR B. Section A (Ameptance 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 ill the Hid specifications. Company Hans i a, Andse Irri a nn Ing, Signature /late &WIT'1 S Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPT]ON MATE-RIAL 1FXCF-PTI0 MAN !EAQ`f!aB Z. ..... 4. Please insert additional pages as necessary. Company Signature.� ... Bate —LIST OF MA36A sufsCONTRACTORS - THIS LIST MUST BE COMPLIETED OR BID MAY BE DEEM -ED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requiremews 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 2017-08 and Section 15 of lastruotions 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 oii"er- further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be nate-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 regairoments or the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The andersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work. Electrical 2- Mechanical _ 3. Plumbing_� A. Site Work 5, Ideutily other subcontractors that represent mora thaa7 10% of price or that affect tite critical oath of the schedule Subcontractor and Address BriWana Electric, Inc;. 6361 Metro plantation Rd. Fl. Myers, Fl Directional Boring: CABCO Corp. P.O. Box 6053217t. Myers, Florida wall Drilling: Goldin grate Well 1822 40. S.W. Naples, Florida 34116 Company FI14ilIlsCnuui r tc In Daft. Anral9ei. 2Ui$ FORM -S'TA'Ih,MF, - CYT OF FX",JUENC Y, ()FRIDDF:.Ri The Ridder is required to state below what work of similar magnitude completed within the last five (5) years is a judge of its experi"ce, skill and business standing and of its ability to eondact the work as completely and as rapidly m required imder the terms of the Agreement. P42ct trnd l..ocatiori 1c4 i':;rc n.c jll tdc honL c Gulf Shore Blvd. Median Restoration, Naples, City Of Naples, Heatlicr Shields 239.2.3.7136 Florida 2 3. RSW Airport TermInal Access Road Widening: fort Myers, Florida Gilchrist Ave. Boca Grande, Florida 4 Hcn C. Pratt Six Mile Cypress Landscape & Irrigation Project, Fort Myers, I'lorida +1 .+1 SR 951 Collier Blvd. Median Landscape Naples, Florida City Or Fart Myers, McGregor Blvd. Dort Mayers, Florida Company Signature Wright Construction Group; Neil Moi man 239-481-5000 Lee County 1)OT Bob NFt7t clr 139-!F3739425 9425 Ler County DOT Bob DeBrock 239-533-9425 Collier County Growth Mgt. Rd- Malnt, Div. Pamela Lulieh 239-252-8924 City OrFortMyers J.B. Schuctz 239-321.7590 Date- A 9nrt1 1. 2013 ; �rOR1Vi C - T12iriTC�>( Sel,llr•G�T'Y ,AG 1' _ _ Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are coatis 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: Failure to coLnpfefe die above may result in clic Bid being declared nnn-responsive. CompanyHaul endsca l tian, IncSignature --� .- - -. Data Anri19'". �01� e Trench Way Units of Unit Unit Extended ,dost Measure Measure (. uan ' cost kiri tion) (1,.E .PVC Main Line L,1~ 14,434 1.05 $ 15,151.50 5. Failure to coLnpfefe die above may result in clic Bid being declared nnn-responsive. CompanyHaul endsca l tian, IncSignature --� .- - -. Data Anri19'". �01� e Hnud No.: N/A It NOW ALL MEN BY THESE PR SI3NTS, that wo llannuia Gandscpping and Irrigation. Inc.__ aflt*t• called the Principal) �:zid 13evcluLxr� Sur and Indemnily (gmpany.� , (iltcrcin oallttd the Siirdy), 4 cnriroration charforM and oxisting undof the laun or the Slal.:� of ,CA .. wl;b Sig ,pt'itacipr l pfiice* in the city of Irvinr CA_ ;,nd uucaorized to do husrrtem in the Str:te el' �Fl.- my held and firmly boimd unto the (licreinaftar called rite Ovmer), in the f ffl and lust sum of FIvC P-c=1LS2t..Ani9,,0 I31d in. 11.S --- ------------- - ------ ., doltsu: (�_� ' �-) Srtod and Ia�vfUt tLOUCY nfdw Uliltcd Slums of Amtrriatt, lU be paid upon demoted of the (]wxtiGr, to which ymoot w ell and truly to bu awdo, the Frincit�ai•ani! the Surety bi d them, --elves, th6r heirs, and execinoxs, ttdminfsurutars, and maigns, Joindyand saveunliy and firmly uy these, prescnte. Whereas, tho Principal is about to submit, or has submitted to the Owner. a Bid for furnishbig all labor, materials, equipment and incidontels nomsapry to fimtisly install, areae fully oomplote, the Work on the Projeo lrrtown as Bid No. 10-7316, Cather Butdevard Nvrtlr Landsmpe mud Wigation lnstellmdon NOW, TH]HREFORF, i f tiro Owruar shall accept the Did of the PRINCIPAL and the 1'MNCIPAL shall sorter into the fegturt;,d .Agreetmcm with the Owner anti within tea days ufit:r the date of a written Notice of Awnsd in acwt+drutce with the txr ma of such Bid, wd &two such bond or bonds in an amoral of 140% tlW total Contract Amount as spodf'ied in (be Bidding I7ooments or Contract Pmiuneri% with good and sufficiont surety for the fhithful performance of the Agme ment and far the prompt paymiont of labor, mataiah and supplies fwrnishm in the pm=utitm tliuetrfor, in iha event & des thliurc of the PRINCIPAL to enter into such Apurnr.nt or to give such hood or bowhi,, and deliver to Owner tied xotlalrread cextiRcaws of iamrA m if tht PR1NCZPAT, shn1J lray to doe OBLIGE+, the faxed sum of S 5% 1159'4,D0 noted above as liquidated damages, ami not as a penalty, as provided in the Bidding Ua>citrmtants, Bien this obligation ahafl be null and void, nthm-.6so to mamin in full forte and eMct, IN TESTIMONY Thereof, the Principal twd Surety have caused the}sea presents to be duly signed and seeded this 28th- -- day of maroh BY Ftunnuia �tndacaping and I ri atlun, Inc. , %t"po�l. r I i'•rorll ;',- - for pe�elu�rs�and indemnity CoMftpy �- Principal (Sca l) Surrty (Seal) upon natificatiou that im fled has been swardtd, the Sucaeso Ul Bidder will execute the: Agreemteat lorm ngached to the Bidding UoeumentH vM)in ten (10), iWbiidar days and bolivar the Surety Bond or Hoods and lmurancc Cottifient6s as nequitW by flm Calltrast. DoeumLmts. Tlw bid wcurity atteohod is to be omc the property of rite Owner in the event rho Agent, Instemw CWlil;Lates ural Bonds tyre not exooutod and delivered to Owztcat within the timo above set forth, as Iiquidatetl damages, for tho delay and additional expanse to the Owner, it being rcogoized that, since lime is ofgw eaautsnee, Owwr will suffer finanoisl loss ifthe Sucaesef'ul Bidder Bella to oxerwe and dolivcr to Mesmer the requirod Agreement, ]nm=nce Certificates and Bonds within the required dais period. In the event ofsuct fniitma, the tatai amount DfOwner's dtumagcs, willbe difficult ifnot amposssble, to doflnitviyascertain and quantify, It is hereby at ruW that it is approprintn and fair that Owner rt i�+e liquidated damages from lhas Suowasfid Bidder in the event it faits to oxcome, and &Iivtw dw Agreement, Inamom Certificates, and Bonds sur requited hereunder. The SumAmful bidder ]ttrraby mstprossiy waives and relinquishes mW tight which itmay have to seek to mbarac3terize, tiro above noted liquidated damages as a penalty. whish the parties agree represents a fish• and reasonablo estimate of Owner's aortal damages tit the time ofbidding If the Successful Biddesr fails to execute and deliver the Agm attvmt, h1suranm Uertificatw, nmd Bonelet in a tiutely rle mner. Upon recoipt of the signet and approved agreement and Purchmr. Otvdcrt the undcrWgne d proposes to imnrnewe work at the site within Sive (5) anlandar days from the commenvorrieni date stipulated in the written Notice to Proceed unless the Project Mainuza, in wxidng, submquently ueti6es the COntrentor of a modified (later) coameno=ent date. The undusignod $rrther agaves to tiabstankially complete ell work covered by ibis Bid withiA One HuAdired and Ftft (130) comcnutive aalemdar days, computed by excluding the wwmeto=ut date and includiug the last day of such period, wO to be fully completexi try the point of final accepimcc by the Owner within Thirty (30) consecrative caia udar days after Subetautial ComplethAt, cotnpatod by exe,Audfng carnrnortoement date and lw1uding this last day of such pedod. POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263.3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby make, oonsblute and appoint: —David B. Shick"' as Its true and lawful Attomey(s)•in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation, as surety, bonds, undertakings and contracts of suretyship giving and granting unto said Ahomey(s}ln-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporation could do, but reserving to each of said corporation full power of substitution and revocation, and all of the acts of said Aftorney(s)-fn-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is slgned by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETYAND INDEMNITY COMPANY, effective as of January 1st, 2008, RESOLVED, that a combination of any two of the Chairman of the Board, the President, any Executive Vce-President, Senior Vice -President or Vice -President of the corporation be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the adomey(s) named in the Power of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power ofAttorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimlle signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to whlch it is attached, IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by Its officers and attested by its Secretary or Assistant Secretary this 6th day of Feburary, 2017. Daniel Young, Senior Vice -President cgUPOR;.� r DS By: MarkLansdon, Vice -President ,,,��������"�• /notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On--.-.--.._....___.ebruery 6 2017 ---,...____..__...-__--..__ na+� Fk=7u (rtredt fivnn r�! 7r c4 ih � .'.;Cart personally appeared ti av,rsy a :+ynujsj who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized 1111, 0A capacity(ies), and that by his/her/heir signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE IND which the person(s) acted, executed the instrument. Commisiltm 2081945 4 Notary Public - Call4orftta I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Orange County true and correct. My Comm. Eit iron Oct 13 2018 BY' WITNESS my hand and official seal. Place Notary Seat Above Signature ..... _....... ------- .................... .._......___...� Lucile y�iond, Notary Public CERTIFICATE. The undersigned, as Secretary orAssistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power ofAttorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth In the Power ofAftomey are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 28th day of March 2018 •�•�eY1vpQAND Po;����°� Z BY: _ �— Cassi®J msford, Assistant Se .tary ATS -1004 (02/17) ,•����*����,,• 12es1�ectfulty Subrniggd: State of Florida County of Lee_. ___• Dale F. Hannula _____.._..,_, 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. _ Dale. F. Hannula , also deposes and says that it has examined and carefidly 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. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of- Florida which operates under --...__._._--•----- the legal name of Hannula Landscaping And Irrigation Inc. ...... and the full names of its officers are as follows; PresidentDale F. Hannula Secretaryi7ale F. Hannula TreasurerDale F. Hannula...___ ManagerDamon Himmel The President Dale F. Hannula is authorized to sign construction bids and contracts for the company by action of its Board of'Directors taken January 17 2018 , a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) (:u -Partnership The Bidder is a co -partnership consisting of individual partners whose full names are as follows: The co -partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is and if operating under a trade name, said trade name is Complete for information contained in (a) Corporation, (b) Co -Partnership or (e) Individual from previous page. S'I'A'1'1-; OF Florida COUNTY OF Lee Hannula Landscaping And frri.gation, lnc. Legal Entity BY: Dale F. Hannula Name of Bidder (Typed) Signature Presidont Title The foregoing instrument was acknowledged before me this 9th. __ day of April, , 2018 by Dale F. Hannula as President Hannula Landscaping And Irrigation, Inc. , a Florida corporation, on behalf of the corporation. He/she is personally known to me or has produced a4 jdentif cation and did (did not) take an oath. My C`orzrnission 1 xpires x �' !1 _ — ..._._.... _. `: {igraafirr of e�t�v RENEE REWRRIN N ME MY CL�fi9�Itt3SIDN # c3 t92 (Legibly Printed) (AFFIX OFFICI ) EXPIRES January ?3.2��t Notary Public, State of ., State of, Florida Department of State I certify from the records of this office that HANNULA LANDSCAPING AND IRRIGATION, INC. is a corporation organized under the laws of the State of Florida, filed on December 8, 1992. The document number of this corporation is P92000010592, I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 17, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given wonder tray hand and the Great Seat of'the State of Florida at Tallahassee, the Capital, this the Seventeenth day of January, 2018 Secretaiy qfState Tracking dumber; To autheuticzte this certiFente,visit the following site,enter this number, and then follow the instructions displayed. bttpsJ/servicessuaabi�;.org/N°ilingslC:ertif csi.ei7€�ia�€ups/�c,r4i�isatcAnthentica�dian C Auer County Admin ,,,6 Sku DeMrhTWA Procummtfll %rvil ia[)Wmimi FORM 9 - CONFL.ICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2, Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Signat, Print Name: Dale F. Hann Title of Signatory: President COCCOUTIty AdtWrastra,t o Serves stent Praa;rmnant SwAms Dimon FORM 10 - VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. 1N WITNESS WHEREOF, WE have hereunto subscribed our names on this 9ff1. day of April , 20� in the County of Lee , in the State of Florida Firm's Legal Name: Hannula Landscaping And Irrigation, Inc. Address: 7050 Pennsylvania Street City, State, Zip Code: Fort Myers, Florida 33912 Florida Certificate of P92000010592 Authority Document Number Federal Tax 65-0375795 .� Identification Number *CCR # or CAGE Code 71LN4 *Only if Grant Funded Telephone: 239-437-9666 Signature by: (Typed and written) Title: Dale F. Hannula, President Additional Contact Information Scud payments to: (required if different from co npatly name ua('11 as payee-- above) Contact naMe: Title; Address: City, State, ZIP Telephone: f:rn,i i l Office servicing Collier County to place orders (required if different Gram above) Contact name: Title: Address: City, state, ZIP—� Telephone: Email: GO tar C;nwnfy P drni 11%l alive Survlr-,s Oce Wrtr cont PiUC44Cdiml $viol a Di*ibn FORM I X — IMMIGRATION ATFL RA V IT C rRTr FiC`.A'ftON This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittttts. Further, Vendors are required to enroll in the E -Verify program, and provide acceptable eviderroe of their enrollment, at the time of the submission of the Vendor'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 tho company. Failure to includg this .Aflidpyit_and acceptable g'yide-nee of enrollment to the -Verifyro a nifty deem the Vend is pirplaRsal. as no" - resnangiye. Collier County will not Wtentionaliy award County contraCtS to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 US.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Art (" INX ), Collier County may consider the amployment by any Vendor ofunautherixed aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Ertlplayment Provisions contained in Section 274A (a) of the TNA shall he grounds for uniltrteral termination of the contract by Collier County. Vendor attests that they arc Cully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Antendmont(s)) and agrees to comply with the provisions of the Memorandum of Understanding with H -Verify and to provide, proof of enrollment in The Employment Eligibility Verification System (E-VerjfP ), operated by the Department of Homeland Security in partnerslup with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Hannuln I,andscanie ndlrrigatiomlis- PrintNarne Dale F, Hannula Title PraAiciont Signature Data April 9m. 2018 State of Morida County of Le* - The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the troth and accuracy of thin affidavit to interrogatories hereinafter made, :i'<la iiHHBEII� *" My +rpf MISSION N f3008�4= r l»XPIltL� Januso 2t t CormnissionNo.; t.r7� ' • ' 'OA CA ns 'Ma OY Athv rs FORM 12 - VENDOR ,SUBSTITUTE W — 9 RequeSt for Taxpayer Identiectttion Number and Certit'leatfan Xn accordance with the Internal Revenue Service regulations, Collier County is requirrd to collect the following information for tax reporting purposes from individuals and companios who do business with the County (including social security numbers if used by the individual or company for tax reportiug purposes), Florida Statute 1X9,071(5) requires that the county notify you in writing of the reuson for collecting this inforaiation, whieb will be used for no other purpose than herein stated. Please complete all information that applies to your business and retum with your quote or proposal. 1, General Inforruation (provide all• information} (as shown on fneome rax raturn) Business Name (ffdifferent from taxpayer name) Address 7050 Pont mylvanig 5Leet Stara Florida city --XgE A+tyyrtvl lq};tela Zip 3x912 Teleplionn 239-437-2§0§ limgildhaitnula an tlalartcir�rl�ping,cnm Order Information (Must be filled out) Remit I Payment Inforntatlon (I17ust be filled out) Address 2Q-0-Penpsylvania.$tmet City Pot Myers State Fjqc ds Lip 33912_ Email dhannula@haimuWandecoping.com 2. Company Status (check only one) Addrt3s 7050 Penrtsylyania Stret�t City port Slatc Flo l Zip 33912" Email dixannida c . al n o Tax Exempt (Faderat income tax-exempt entity _ Limited taability Company under Internal Revenue Service gaidelinea IRC. _ Enter the tax claga fieatlon 503 (c) 3) (D — Disregarded Endry, C — Coiporation, P = Far[nersh j)) 3. 'Taxpayer lden ideation Number (for rax reportingpurposes only) FeAaral'T'ax Monti fication Number (TIN) 0-03� � T Vendors who do not beve a TIN will barequired to pmvido a social security number pri2r to an award). 4. Sign and Date Form: Certification: Underpenaltfes ofperjury, I eert6 that the information shown on this form is correct to my knowledge. Siguah Datc Apt-it2 ".20.5 Titlo 1r-csjdmt Phone Number 239-Ft3 -9 ¢(� F[]yrM 13 - KIDDERS CHECKLIST -- _-- IMPQRTANT: Please relld 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. Bid schedule completed. 3. The Bid prices offered have been reviewed. 4. The price extensinns and totals have been checked. 5. Any required drawings, descriptive literature, etc, have been included. 6. Any delivery information required is included, 7. Immigration Affidavit completed and the company's E -Verify profile page or memorandum of understanding S. Certificate of Authority to Conduct Butiiness in State Of Florida and the County's Substitute W9 9. Any required professional licenses (General Contractors license, Underground Utility and Excavation, Builders, etc.) 10. if required, the amount of Bid bond has been checked, and the Did bond or cashier's clte4k has been submitted. IL . Any addenda have been signed and included. 12. All attached forms have been completed (forms 1-13), reviewed, and signed where necessary by an authorlccd personnel. 13. The ]aid wil I be uploaded in time to be received no later than the specified opening dateand time, otherwise the Bid cannot be considered, Bidder Mame: 1jannuly, Landscapin And Irrigjtian — Preside 's. 2 Signature & Tilio Data 4/212018 F -Vitrify: Employer Wizard - Company Information ffy Welcome = MENU Renee Rehbeln Company Information Company Name Hannula Landscaping and Irrigation, Inc. Company lid Number 262825 Ooing Business As (DBA) Name DUNS Number Physical Location Address 1 7050 Pennsylvania Street Address 2 City Fort Myers State FL Zlp Code 33912 County LEE Mailing Address Address 1 Address 2 City State Zip Cade httpOle-verify.uWa.govIweblraMployerWixard.aepx 113 402018 E-Varify: Cmployer Wizard - Company Information Additional Information Employer Identification Number 650375795 Total Number of Employees 100 to 499 Parent Organization Hannula Landscaping, Inc. Administrator OrgranIzation Designation Employer Category None of these categories apply View I i=ait NAILS Code 238 - SPECIALTY TRADE CDNTRACTDRS VI®w ! Edit Total Hiring Sites 1 View! Edit Total Points of Contact 2 View f Edit View Original MOU Tomplate r�i�r� �ti„L SLtG� Last Login: 03/14/2018 O :33 PM US. Department of Homeland Security hitps:!!e-verlfy.uscle.govlweb/E mployerWizard,aspx Detail by Entity Name tleuai]mvrll. -[jjl 0 1 Q�v15'OR at 909110tallglp 1 .'Y5jowl Records t L7 b� �acumirls_3V 11R[ f Detail by Entity name Florida Profit Corporation HANNULA LANDSCAPING AND IRRIGATION, INC. i InforMatlqn Document Number P92000010592 FEVEIN Number 65.4375795 Late Filed 1210811992 State FL Status ACTIVE Last Event NAME= CHANGE AMENDMENT Event Date Filed 0711812008 Event Effective Data NONE Principal Addrj!s� 7050 Pennsylvania St. Fon Myers, FL 33912 Changed: 0113012017 M1111nu Add►es9 7050 Pennsylvania St. Fort Myers, FL 33919 Changed: 01130/2017 Reaistered Auenl Name & Address HANNULA, DALE F 7050 Pennsylvania St. Fort Myers. FL 33912 Name Changed' 01/30/2017 Address Changed: 01/30/2017 OLrycerlDlrecter Det Name & Address Title PST HANNUI-A, DALE F 71)20 Pennsylvania St. tort Myers. FL 33912 Page 1 of 2 DIM,iUH r�F CORPORO-700ms http://search.sunbiz,org/liiquiry/Coi-poi-ationSear'ch/ScarchResultDetaiI?inquirytype=Entity.., 5/15/2018 Detail by Entity Name Annual Reports Vlew Image Ih POP IckTl%Ot Report Year Filed Date 2016 0411912016 2817 01130/2017 201 B 0111712018 Document tmaaes 0'1!1712019 - ANNU.ALAUPC1.HI Vlew Image Ih POP IckTl%Ot r,BF.11CRT Vlew Image in PGF format t1411912016 -ANNUAL-REP View View Immuc in PDF Format 4ALNrSl]L:.k11 View image inPQFformai ILILIU i114 -- ANNUM. REPORT Mow Imape i.1 PDI" formal 04/19/2013 - CI.UA RI. -PORT View Imnga xt PF)I fnrmflr E R 41pµ image in PDF Tarmal Ckl/Zr PI I - ANNUAL REPORTI Vlow il11Jr c in PDF rorrnet 1 s - A f : l' View 411ape in PDF formal 1 1 1. -- ANNUAL ftpNcllit VimIi unago in PGF furmal 0711 MUM -Nonit fh.angI Maui Image in PDF lurmat F14t2IX 009 -- 8NNUAL RFPD13i View lrna{.10 1h pfJF rGlfmf l p4r30120U7 --.ANNUAL REPORTJ Vmw imarqu in FDF Inrrnai 0411712OC6 -- ANNUAL REP -OBIT View imago ih rlop format 002912005 - ANRUALIMEMI VOW Image In PDF fwMal 04)2812h04 --ANNUAI. RFPOR'f I View !maga in PDF tu1li+nl 041251,2003 -- ANNUAI. RFPOR I Vi" Imago u1 PDF rprmal Q5115r'.',QQ;2 -- Q8LLJJjRQRjI V+aw Ifnega in PDF furmal La-gw1](ELt , [tjJNIIAL REPClfi7 Vlaw Image in PIM format 4gUUAL REPgRT Vlow lmnge ui PPF' rofmal D5r031I MQ -ANNUAL REPDKTI Viaw m+ape 1n PDF format 051 6,11 2 -P RT V1nw m+aBa in PDF formal r).412g1tf197 --ANNUAI- flz;-L }LL View wap in PDF rprrrm U,`JQ111996--.ANNUAL FiEPURl' V1ew linapa in PDF format ijf)11tJ�35-• ANNUAL HFf'fJH7 View imago in PDF lornw nmhl, tleµdl[mhnr xr m;AA, 06.v n d rop'- wn. Page 2 of 2 "—O V http-Ilsearch.sunbiz.orgllnquil'ylCorporation 5earchlSearchResultDetai l?inquiFytype=Entity... 5/15/2018 EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Damon Himmel Personnel Cate or Construction Superintendent Dale Hannula Project Manager 10 Construction Services Agreement: Revised 022018(eD EXHIBIT B-1: PUBLIC PAYMENT BOND 18-7316 Bond No. Contract No. 18-7316 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. 11 Construction Services Agreement: Revised 022018 Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF BY: NAME: ITS: PRINCIPAL 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: NAME: (AFFIX OFFICIAL SE=AL) ATTEST: Witnesses to Surety (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address (Authorized Signature) (Printed Name) 12 Construction Services Agreement: Revised 022018 env 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 day of 20 1 by Surety, on behalf of Surety oath, My Commission Expires: (AFFIX OFFICIAL SEAL) of He/She is as personally known to me OR has produced as identification and who did (did not) take an (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 13 Construction Services Agreement: Revlsed 022019 &OA EXHIBIT B-2: PUBLIC PERFORMANCE BOND 18-7316 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Bond No. Contract No. 18-7316 Surety, located at (Business Address) are held and firmly , as Obligee bound to 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 accordance with drawings and specifications, which contract is incorporated made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: in by reference and Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. 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. 14 Construction Services Agreement: Revised 022018U Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF COUNTY OF PRINCIPAL BY: NAME: ITS: The foregoing instrument was acknowledged before me this 20 by Of corporation, on behalf of the corporation to me OR has produced identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) day of as _ a He/she is personally known as (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 15 Construction Services Agreement: Revised 022018 ATTEST: Witnesses as to Surety Witnesses STATE OF COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) The foregoing instrument was acknowledged before me this day of 20 by as of a Suety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 16 Construction Services Agreement: Revised 022018 g y EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor 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 Contractor 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 Contractor waive against each other and the County's separate Contractors, 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 Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, 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", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor 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 Contractor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor 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 Contractor. The Contractor 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 Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 Construction Services Agreement: Revised 022018 , 0 Should at any time the Contractor 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 Contractor for such coverages purchased. If Contractor 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 Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor 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 Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18Th Construction Services Agreement: Revised 022018 Insurance /Bend 'Type 1. ?g worker's compensation Required Limits Statutory Limits of Florida Statutes, Chapter 440 ane! all }'adoral 4overnment Statutory Limits and Requirements Evidence of Workers' Compensation covefage or a Cerbf"icate of Exemption issued by the State of Florida is required Entities that are farmed as Sale Pr'oprietorshlps shall not be required to provide a proof of exemption. An application for wmptiOn can be obtained online at is llatldFs.cnmlboc xain ' 2. Employer's Liability �_I1,000,000� single limit per occurmnue 3. Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current S_11,00,000 single limit per occurrence, is inc a�Premirepte For Bodily Injury include premises and Operations; ISO form shat Liability and Property Damage Liability. This shall Independent Contractors; Products and Completed Operations and Contractual Liability. 4, 0 Indemnification To the maximum extent permitted by Florida law, the ContraotorNandor shall defend, harmless Collier County, its officers and employees from any and indemnify and hold all liabilities, damages, losses and Costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklcssnes% or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ConiractorNmdor in the perforutance of this Agreement. 5. Z Automobile liability $_t,000,000_ Each Occurrence; Bodily Injury & Property Damage. OwnedfNon-ownedffXired; Automobile Included 6. ❑ Other insurance as nnlcd: ❑ Watercraft `fi per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. y; Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable+ to the completion of the work. 1, Fer 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 h ____ Per Occurrence C] Professional Liability $ _- _ . _ - Per claim & in the aggregate ❑ Project Professional Liability r, _ Per Occurrence �] Valuable Papers lnsuranca Per Occurrence [] Cyber Liability h ---- _ per Occurreum ❑ Technology Errors & Omissions .; _..--. Aer 0ceurrence 7. ® Bid bond Shall be, submitted with proposal response in the forth of certified fiords, cashiers' check or an irrevocable letter of credit, a caah bond pasted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All chocks shad 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. 19 Construction ScnAces AgreementAevised 022010 $. E performance and For projects in excess of $200,000, bonds shall be submitted with the executed contract Payment Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cast borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A=' or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Bost Key Rating Guide, published by A.M. Best Company, Inc, of 75 Fulton Street, New York, New York 10038. 9, 0 Vendar shall ensure that all subcontractors comply with the same insurance. mquitements that he is required to rneet. The same Vendor shall provide County with certificates of insumnce meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be printery and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall ba endorsed accordingly. ll, ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, DR Collier County Government, DR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or roust read: ror any and all work performed on bchalf of Collier County. 12. 0 Thirty (30) Days Cancellation Notice required. 2114/ L 8 -• GG - Consultaut's ln$lit'puce ShIUMent 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 ofl:irm tipanula l,andscapjlUA1 J"r ,ati i c Consultant - Signature Print Nance 11*1;- Ilafutn n--- Dote AP 'ta it 9 2018 . Lnswance Brown AndBrown Agency Agent Name .1ct7`13rttl.,� -�- TelephoncNumber 8 20i7� Construction Services Agreement Revised 022018 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 $ to be received, ("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 , This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment Is received in paid funds. (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, shall be fully satisfied and paid upon Owner's payment to Contractor, (3) 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. Witness President Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: The foregoing instrument was acknowledged before me this day of 20 , by , as of a known to me or has produced (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) [Corporate Seal] corporation, on behalf of the corporation. Heishe is personally as identification and did (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: 21 Construction Services Agreement: Revised 022016 Collier Cour Owner's Project Manager's Name: County's Division Name Submitted by Contractor Representative: Name Contractor's Name & inal Contract Time: Retainage @10% through (Insert Date) Retainage @ -% after f Insert date] Percent Work Completed Percent Contract Time Completed to date: Liquidated Damages to Be Accrued EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Comrrrissioriers the OWNER) or Collier County We Bid No. Project No. Application Date: Payment Application No. Original Contract Price: Total Change Orders to Date; Revised Contract Amount: Total Value of Work Completed & Stored to Date: Retainage a@ 10% through [Insert date] Less Retainage Earned Less Retai AMOUNT DUE TH APPLICATION: d�b 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 OWNED 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. 22 L�.) Constnactlen Services Agreement: Revised 0220'18 EXHIBIT I] Continued SCHEDULE OF VALUES Pr4fraeNama: PraleUNumher D.1a: Pewad To: ITEM DESCRIPTION SCHEDULED WORK COMPLETED STORED TOTAL PERCENT BALANCE 10% _K TOTAL NUMBER VALUE MATERIALS oOMPLETEC COMPLETE TO FINISH RETAINAGE RETAINAGE RETAINAGE PREMOUS APPIJCATIDN8 THIS 8 STORED Uadueoe eiei WTPHELD THRUDATE J SINCE DATE PERIOD TO DATE TOTALS ` Exp lanaIton for the two columns under Pfeyki0 App lit a Ho ns: The Thru Date Is where yaw will place all Information untli the contract is comptete Unless a release of reduction of retainage issue cai Into play. Ii this happens, ati Infatmation Up to tht date of thg S ;hange In relainage is plaud In the Thru Date colurM. 1I eterthat Ate isplacedInthe SII Date column. This state% what has happened since the change In retainage. 23 Construction Services Agreement: Revisod 022018 �� Exhibit D (Continued) Stored Materials Record Formula: A+B-C-D=E A B C D E Invoice Previously Received Previously Installed Balance To Date Description Supplier Number Received This Period Installed This Period Install 24 Construction Services Agreement: Revised 022018 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: htk ://bccs Ol/SiteDirecto /ASD/Purchasin /Formsl/FormslDefault.as x Change Order Fomi Contractd:ChangPurchaseOrder+r: ProJsctdl:� ContractarlFirm Name: Project Name: Preieat Manager Hams Department: Crialnat Contract lVcO, Crdar Arnounl Qiginsl BCC Approval Dais; Agenda hrrn # Currafrt BCC ApprewoAntaum lost GIC App'raval Date; Agenda Iham # Current ContactV ixOrder Amount SAP wontraot rxpirskion Dale {blaster} Donor Amount or this Change *DIVA! TotslChange Iran Q'iginalAmournl Ravisr<d C,CntrtiGMQk Order Tafel5 4,00 1rDIV..? I Changa from Current $CC Approved Amcunl n..__.,i_a.�n�,___. a rine r!"SIV;n� r'hnnnofrom CurrenlAniount Completion gate, Description or the Tasks) Change. and Rationale for the Change Notice to Proc6eOrlpirral Last Approved Reviled Date Date Comptetion Dat Date lrrM&M f++a'r9e1 aafdaysAdded gelectTasks 0 Addnpwtask(si ODelete task(sl 0 Changtttask(s) 0Other lsssr uNj Provide it response to the following: 1.) detailed and specific explanatlonhationale of the requested Chang¢(sj to the WON and J or theaddltlonal days addled (if requested); 2.1 why this change was not!nolude-dinthsoridinal Contract; and, 3.1 dtmeribe the impad if this change is not processed. Aitsoh additional informitor�n from tht Design Frptassionsl arrdlor Contrarsor if nea30a. Prepared bp; Date: ( r,Djg.:t , ar,%gar Jame aid oanntarl) Acc4pl3nc a of i hIs C hange Drag a h U const hex a n►ati in auan ro conuad l work ordar 1pem ihetl alrtsve and W"R bs a ub*t to all I he s a me llama andcolsnlons aS Containld In Ihodonlra.C1 J'h4rk4rdlrinalCitFd above, as fultyas if 1hrsanravrera stated inIhis Iccaplanze- The adjuslmem. it any. too* C om race s hall connitule a %s l a no final s rrtlernent of any and III claims of the Comirmior l Vendor J Cons u#3 nt i Design Protea s Tonal a rising out of or related tothe c hange set forth hereln, inc lLdIrg Claim a For im pita and dalay ccs rs. Accepted bye:Data: ontraciora Vendorl Contuharki1l esiar roTr55*nal and Narneof Fifal,dpro)eclapplitao% Approved by:Dais: eg,ghProf*ssior3larI MDmL,ofFirfn Oprojactappltcable) Approved by: Dale 1Prccuremeni Profers5ton el 25 Constructlon Services Agreement: Revlsod 022018�� EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No, PROJECT: CONTRACTOR Contract For Contract Date Design Professional's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof [n 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: 25 Constructlor Services Agreement: Revised 022018 F r RESPONSIBILITIES: OWN ER: 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 By: Design Professional Type Narne and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Narne and Title 20 OWNER accepts this Certificate of Substantial Completion on 20 By: OWNER Type Name and Title 271 Con structlor) Services Agreement: ReVUd 022018 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: 120 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: _ YES NO LL 28 ?,r Construction Services Agreement: Revised 022018 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) LL 28 ?,r Construction Services Agreement: Revised 022018 EXHIBIT H: GENERAL TERMS AND CONDITIONS INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement: Revised 022018 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project therein ''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 Construction Services Agreement: Revised 022018 (fit"fj limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4,3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's soie discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4,5 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 sh 1�7 Corlskruellan 5ervlces Agreement: Revised 022018 stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4,6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's procurement ordinance and policies. 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. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 32 Construcibn Services Agreemarq' Revlsed 0220*_ 10 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of. (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. FINAL PAYMENT. 6,1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Flnal Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. Construction Services Agreertment: Revised 022018 4 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 (34) 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 Projecty to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to 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 Managers 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 as 0: Construction Servlces Agreement: Revised 022018 o record time required by the Project Manager and the Project Managers 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, SIGNED AND SEALED AS -GUILTS 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; 6.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1 A The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1,8 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; 8,11 .8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance, The daily log sha4 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 35, •- Construction ServIces Agreement: Revised 022018 ��; } (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a) -(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT; Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law, 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service, if the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all 3s Cwslruetlon Services Agreement, Revised 022018 (5 work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9,2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension, 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10, CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work 37 �� construclion Services Agreement: Revised 022018 Directive Change, In that event, the Contract Amount and Contraot 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 procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (43) 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 38 Construction Services Agreement: Revised 4224188 LJ 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 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, the Contractor/Vendor/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 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 finai 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. 39 Construction services Agreement: Revised 022046 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 S-3 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-3. 14. COMPLIANCE WITH SAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement- 14.2 greement.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 Sid (ITS) 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 Contractors 1 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 Contractor'slbidder'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. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying thev shall comply with the E-Verifv Program_ The affidavit is attached to the solicitation documents. as CanstruCtipn SeNia06 A$reemenl: Revised 02201 Vr�J Additionally, Contractors shah require all subcontracted Contractors 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: httr)://www.dhs.,qovfE-Verifv, It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor 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 seg 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 small 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 toots, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15,2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16, ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner_ Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void_ If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 41 construction Services Agreement: Rpvlaed 022016 �,�` 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor, (1) fails to begin the Work under the Contract Documents 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 (8) 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 whale 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 balanoe of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor, The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 42 Constructlon Services Agreement: Revised 022018 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 Contractors 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 falls 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 (1120) 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 (114) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended. Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager 43 Construction Services Agreement: Revised 022018 shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof] after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 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, it they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final 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 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 material men 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 unlessotherwise 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. 44(r. N Construction Services Agreernent: Revised 0220181x. .:' 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by 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 45 Construction Services Agreement: Revised 022018 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 masse available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (includingr 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 detective, 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 Owners 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. 23.6 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency, Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall OCAO 46 Construction Services Atigreemont• Revised 022018 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 Owners 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 A-1 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 fall to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 26. PROTECTION OF WORK. 25.1 '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. E=MERGENCIES. 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, withoutspecial 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. 47 Constructlon Services /agreement: Revised 022018 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 shalt 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 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents, 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer, All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3, Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 4a Construclfon Services Agreement Revised 022018 Employees shall not bring on to any Owner property any gun, rifle or other firearrn, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following; 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5A 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 off lcials 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 paints 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 49 (,I Constructlon Services Agreement: Revised 022018 9 Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement, 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, 45807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Worm 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 elow:32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in Implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of O Construction Services Agreement: Revised 022018 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 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33A 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 51 Construction Services Agreement: Revised 02201 0 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 wont at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g,, general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work, The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33,8,3 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 33.8 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 52 Construction 5ervioas Agreement: Revised 022018 34.1.3 Shop Drawing Submittal/Approval Logs 34.1 A 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 togs 34.1.21 Technical. Standards 34.1.22 Design Landbooks 34,1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1 .28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Priorto the scheduled presentation date, the Contractor shall meet with appropriate County staffto discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 200452, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County U� 53 Construction Services Agreernent, Revised 022018 under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on. County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via email (DL-FMGPS@G011ier_ oma) whenever an employee assigned to Collier County separatesfrom their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed In any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought In the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEi) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUNDiUNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30130A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API. referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing 1 will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials! petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. O� 54 Canstructlon Services Agreement: Revised 022018 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 Contractor 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 Contractor with full decision-making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fall 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. OHO 55 Construction Services Aureenienl: Revised 022016