Loading...
Agenda 08-14-2018 Item #16F1A 08/14/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 18-7405 "Marco Island Museum Electric Generator Installation" to Compass Construction in the amount of $197,943, and authorize the Chairman to execute the contract. OBJECTIVE: To install an electrical backup generator for the Marco Island Museum Exhibit Hall to uphold conditions of the loan of significant artifacts by the Smithsonian Institution from November 15, 2018, through April 15, 2021. The artifacts were found during the 1896 Pepper-Hearst Archaeological Expedition. CONSIDERATION: To comply with the exhibition requirements of the Smithsonian Institution National Museum of Natural History, consistent temperature and humidity levels are required to be maintained for certain exhibits. The installation of a permanent emergency generator is necessary to ensure compliance with the Smithsonian's requirements. On May 24, 2018, the Procurement Services Division issued ITB Solicitation No. 18-7405 Marco Island Museum Electric Generator Installation to 22,463 vendors. Vendors downloaded eighty-seven (87) bid packages, and on July 5, 2018, the County received four (4) bid responses, as shown below and on the attached Bid Tabulation. The bid incorporates the following: • The Base Bid is for work related to the installation of an owner-provided Emergency Generator and related concrete and masonry generator enclosure for the Marco Island Museum. • The Bid Alternate #1 is for a "pig-tail" connector for a trailer-mount temporary emergency generator. The County issued a separate purchase order to purchase the permanent emergency generator unit to facilitate its fabrication. Upon receipt, that emergency generator unit will be supplied to the Contractor to install. County staff reviewed the bids received and found two(2)bidders non-responsive, as follows: 1. TCS Contracting Group failed to submit required bid forms 2. Eau Gallie Electrical, Inc. did not provide/have a valid General Contractor's license required for the project. Based on a review of the remaining two (2) responsive and responsible bidders, staff recommends that the contract be awarded to Compass Construction, the lowest responsible and responsive bidder, based on the award of the Base Bid in the amount of$191,129, plus Bid Alternate #1 in the amount of$6,814, for a total contract amount of $197,943. The lowest bid was also validated by Wood Environment and Infrastructure Solutions, Inc. and found to be responsive and lower than the engineer's estimate. Contractor Base Bid Bid Alternate#1 Total Bid 1 Compass Construction $191,129 $6,814 $197,943 2 TCS Contracting Group $193,000 $10,000 $203,000 3 Eau Gallie Electric Inc $197,400 $10,000 $207,400 4 EBL Partners LLC $288,776 $25,000 $313,776 Approval of this item and the attached Agreement by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that 08/14/2018 Board, the document(s) shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Funding in the amount of$280,298.25 is available and appropriated for this project No. 50517 within the Museum Capital Fund 314. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Bid No. 18-7405 "Marco Island Museum Electric Generator Installation" to Compass Construction, in the Base Bid amount of $191,129, plus Alternate #1 in the amount of$6,814, for a total contract amount of $197,943, and authorize the Chairman to execute the attached Agreement. Prepared By: Bryan A Vehovec, Project Manager, Facilities Management Division ATTACHMENT(S) 1. 18-7405 -NORA-Executed (PDF) 2. 18-7405 ELORA 07-16-18.docx(PDF) 3. 18-7405 Bid Tabulation(XLSX) 4. 18-7405 Compass_Insurance (PDF) 5. 18-7405 Compass_Contract_VendSign (PDF) 08/14/2018 COLLIER COUNTY Board of County Commissioners Item Number: 2.1 Doc ID: 6262 Item Summary: Recommendation to award Invitation to Bid No. 18-7405 "Marco Island Museum Electric Generator Installation" to Compass Construction in the amount of$197,943, and authorize the Chairman to execute the contract. Meeting Date: 08/14/2018 Prepared by: Title: Project Manager—Facilities Management Name: Bryan Vehovec 08/01/2018 9:21 AM Submitted by: Title: Deputy Department Head—Solid and Hazardous Waste Name: Dan Rodriguez 08/01/2018 9:21 AM Approved By: Review: Procurement Services Stephanie Cales Level 1 Purchasing Gatekeeper Completed 08/01/2018 11:57 AM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 08/01/2018 2:45 PM Procurement Services Ted Coyman Additional Reviewer Completed 08/03/2018 9:33 AM Solid and Hazardous Waste Dan Rodriguez Additional Reviewer Completed 08/03/2018 10:52 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/03/2018 2:11 PM Procurement Services Swainson Hall Additional Reviewer Completed 08/04/2018 7:02 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/04/2018 9:29 PM Solid and Hazardous Waste Dayne Atkinson Additional Reviewer Completed 08/06/2018 2:24 PM Museum Amanda O.Townsend Additional Reviewer Completed 08/06/2018 3:41 PM Public Services Department Joshua Hammond Additional Reviewer Completed 08/07/2018 8:40 AM Public Services Department Todd Henry Level 1 Division Reviewer Completed 08/07/2018 2:21 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 08/08/2018 12:46 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 08/08/2018 2:02 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 08/08/2018 2:22 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 08/09/2018 8:23 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 08/09/2018 9:07 AM 08/14/2018 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 08/14/2018 8:31 AM Board of County Commissioners MaryJo Brock Meeting Pending 08/14/2018 9:00 AM Date:July 17, 2018 Notice of Recommended Award Solicitation No.: 18-7405 Title: Marco Island Museum Electric Generator Installation Bid Due Date and Time:July 05,2018 @ 3:00 pm RESPONDENTS: Company Name City County ST Base Bid Alt#1 Base Bid+ Responsive Alt#1 /Responsible Compass Construction Cape Coral Lee FL $191,129 $6,814 $197,943 Yes/Yes TCS Contracting Corp Miami Dade FL $193,000 $10,000 $203,000 No/Yes Eau Gallie Electric Inc Melbourne Brevard FL $197,400 $10,000 $207,400 No/Yes EBL Partners LLC Naples Collier FL $288,776 $25,000 $313,776 Yes/Yes Utilized Local Vendor Preference: Yes No N/A On May 24,2018 the Procurement Services Division issued ITB Solicitation 18-7405 Marco Island Museum Electric Generator Installation to 22,463 vendors,Vendors downloaded eighty-seven (87) bid packages and on July 5, 2018,the County received Four(4)bid response,as summarized above. The bid incorporates the following: -The Base Bid is for Work related to installation of an Owner-provided Emergency Generator and related concrete and masonry generator enclosure for the Marco Island Museum. -Alternate#1 is for a"pig-tail" connector for a trailer-mount temporary emergency generator. Note:A separate purchase order was initiated by the County to purchase the Emergency Generator Unit to initiate and facilitate fabrication of the unit.The unit will be assigned to the Contractor to receive and install. Staff reviewed the bids received.TCS Contracting Corp was deemed non-responsive for not submitting required bid forms. Eau Gallie Electrical Inc was deemed non-responsive for not providing/having a valid General Contractor's license as required for the project.Staff determined that Compass Construction is the lowest responsive and responsible bidder. Staff therefore recommends that the contract be awarded to Compass Construction,the lowest responsible and responsive bidder,based on the award of the Base Bid in the amount of$191,129, plus Alternate#1 in the amount of$6,814,for a total contract amount of$197,943. Required Signatures Project Manager: ,, i° 72! Procurement Strategist: �' 1 Procurement Services Director: �-�-C /,7 /� Edward F. Coyman Jr. wood. MARCO ISLAND MUSEUM July 16, 2018 Mr. Dayne Atkinson Phone: (239)252-5337 Collier County Cell: (239) 877-8292 Public Utilities Division email: dayneatkinson@colliergov.net 9950 Goodlette Frank Road Naples, FL 34109 Subject: Marco Island Museum Solicitation#18-7405 Backup Generator Recommendation Dear Mr.Atkinson: Per your direction, Wood reviewed the bid tabulation sheet,the bidders bid response documents and the bidder's references as provided on Form 5 of the submittal. As a result,we have determined that Compass Construction Inc.'s bid of$197,943 for the base bid plus alternate 1 is the lowest responsive bid received and because it is also lower than the Engineer's Estimate,we recommend award to Compass Construction Inc. Sincerely, WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS, INC. 1 ,-:..., — -- -'', stor Fe nandez, CPT Branch Manager Attachments: Bid Tabulation Sheet and Reference Check Form. Distribution: Addressee (Email) File (1) 0 * • wood. REFERENCE CONFIRMATION Date:7-16-2018 Solicitation No.:#18-7405 Proposer: Compass Construction Inc Client:Collier County POC:Jim Flanagan Tele: (239) 252-8946 1) Referenced Project:Jamestown Painting Office Renovations Owner: POC:Chris Beatson Tele: (239)482-4657 1. Was the Project Completed on Schedule? Yes No Other x 2. Was the Project Completed on Budget? Yes No Other x 3. Would you Hire this Contractor Again? Yes No Other x • Note:The phone number referenced has been disconnected 2) Referenced Project: McGregor Clinic Satellite Facility Owner: POC: Susan Gerald Tele: (239) 334-9555 1. Was the Project Completed on Schedule? Yes No Other x 2. Was the Project Completed on Budget? Yes No Other x 3. Would you Hire this Contractor Again? Yes No Other x • Note:The person referenced was not available and did not respond to voicemails 3) Referenced Project: Barefoot Beach Concession Stand Alterations Owner:Collier County Government POC: Margret Bishop Tele: (239) 252-8380 1. Was the Project Completed on Schedule? Yes No Other x 2. Was the Project Completed on Budget? Yes No Other x 3. Would you Hire this Contractor Again? Yes No Other x • Note:The person referenced was not available and did not respond to voicemails 4) Referenced Project: Building C-2 Office Alterations Owner:Collier County Government POC:Claude Nesbitt Tele:(239)252-8380 1. Was the Project Completed on Schedule? Yes x No 2. Was the Project Completed on Budget? Yes x No 3. Would you Hire this Contractor Again? Yes x No 5) Referenced Project:Shoot Straight Storage Building Addition Owner: POC: Khaled Akkawi Tele: (239)889-0842 1. Was the Project Completed on Schedule? Yes No 2. Was the Project Completed on Budget? Yes No REFERENCE CONFIRMATION Date: 7-16-2018 3. Would you Hire this Contractor Again? Yes No • Note:The person referenced could not be reached as the phone number given always went straight to a busy tone 6) Referenced Project:Tenant Improvements for Dr.Tomas Owner: Dr.Thomas POC: Robert Tomas Tele:drtomas@me.com 1. Was the Project Completed on Schedule? Yes No 2. Was the Project Completed on Budget? Yes No 4. Would you Hire this Contractor Again? Yes No • Note: No phone number referenced and our emails were not answered Project No: 18-7405 Jim Flanagan STRATEGIST: No.of Notices: 22,463 Project Title: Marco Island Museum Electrical Generator Installation Bryan Vehovec PROJECT MANAGER: No.of Downloads: 87 Bid Date: 07/05/18 No.of Bids Rec'd: 4 BID TABULATION BIDDER: Compass TCS Contracting Eau Gallie Electric EBL Partners LLC ENGINEER'S Construction Corp Inc ESTIMATE Division 1-General Conditions Overhead and Fee $52,778 $30,000 $22,400 $51,400 $119,480.00 Division 3-Concrete $10,405 $20,000 $37,000 incl in masonry $20,745.00 Division 4-Masonry $21,127 $18,000 $31,000 $68,860 $13,610.00 Division 7-Thermal&Moisture Protection $400 $5,000 $400 $2,000 $6,767.00 Division 8-Doors&Windows $1,110 $3,000 $3,800 $2,050 $1,576.00 Division 9-Finishes $27,968 $28,000 $5,800 $10,056 $1,459.00 Division 26-Genterator-Furnished and Delivered to Site By Owner By Owner By Owner By Owner $48,590.00 Division 26-Genterator-Receive and Install $2,730 $4,000 $16,000 $22,000 included below Division 26-Electrical $24,020 $40,000 $40,000 $100,000 $69,083.00 Division 31,32,&33-Earthwork,Exterior Improvements&Utilities $25,591 $20,000 $16,000 $7,410 $45,596.00 Subtotal-Tradework: $166,129 $168,000:.i':. $172,400 $263,776 $326,906 OWNER'S ALLOWANCE $25,000 $25,000 $25,000 $25,000 $25,000 Total Lump Sum Bid-Tradework+Owner's Allowance: $191,129 $193,000 $197,400 $288,776 $351,906 ALTERNATE#1 $6,814 510,000 $10,000 $25,000 IBASE'BID PLUS ALTERNATE 41 $197,943 5203,000 $207,400 $313,776 OWNER FURNISHED EQUIPMENT-SEPARATE VENDOR-OWNER PO $48,590 $48,590 $48,590 $48,590 4., PROJECT TOTAL INCLUDING OWNER FURNISHED EQUIPMENT $246,533 $251,590 $255,990 $362,366 Opened By: Jim Flanagan Witnessed by: Barbara Lange Completed Bid Schedule Y V V Y i Completed Bid Forms'(Solicitation pages 3-13) Bid Response Form(Form 1) Y N Y Y Exhibit N-Contractors Key Personnel Assigned to the Project-is Form 2) Y N Y Y Material Manufacturers Porro 3) V N V Y List of Major Subcontractors(Form 4) Y N 8 Y • Statement of Experience of Bidder(Form 5) Y N Y Y Trench Safety Act Acknowledgement(Form 6) V N V v Bid Bond(Form 7) V N 9(wrong 2nd$1 y(no 2nd$) Insurance and Bonding Requirements(Form 8) V N V V Conflict of Interest Affidavit(Form 9) Y N Y V Vendor Declaration Statement(Form 10) Y N V V Immigration Affidavit Certification(Form 11) 8 N Y Y Vendor Substitute W-9(Form 12) Y N Y Y Bidders Checklist(Form 13) !, y N Y Y Copies of required information attached Company's E-Verify Profile Page or MOU V N N N Copy of Active Registration with Current FL Divisions of Corporations V N N N Copy of Active General Contractors License with Depart.of Business&Prof) V N N N Copy of Local Business Tax Receipt V N/A N/A N Acknowledgement-Receipt of Addendum Addendum#1 Y V Y N Addendum#2 y V V N Addendum#3 Y V V N Strategist:Confirm validity w/FL Divisions of Corporations on-line Y Y • Y Y Strategist:Confirm validity of GC License w/DPBR on-line • V V ELECTRICAL CONTRACTOR V Strategist:Confirm Insurance and Bonding Requirements V N i N V Strategist:CONFIRM ALL BID DOCUMENTS COMPLETED AND SIGNED Y N N N Contractor's Office Location: Cape Coral Miami Melbourne Naples County: Lee Dade Brevard Collier Project No: 18-7405 Jim Flanagan STRATEGIST: No.of Notices: 22,463 Project Title: Marco Island Museum Electrical Generator Installation Bryan Vehovec PROJECT MANAGER: No.of Downloads: 87 Bid Date: 07/05/18 No.of Bids Recd: 4 BID TABULATION BIDDER: Compass TCS Contracting Eau Gallie Electric EBL Partners LLC ENGINEER'S Construction Corp Inc ESTIMATE Division 1-General Conditions Overhead and Fee $52,778 $30,000 $22,400 $51,400 $119,480.00 Division 3-Concrete $10,405 $20,000 $37,000 incl in masonry $20,745.00 Division4-Masonry $21,127 $18,000 $31,000 $68,860 $13,610.00 Division 7-Thermal&Moisture Protection $400 $5,000 $400 $2,000 $6,767.00 Division 8-Doors&Windows $1,110 $3,000 $3,800 $2,050 $1,576.00 Division 9-Finishes $27,968 $28,000 $5,800 $10,056 $1,459.00 Division 26-Genterator-Furnished and Delivered to Site By Owner By Owner By Owner By Owner $48,590.00 Division 26-Genterator-Receive and Install $2,730 $4,000 $16,000 $22,000 included below Division 26-Electrical $24,020 $40,000 $40,000 $100,000 $69,083.00 Division 31,32,&33-Earthwork,Exterior Improvements&Utilities $25,591 $20,000 $16,000 $7,410 $45,596.00 Tdtai.,.`. Stan tkyMk :. .': ' .. ii f":.;$191,41$- . . -::$00,000 :-.,:'',:' 51911490. ;.';' 6,'-':',:,5,-: '';'I:-;'44a$1.904 ALTERNATE 81 ALTERNATE#1-Installation of new Temporary Emergency Generator $6,814 $10,000 $10,000 $25,000 Connection plug and new manual transfer switch per Addendum#2 Bid Alt 1- 100 MTh Sketch (BASE BID PLUS ALTERNATE#1 - $197,943 $203,000 $207,400 ..$313,776 I OWNER FURNISHED EQUIPMENT-SEPARATE VENDOR-OWNER PO $48,590 $48,590 $48,590 $48,590 PROJECT TOTAL INCLUDING OWNER FURNISHED EQUIPMENT $246,533 $251,590 $255,990 $362,366 Opened By: Jim Flanagan Witnessed by: Barbara Lange Completed Bid Schedule - Y Y V Y Completed Bid Forms:(Solicitation pages 3.13) Bid Response Form(Form 1) Y N Y Y Exhibit N-Contractors Key Personnel Assigned to the Project-(Form 2) V N V Y Material Manufacturers(Form 3) Y N Y Y List of Major Subcontractors(Form 4) Y N Y Y Statement of Experience of Bidder(Form 5) Y N _ Y Y Trench SafetyAct Acknowledgement(Form 6 Y N Y __ Y 9 ) Bid Bond(Form 7) Y N (wrong 2nd$1 Fy(no 2 Insurance and Bonding Requirements(Form 8) Y N Y V -_ Conflict of Interest Affidavit(Form 9) Y N Y 1 V Vendor Declaration Statement(Form 10) Y N V V _ Immigration Affidavit Certification(Form 1 t) Y N V Y Vendor Substitute W-9(Form 12) Y N - Y Y ._ Bidders Checklist(Form 13) Y N Y V Copies of required information attached Company's E-Verify Profile Page or MOU Y N N N Copy of Active Registration with Current FL Divisions of Corporations V N N N Copy of Active General Contractors License with Depart.of Business&Profe: Y N _ N _ N Copy of Local Business Tax Receipt Y N/A N/A N Acknowledgement-Receipt of Addendum Addendum#1 V Y Y N _ Addendum#2 Y Y Y N Addendum#3 V Y Y N Strategist:Confirm validity w/FL Divisions of Corporations on-line Y Y Y E Y Strategist:Confirm validity of GC License w/DPBR on-line Y Y ELECTRICAL CONTRACTOR Y Strategist:Confirm Insurance and Bonding Requirements Y N N Y Strategist:CONFIRM ALL BID DOCUMENTS COMPLETED AND SIGNED: Y N N N j--: Contractor's Office Location: Cape Coral Miami Melbourne Naples County: Lee Dade Brevard Collier .---."'""koj COMPA-1 OP ID:RJ AC-CPRE) CERTIFICATE OF LIABILITY INSURANCE DATE 07/24IOD,YYYYI 07124/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER 239-945-1900 N�k�TEACT Derek L.Hoines Olin Hill&Associates Inc. PHONE 239-945-1900 FAX 239-945-3163 2804 Del Prado Blvd.#107 (A1C,No,Esti: INC,No): Cape Coral,FL 33904 a 4 Is5 Derek L.Moines INSURER(S)AFFORDING COVERAGE NAIL a INSURER A:Owners Insurance Company 32700 INSURED Compass Construction Inc INSURER B Auto-Owners Insurance Company 18988 824 Lafayette St INSURER C:Southern-Owners Insurance Co. 10190 Cape Coral,FL 33904 INSURER 0:National Builders Insurance Co 16632 INSURER E _.. INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LICY EFF POLICY EXP TR TYPE OF INSURANCE AN Q j POLICY NUMBER _ AIWOL YYYYt IMM/DONYYY1 UMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 Ms-MAGE X u.OLLLR y 20682922 08/1712018 08/17/2019 PREMISES(Ea RENTED ., 50,000 MED EXP tiiny o-e person:... ..S 5,000 PERSONAL&ADV INJURY. $ 1,000,000 PN F AIM-APP,,IES PER $ 2,000,000 GENERAL a_{ Y 3 = LOC PRODUCTS-COMHYAUU $ 2,000,000 LC HeR Emp Ben. 1,000,000 B AUTOMOBILE LIABILITY 00MBINED SINGLE LIMIT 1,000,000 (Ea accident, X r, Y 'I TO 9667255000 0811712018 08/17/2019 BODILY INJURY(Perpe-s:.ir„ $ OWNED SCHEDL,L-ED - . S C;NCr AUTOS BODILY I'JJ JRY{Per PCC rend A WRc N�N NE' PROPERTY UAMA3E A '�S ONLY AUt ^UNL"a ' ,Per acc:dem( $ S C X UMBRELLA UAB X CUR EACH 0C0LIRRENCE $ 2,000,000 EXCESS LIAB :LAIVS-M,triE, 4237064700 08/17/2018'08/17/2019 .AGGREGATEa 2,000,000 DED X RETENTIONS Waived. . .. D WORKERS COMPENSATION X PER 0TH- AND EMPLOYERS'LIABILITY STATUTE ..-....RY t N ANY'POPRiETORPAR'NERiEXECIJCVE WCV007285108 11/25/2017 11/25/2018 1,000,000 QEF'ICERr1 EMy ER EXCLUDED', N NIA E L.EACH ACCIDENT' $ (Mandatory In NH) 1,000,000 If es cesarue:;rider E DISEASE-EA EMPLOYEE.$ DESCRIPTION Vet PetAR ❑. DISEASE-POLICY LIMIT $ 1,000'000 DESCRIPTION OF OPERATIONS t LOCATIONS t VEHICLES(ACORD 101.Adddlonel Remarks Schedule,may be attached if more apace et required) 18-7405 Marco Island Museum Electric Generator Installation Collier County Board of County Commissioners is included as an additional insured under the captioned Commercial General Liability and Automobile Liability policies if and to the extent required by written contract. General Liability coverage is on a primary and non-contributory basis. CERTIFICATE HOLDER CANCELLATION COLLI-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners AUTHORIZED�,�REPRESENTATIVE 3399 TamFL Trail E.Ste 303r Naples,FL 34112 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Compass Construction, Inc. ("Contractor") of 824 Lafayette Street, Cape Coral, FL 33904, a corporation,authorized to do business in the State of Florida,to perform all work ("Work") in connection with Marco Island Museum Electric Generator Installation Invitation to Bid No. 18-7405 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Wood Environment&Infrastructure Solutions, Inc.,the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision,financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount(herein"Contract Amount"), in accordance with the terms of this Agreement: One Hundred Ninety-Seven Thousand, Nine Hundred Forty-Three Dollars ($197,943.00) 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% 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.fms,tress.qov/c570/c570.html#certified. Should the Contract Amount be less than 1 Construction 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)calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date"shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement. Date. No Work shall be performed at the Project site prior to the Commencement Date, Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within seventy-five (75) 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 fifteen (15) 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 Ninety-Nine Dollars ($1,099.00) 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 2 Construction Services Agreement:Revised 022018 or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts,regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation 18-7405-Marco Island Museum Electric Generator Installation. Exhibit A-1: Contractor's Bid Schedule Exhibit A-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 3 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 E Applicable Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 18-7405-Marco Island Museum Electric Generator Installation. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsvnc.com/bidsvnc- 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. CExhibit J: Technical Specifications ❑Exhibit K: Permits ❑Exhibit L: Standard Details ►�IExhibit M: Plans and Specifications prepared by: Wood Environment& Infrastructure Solutions, Inc. and identified as follows: Permit Set 4-23-18 by Amec Foster Wheeler and related specifications dated 4-23-18. as shown on Plan Sheets 1 through 15. 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 do Museum Division 3331 Tamiami Trail East Naples, Florida 34112 Attn: Bryan Vehovec, Project Manager Phone: 239-252-4026 Email: Brian.Vehoveca,colliercountvfl.gov 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: Compass Construction, Inc. 824 Lafayette Street Cape Coral, Florida 33904 Attn: Doug Oliver, President Phone: 239-542-7118 Email: Doliver@compassconstruction.com 4 Construction Services Agreement.Revised 022018 C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 5 Construction Services Agreement:Revised 022018 Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. 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 "foetus 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 Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. **** 6 construction Services Agreement:Revised 022018 -- i IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR. TWO W3TNESSES: Compass C. .^� r° ' By �; Ih Fl ST WITNESS � / 1 . ,•.►.y L too 5 16 ki%,,i moi P - - Print Na a and Title late Print Name SECOND V(iTNESS kit 1 I itti1 i Pant Name Date: OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Crystal Kinzel,Acting Clerk of Courts BY: BY: Andy Solis, Esq. Date Chairman Approved as to Form and Legality: Assistant County Attorney Print Name i a 7 Construction Senrioes Agreement:Revised 022018 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 8 Construction Services Agreement Revised 022018 Project No: 18-7405 Project Title: Marco Island Museum Electrical Generator Installation BID TABULATION BIDDER: Compass Construction,Inc. Base Bid The scope of work under this project includes the installation of a New Electrical Generator and related electrical work and includes the construction of a masonry wall enclosure and a concrete stair,related site work including pavement removal,new bollards,sod installation,new pavement and concrete curb. Division 1-General Conditions Overhead and Fee $52,778 Division 3-Concrete $10,405 Division 4-Masonry $21,127 Division 7-Thermal& Moisture Protection $400 Division 8-Doors&Windows $1,110 Division 9-Finishes $27,968 Division 26-Generator-Furnished and Delivered to Site By Owner Division 26-Generator-Receive and Install $2,730 Division 26-Electrical $24,020 Division 31,32,&33-Earthwork,Exterior Improvements&Utilities $25,591 Subtotal-Tradework: $166,129 OWNER'S ALLOWANCE $25,000 Tradework+Owner's Allowance: $191,129 ALTERNATE#1 ALTERNATE#1-Installation of new Temporary Emergency Generator Connection plug and new manual transfer switch per Addendum#2 Bid Alt 1-E-100 MTS Sketch $6,814 Total Bid-Tradework+Owner's Allowance+Alternate#1: $197,943 EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement:Revised 022018 Page 1 or 2 Email: jimflanagan@colliergov.net Co ler County Telephone: (239)252-8946 Administrative Services Division Purchasing ADDENDUM#1 Memorandum Date: June 13, 2017 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum#1 — 18-7405 Marco Island Museum Electric Generator Installation This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. D The Building Permit has been applied for to the City of Marco Island by the Engineer and is currently pending approval. Contractors will be responsible for permit processing. The County will pay the permit fees. D. Graphic Panels at exterior wall and all interior exhibits and displays must be protected from damage and dust. Exhibits will remain in place as is. Contractor to include any provisions to work around/over exhibits as required and to protect all museum artifacts and exhibits. "r Museum will be open and operational. Regular business hours are Tuesday through Saturday 9am to 4pm. Museum will be closed Sundays, Mondays and holidays. Change-over of electrical may best be achieved over a weekend. D All exposed conduit, fixtures, boxes etc., shall be painted black. Regarding paint for exposed conduits and devices in exposed ceiling spaces: A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F(10 and 35 deg C). B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F(3 deg C) above the dew point; or to damp or wet surfaces. C. Manufacturers: Subject to compliance with requirements, provide products by one of the following or equivalent: 1. Benjamin Moore&Co. 2. PPG Architectural Finishes, Inc. 3. Sherwin-Williams Company(The). D. Colors: Flat Black E. Metal Primers: Quick-Drying Alkyd Metal Primer: MPI#76. D The exposed aggregate shell finish on the building exterior shall be provided on the Generator Enclosure and match the existing building in texture, color, and finish D Attached: As-Built drawings from original construction of Marco Island Museum in 2010 o Bidders Please Note: These documents are being made available only as a convenience to the bidders, accuracy has not been verified and cannot be relied upon. Field verification is the responsibility of the bidders,the successful general contractor and his subcontractors. Page 2 of 2 Attached; 06-05-18 Pre-bid Minutes and Sign-in sheets Please acknowledge receipt of this Addendum with your bid proposal. Dous Oliver, President .41 Compass Construction,Inc. Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. Page 1 of 2 Email: met Co ler County Telephone: (239)252-8946 Purchasing ADDENDUM#2 Memorandum Date: June 20. 2U17 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum#2— 18-7405 Marco Island Museum Electric Generator Installation This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. > The Owner has optioned, under a separate work order/purchase order, to initiate • procurement of the Electric Generator Unit with a manufacturer in light of the project schedule and the lead time required to produce shop drawings, review and approve shop drawings and initiate fabrication and delivery of the Electrical Generator Unit. The unit will then be assigned to the contractor for the contractor to receive and install the unit. The value of the Owner-furnished Generator Unit is approximately$48,000, and information for the currently-proposed unit is attached. > In providing a backup to the backup generator, and given the time constraints for fabrication of the permanent electric generator installation, the consideration for providing the ability to plug in a portable,trailered temporary generator unit by providing a "pig-tail" temporary generator connection plug, manual transfer switch, and tie-in to power the main distribution panel is requested(this is in addition to the electric generator installation) as Alternate#1. > Note that the construction schedule has been extended to a more realistic time frame for the work to achieve the schedule based on award of bid and an NTP anticipated to be issued in late July or August. > Contractor to provide fuel for startup and testing of generator, and to provide full tank of fuel upon final completion of the work, > Bid Alternate#1 Sketch—Addendum#2- E100 MTS Sketch, Attached > Owner-Furnished Electric Generator Set information > Revised Bid Schedule-Addendum#2—Bid Schedule R2, Attached > Construction Schedule revised: o Substantial Completion: 75 days o Final Completion: 15 days o Total completion: 90 days BID QUESTION PERIOD EXTENDED TO JUNE 26 Page 2 of 2 ANSWERS TO QUESTIONS TO BE PROVIDED BY JUNE 28 BID IS EXTENDED TO JULY 5, 2017 at 3:00 pm Please acknowledge receipt of this Addendum with your bid proposal. 411Aiir .ID•_• *liver.President S.+-t�,t�'►I► Compass Construction, Inc. Bidder If you require additional Information,please post a question on the Online Bidding site or contact me using the above contact information. Page 1 of 1 Email: jimflanagan@colliergov.net ier Cony Telephone:(239)252-8946 Ad nin strative Services Division Purchasing ADDENDUM#3 Memorandum Date: June 22, 2017 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum#3— 18-7405 Marco Island Museum Electric Generator Installation This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. > Owner-Furnished Electric Generator Set information,for information o (inadvertently not included in Addendum#2) Please acknowledge receipt of this Addendum with your bid proposal. / r /i„/ Doug Oliver,President Sa Compass Construction. Inc. Bidder If you require additional information,please post a question on the Online Bidding site or contact me using the above contact information. FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Marco Island Museum Electric Generator Installation BID NO. 18-7405 Full Name of Bidder Compass Construction,Inc. Main Business Address 824 Lafayette Street,Cape Coral,FL 33904 Place of Business 824 Lafayette Street,Cape Coral,FL 33904 Telephone No. (239)542-7118 Fax No. (239)542-8648 State Contractor's License# CGCO25919 State of Florida Certificate of Authority Document Number H09755 Federal Tax Identification Number 59-2423658 DUNS# 122232754 CCR# Cage Code 5S0G4 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA (hereinafter called the Owner) The undersigned,as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation;that it has carefully examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and Bonds,and the Contract Drawings and Specifications, Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents,to provide all necessary machinery,tools,apparatus and other means of construction,including utility and transportation services necessary to do all the Work,and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth,furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division staff. FORM 2-CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Marco Island Museum Electric Generator Installation Bid No.18-7405 Name Personnel Category John McFadden Construction Superintendent Bruce Downs Project Manager 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,timber 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: Co ...,Li-t,02:613•n, Inc. $10174, Signature: Ogg Dou• Oliver,President Date: 7/5/18 Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER I 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature:_ Date A 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 the 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 licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer.Further,the Owner may direct the Successful Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner.(Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address I. Sitework Compass Construction,Inc.824 Lafayette Street,Cape Coral,FL 33904 2. Concrete Work Fluharty-Monroe 17342 Alico Center Road,Fort Myers,FL 33967 3. Masonry Fluharty-Monroe 17342 Alico Center Road,Fort Myers,FL 33967 4. Generator Supplier N/A-Collier County supplying 5. Electrical Titan Electrical Svc of SWFL,Inc.836 NE 7th Terrace#6,Cape Coral,FL 33909 6. Identify other subcontractors N/A that represent more than 10% of price or that affect the critical path of the schedule Company: Co ,••., ruc ion,Inc. Signature: 01/fiDoug Oliver,President Date: 7/5/18 t11`�'i 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. Jamestown Painting Office Renovations Fort Myers, FL Chris Beatson(239)482-4647 2. McGregor Clinic Satellite Facility Fort Myers, FL Susan Gerald(239) 334-9555 Barefoot Beach Concession Stand Alterations 3. Bonita Springs, FL Margaret Bishop-margaretbishop©colliergov.net Building C-2 Office Alterations 4. Naples, FL Claude Nesbitt-claudenesbitt@colliergov.net Shoot Straight Storage Building Addition 5. Fort Myers, FL Khaled Akkawi(407)889-0842 Tenant Improvements for Dr. Tomas 6. Fort Myers, FL Robert Tomas-drtomas@me.com Company: Compl., ....,;;;:agErn, Inc. Signature: 011,401540 Doug Oliver,President Date: 7/15/18 Ma/ L FORM 6-TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price arc costs for complying with the Florida Trench Safety Act(90-96,Laws of Florida)effective October I,1990.The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure (Quantity) Cost (Description) (LF,SY) 1.Misc.cut back and sloping LF 1 $1,000.00 $1,000.00 2. 3. 4. 5. TOTAL$ 1,000.00 Failure to complete the above may result in the Bid being declared non-responsive. C:::: : Com•::.;0;4,,,.0"..r.;" . Inc. Signature: /;l/gir Doug Oliver,©liverPresident Date: 7/5/18 ert I FORM s1—BID BOND ° .. .. KNOW ALL MEN BY THESE PRESENTS,that we Compass Construction,Inc. _ (herein after called the Principal) and Berkley Insurance Company , (herein called the Surety), a corporation chartered and existing under the laws of the State of Delaware with its principal offices in the city of Greenwich,CT and authorized to do business in the State of Florida are held and firmly bound unto the Collier County Board of County Commissioners (hereinafter called the Owner), in the full and just sum of Five Percent of the Bid Amount dollars(S 5%of Bid Amount)good and lawful money of the United States of America,to be paid upon demand of the Owner,to which payment well and truly to be made,the Principal and the Surety bind themselves,their heirs,and executors,administrators,and assigns,jointly and severally and firmly by these presents. Whereas,the Principal is about to submit,or has submitted to the Owner,a Bid for furnishing all labor,materials,equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 18-7405 Marco Island Museum Electric Generator 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 $ 5%of Bid Amount 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 5ih;i ay,of. July ,20 18 Compass action Inc. Principal BY (Seal) Lawrence Olive,Principal Berkley Insurance Comp v Surety • c (Seal) - Bre�Ragland,Attorney n-Fact&FL Licensed Resident Agent • Countersigned N/A Appointed Producing Agent for Berkley Insurance Company , Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents.The bid security attached is to become the property of the Owner in the event the Agreement,insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth,as liquidated damages,for the delay and additional expense to the Owner,it being recognized that,since time is of the essence,Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement,Insurance Certificates and Bonds within the required time period. In the event of such failure,the total amount of Owner's damages,will be difficult,if not impossible,to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement,Insurance Certificates,and Bonds as required hereunder.The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement,Insurance Certificates,and Bonds in a timely manner. Upon receipt of the 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 Forty Five(45)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 Fifteen (15) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. No.BI-10099d POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY(the"Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed,and does by these presents make, constitute and appoint: Joseph D.Johnson, Jr.;Brett A. Ragland; Francis T. O'Reardon; Joseph D. Johnson, III; JoAnn H. Bebout; %anent H. Cordero; or Tyler Ragland of Joseph D. Johnson & Company of Orlando,FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, s' seal,acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing • that no single obligation shall exceed One Hundred Million and 00/100 U.S. Dollars(U.S.S100,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office . in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: .• 1: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief 'L Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant E Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein c to execute bonds, undertakings, recognizances,or other suretyship obligations on behalf of the Company, and to affix the 3 '• corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds, undertakings,recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the • manner and to the extent therein stated;and further . RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as • though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have • ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comp? has cau thes presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this,4? ay of I� L ./ .-2018, L e. Attest: Berkley Insurance Comlany o `~ (Seal) By fr,// By , , Ira S.L erman J 1 . Rafter Senior Vice President&Secretary S"ir` i•. President WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. - E STATE OF CONNECTICUT) ) ss: COUNTY OF FAIRFIELD ) .c • Sworn to before me, a Notary Public in the State of Connecticut,this day of 4 20l , a Ira S. Lederman and • Jeffrey M. Hatter who are sworn to me to be the Executive Vice President ecretary, and t E S, for Vice President, RIAC BAC KEN • J respectively,of Berkley Insurance Company Atm PUNOBLI /h ,� CONNECTICUT MY COMMISSIONL 0. 20199PIRE6 or ary Public,State of onnecticut CERTIFICATE r. tx I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a ▪ true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this FJ day of te :, � ,2 D 1`I • (Seal) ` 'j' ~,• 111111 Vincent P.Forte Respectfully Submitted: State of Florida County of Lee _ Doug Oliver 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. Doug Oliver ,also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid;that the statements contained herein are true and correct. (a)Corporation The Bidder is a corporation organized and existing wider the laws of the State of Florida ,which operates under the legal name of Compass Construction, Inc. ,and the full names of its officers arc as follows: President Doug Oliver Secretary Peter Olsen Treasurer Peter Olsen Manager Lawrence Oliver,Principal (b)Co-Partnersh'.p 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 7/5/18 Compass Construction, Inc. Legal Entity BY: Doug O' - �.- Witness / Name of Bidd Jjf WitnessSignature aPa��, Pres!. Title STATE OF Florida COUNTY OF Lee The foregoing instrument was acknowledged before me this 5th day of July 2018 by Doug Oliver , as President of Compass Construction,Inc. a Floridacorporation, on behalf of the corporation. He/she is personally known to me or has produced personally known to me as identificati and did(did not)take an oath. My Commission Expires: otIt,‘l2. > i; nr-L (Signature of Nojary) NAME: IY IcvFr('r it i7� `:-:,,Ne'r (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of HOIrici C ",ix Notary Public State of Florida • Marjorie M Silverberg Al My Commission FF 160162 a,or Expires 09/16l201a Collier County _-r--•--......—.__.—.. Administrative Services Department Prmirsonftni Services Divisco 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 niles"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: I. 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: Compass Construe*rnn ;i -•"" Signature and Date: /WI 18 -- -sprigiugr Print Name: Doug Oliver Title of Signatory: President Collier County Administrative Services Department Procurement&wives DiVISICIO 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. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 5th day of July ,2018 in the County of Lee ,in the State of Florida Firm's Legal Name: Compass Construction,Inc. Address: 824 Lafayette Street City,State,Zip Code: Cape Coral, FL 33904 Florida Certificate of H09755 Authority Document Number Federal Tax 59-2423658 Identification Number *CCR#or CAGE Code *Only if Grant Funded Telephone: (239)542-7118 Signature by: '.!/. - + Oliver (Typed and written) laltair Title: President Additional Contact Information Send payments to: Compass Construction, Inc. (required if different from Company name used as payee above) Contact name: Doug Oliver Title: President Address: 824 Lafayette Street City,State,ZIP Cape Coral, FL 33904 Telephone: (239)542-7118 Email: doliver@compassconstruction,com Office servicing Collier Compass Construction, Inc. County to place orders (required if different from above) Contact name: Doug Oliver Title: President Address: 824 Lafayette Street City,State,ZIP Cape Coral, FL 33904 'Telephone: (239)542-7118 Email: doliver@compassconstruction.com Secondary Contact for this Bruce Downs Solicitation: Email: bdowns@compassconstruction,com Phone: (239)542-7118 Collier County Administrative Services Department li Procurement Services Division 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 unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verify),operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Compass Construction, Inc. Print Name Doug O/tt ' Title President Signature 1. Date 7/5/18 State of Florida County of Lee 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. --), Of Notary Public State of Florida Marjorie M Silverberg Commission No.: '\ i`,,•7 i2:.."' My Commission FF 160182 i ,. • %of OF Expires 09/16120i 8 1 Co -ter County rrirostaYve Services Depertmertt Procurement Strome°Moen FORM 12-VENDOR SUBSTITUTE W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations,Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5)requires that the county notify you in writing of the reason for collecting this information,which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name Compass Construction,Inc. (as shown on income tax return) Business Name(if different from taxpayer name) Address_824 Lafayette Street City___Cape Coral State Florida Zip 33904 Telephone (239)542-7118 Email doliver@compassconstruction.eom Order Information(Must be filled out) Remit/Payment Information(Must be filled out) Address 824 Lafayette Street Address 824 Lafayette Street City Cape Coral State Florida Zip 33904 _ City Cape Coral State Florida Zip 33904 Email doliver@compassconstruction.com Email_doliverta�.compassconstruction.com 2. Company Status(check only one) _Individual/Sole Proprietor X Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines 1RC C Enter the tax classification 501 (c)3) (D-Disregarded Entity, C w:Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 59-2423658 (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 o,,-" I certify that the information shown on this form is correct to my knowledge. Si. / Date Doug Oliver _ 7/5118 _. t*EP Title Phone Number President (239)542-7118 1 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: X The Bid has been signed. X. The Bid prices offered have been reviewed. X. The price extensions and totals have been checked. X Bid Schedule has been completed and attached. X Any required drawings,descriptive literature,etc.have been included. X. Any delivery information required is included. 7. The following on-line standard documents have been reviewed in Bidsync: X Construction bid instructions form X Construction services agreement X. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: X Bid Form(Form 1) X Insurance and Bonding Requirements(Form 8) X. Contractors Key Personnel(Form 2) X Conflict of Interest Affidavit(Form 9) X. Material Manufacturers(Form 3) X. Vendor Declaration Statement(Form 10) X. List of Major Subcontractors(Form 4) X. Immigration Law Affidavit Certification X Statement of Experience(Form 5) (Form 11) X Trench Safety Act(Form 6) K. Vendor Substitute W-9(Form 12) X. Bid Bond Form(Form 7) X. Bidders Checklist(Form 13—this form) 9. Copies of required information have been attached X Company's E-Verify profile page or memorandum of understanding X. Certificate of Authority to Conduct Business in State of Florida X, Any required professional licenses—valid and current (ie:General Contractors license,Underground Utility and Excavation,Builders, Trade Contractors,etc.,as applicable,requested and/or required.) IX. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. X. Any addenda have been signed and acknowledgement form attached and included. X. 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. Compass Construction, Inc. Bidder ai 0� '_- Oliver,President 7/5/18 g44:7'~O&Title Date 2/20/2018 Detail by Entity Name DIVISION Of CORPORATIONS t{E IM VE1011 of „00, / r r r ,� � 1 rgriurPop fIc)i'( ��.ress .a,, rut r l rltl!.irrrtr+if',twain sreb61(1 Department of State ! Division or Comorations / Search Records / Detail By Document Number Detail by Entity Name Florida Profit Corporation COMPASS CONSTRUCTION, INC. Fitinn informatosi Document Number H09755 FEI/EIN Number 59-2423658 Date Filed 06/26/1984 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 11/25/2008 Event Effective Date NONE principal Address 824 LAFAYETTE STREET CAPE CORAL, FL 33904 Changed:07/06/1995 Malting Address 824 LAFAYETTE STREET CAPE CORAL,FL 33904 Changed:07/06/1995 Registered Aaent Name&Address OLIVER LAWRENCE J. 824 LAFAYETTE ST. CAPE CORAL, FL 33904 Name Changed:03/03/1993 Address Changed:03/03/1993 1 OfricerlDirector Detail Name&Address Title DST OLSEN, PETER 824 LAFAYETTE ST CAPE CORAL, FL http://search.sunbiz.orgflnquiry/CorporationSearcb/SearchResultDetaVinquirytype=EntityName&directionType=initial&searchNameOrder=COMPASS... 1/3 1 2/20/2018 Detail by Entity Name Title CEO, Director OLIVER,LAWRENCE J. 824 LAFAYETTE ST CAPE CORAL,FL Title President Oliver,Douglas R 824 LAFAYETTE STREET CAPE CORAL, FL 33904 Annual Recons Report Year Filed Date 2016 02/17/2016 2017 01111/2017 2018 01/24/2018 pocument Imaagg 01/24/2018-ANNUAL REPORT View image In PDF format 01/11/2017--ANNUAL REPORT View image in PDF format 02/17/2016--ANNUAL REPORT View image in PDF format I 02/04/2015--ANNUAL REPORT View image in PDF format 01/29/2014-ANNUAL REPORT View Image in PDF format 01/23/2013 -ANNUAL REPORT View image in PDF format 01112/2012-•ANNUAL REPORT View image in PDF format 06/06/2011--ANNUAL REPORT View image in PDF format 04/20/2011--ANNUAL REPORT View image in PDF format 02/26/2010--ANNUAL REPORT View image in PDF format 03104/2009--ANNUAL REPORT View image in PDF formal 11/25/2008--Amendment View image in PDF formal 91/04/2008-ANNUAL REPORT View image in PDF format 02/213/2007--ANNUAL REPORT View Image in PDF format 01/25/2006--ANNUAL REPORT View image in PDF format 12/27/2005•-Amendment View image in PDF format 94/08/2005--ANNUAL REPORT View image in PDF format 94/15/2004--Off/Dir Resignation View image in PDF format 02/17/2004--ANNUAL REPORT View image in PDF format 94/18/2003--ANNUAL REPORT View Image In PDF format 04/23/2002--ANNUAL REPORT View Image In PDF format 04/27/2001--ANNUAL REPORT View image in PDF format 04/20/2000-ANNUAL REPORT View image in PDF format 93/06/1999--ANNUAL REPORT View image in PDF format 04/28/1998-ANNUAL REPORT View image in PDF format 05/02/1997-ANNUAL REPORT View image in PDF formal 05101/1996--ANNUAL REPORT View image in PDF format 07/06/1995--ANNUAL REPORT View image In PDF format http://search.sunbiz.orgtlnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType-Initial&searchNameOrdepCOMPASS... 2/3 , , I. ' x ' .. .9 -0" 2 5 cn . , •,„.. , -,,,, . a„,11.11 0 'Cl, ,,, o, 2 (:, i ( OC a r. i 4.1c.t.1 ',',., 44-Csz.ot , 4 oti > o > 5 ,T " KE'>".. . RI ..„,,,\FLA):•., ,. . . , 4.„xl, - a g z .• ". _ . • 0 . g g 1 ca.. sirl.41, . •. . '1...f),..0,8. . 0 < . E ' ' . m 23 9 , 0 2 04 cr 1 94 ' 1 .,'"i..:. Lp • '.- Nig 8,11-4 0 23 - 2 ,„ •,•, ,.. . 1 , 8 ig '--, " al P‘-: i'+.?2, --',.111,,,i,A. 7' . • i.p., . 23 . 0 co. ........ ., ,..ii- , , , ' o M 4... .1,k,,f,, .. ! -.:-..v, _ 11 , )' '.17,"., .' 'a Yi , Orn , : .• •,,....,- ,.,-, , •-.: t8.8 VP ' '':,t y2) to" .)• ,,, 0 r.4:Kt. - -:f., !..., ri ;;,.. '44 F,,' >!,,,VII,:!."' t) i'.. , t., ' ' • , a CO M ' 5 CI) ,,l' : - C.›. 0 C Ajl 4 , : 1 w. , .i t,'' ttl k.)1 m wit,,,, ... ,,,, , . , .,.. 0 z -n • 2 s. a"1—r' :- .ii c) F Lip 1.. g..• , i r ,:,, 1 i , '.., d 1 4. 0 g ; i 1 ' rim 7',.,' L . ' —I ; li.,i., 'ki . :, : z c n i .. >. e•••• 'r. W[ ''''''' il'A . • ) . . en CO * r> ''f"d coa , -< ' . • ) . '28 5 1 ,.,-:,',.=';*; .t'.ii ' • . ,. •-.,.. .. ,..- . 0 Z a 0:1 :.q 0 _, , , .2 • 0 0 " n Cl) m 4 0 ; :-.,' *, : ',' . :' . ' •. 5 . x 1 i m • — — * z • rn z g , tr . ,, ,, - n 9 m et, .1 . * ,o) 8 g a z ,F' -„,„...... 0 7:3 1 § ' , p' 4 (.07-7,,,,,,PAatts ' Pri ,:.,. oo ,,, , .• • 4 2 %. ,. . • Al . IV 0 *.•- 1106 -RI iii,;,''.1', #1,,i'llt.tri:2,:i:ito.1,7,'':if. : 3:3'11 xi ..e I : .1 Ei V.ill:r ..11.10•91 I • .r..1 EU , - i .. _ . • ri fy -� •USA A � is Nlllll. ,t Company ID Number: 327092 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I rj Copy PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Compass Construction, Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of OHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor:') to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational • problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). •..,•,.'.Y.iU'..c^. ..,I),. - .r .41ra 41, s'e TA?'iay .. „ • Company ID Number: 327092 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF OHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on alien employees by electronic means,and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative ' f Zji ;AA dtsl Company ID Number: 327092 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and OHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B° documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(8)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. • If an employee presents a OHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The employer will use the photocopy to verify the photo and to assist OHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. };jne 3 of 13 E ent:/.IOU`c,. cws.ifresog •�' ri .F4t 'ji •a N1N1 11-,1•.,4 If ar:G6 M.'+f Company iD Number: 327092 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the • confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking PPge J of 13 F. !J C' . 'r.vi, • ... .. . ..._ `' ,it 1, . • Company ID Number: 327092 . - adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article 111.8. below) to contact OHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515(TDD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as Page 5 GI 13•E•.••••o0 r,l; • _i.4 w-n:a,•,i) tri .fig� —� w`• tit N t .40l4 �•.• l� MICEITIMMIllel[-^ta:rT :I . .."t 11:tog Company ID Number: 327092 " authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to,ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DI-IS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to OHS requests for information relating to their participation in E-Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract' (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Pt p:6 of 13 E-.',vey .PC.c;.v*Da*10.2tka0 . ,'• 1=; • 1.11• t co r y4 �L..; — < 4^ ti 2,, Company ID Number: 327092 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. C. •Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article 11.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form I-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article 11.C.5, or update the previous 1-9 to provide the necessary information. if section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article ll.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. :isThe Employer understands that if it is a Federal contractor, its compliance with this MOU a performance requirement under the terms of the Federal contract or subcontract, and the ployer consents to the release of information relating to compliance with its verification sponsibilities under this MOU to contracting officers or other officials authorized to review the ployer's compliance with Federal contracting requirements. 7of 13¢.':,h.t.r::: t.to:•a;gav:srnCali. •r,.^�;,:T. t u • SA • RL' [.1.:e, t: • .z...ltz:r rIfy Company ID Number: 327092 • ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND OHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non- match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from OHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible vs:; _ -e 5t; OSP Company ID Number: 327092 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter)within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to OHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to OHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by OHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at OHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take • n,. ' oriur ✓ i t+:i: :S .. ::t i .•i rf Company ID Number: 327092 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to OHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or OHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and OHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between OHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. •:r.r., zi ,1 .7 G ` . :,; - . r I �4 .......... . . . . _..�._ t moi iii33`\\`. tin Company ID Number: + r: 327092 To be accepted as a participant in E-Verity, you should only sign the Employer's Section or the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer Compass Construction, Inc. John Reed Name,PiedSv ii•-,.,, Itfe E/eclroaically S%fin _ — 05/13/2010 _ __ -_._._— __.- Signature Date Department of Homeland Security-Verification Division USCIS Verification Division _ „�_ -_— Name IPI:.?q ^.,^'PriM! — Title • iac.ior ca.Yv Siunea 05/13/2010 _-_`_—-----__ Signature 011e • EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category John McFadden Construction Superintendent Bruce Downs Project Manager 10 Construction Services Agreement:Revised 022018 EXHIBIT B-1:PUBLIC PAYMENT BOND 18-7405 Bond No. 0217586 Contract No. 18-7405 KNOW ALL MEN BY THESE PRESENTS: That Compass Construction, Inc. 824 Lafayette Street, Cape Coral, FL 33904 , as Principal, and Berkley Insurance Company as Surety, located at 475 Steamboat Road, Greenwich, CT 06830 (Business Address) are held and firmly bound to Board of County Commissioners of Collier County as Obligee in the sum ofQne Hundred Ninety-Seven Thousand,Nine Hundred Forty-Three Dollars($ 197,943.00 ) 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 24th day of July 20 18 , with Obligee for Marco Island Museum Electric Generator Installation 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 26th day of July 20 18 ,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: PRINCIPAL ,6e- r� , Compass on,,,1, a nc. L %/// -) BY: Witnesses -s to Principal NAME: IM:!`1r ITS: Wait 01 STATE OF F IQ r', A&- COUNTY OF L to - h The foregoing instrument was acknowledged before me this a1 day of J uik 20 l by _D uc Oh Vec�e.f k of ( ,a$ VreSi c�rnco 3 on t'll.f A:1 c a r D r,ck e._ corporation, on behalf of the corporation. He/she irMrsonally known t9 me OR has produced r-- - as identification and did (did not)take-an oath. Di__L_ My Commission Expires: 14 1(4\19 alor s.. c...- (Signature _(Signature of Nota tG T,+ LAURA KAY DIETER NAME: Lci.. uc'Ct. K a j D I 2-e - .• 1� Commission#FF 194069 `•r• '"�' J Expires April 4,2019 (Legibly Printe 'tr ow Bonded iNU"Noy Fdn lnewance 800.705.7019 (AFFIX OFFICIAL SEAL) Notary Public, State of F l Or i elCt... Commission No.: lel Li OG ATTEST: SURETY: Berkely Insurance Company (Printed Name) 475 Steamboat Road Greenwich,CT 06830 PH 203-542-3800 (Business Address (AutfiOnzed Signature) Witnesses to Surety (Printed Name) 12 Construction Services Agreement:Revised 022018 ` (./ ( � OR iA- Asor Attorney in Fact (Attach Power of Attorney) Jeanne Miller, Witness Brett A. Ragland,Attorney-in-Fact&FL Witnesses (Printed Name) Licensed Resident Agent Inquiries:407-843-1120 Agent: Johnson&Company 801 N. Orange Avenue,Suite 510 Orlando. FL 32801 (Business Address) 407-843-1120 (Telephone Number) STATE OF Florida COUNTY OF Orange The foregoing instrument was acknowledged before me this 26th day of July 2018 , by Brett A. Ragland as Attorney-in-Fact of Berkley Insurance Company Surety, on behalf of Surety. He/She is personally known to me OR has produced Personally known as identification and who did (did not) take an oath. My Commission Expires: tM&b1r,, C. (Signature) Name: Kanani Cordero (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florida Commission No.: FF236662 KANANI CORDERO `-; `c MY COMMISSION#FF236662 '!�AEXPIRES July 10.2019 (401 :195.09)3 FluncigNota Servlce.com 13 Construction Services Agreement:Revised 022018 EXHIBIT B-2:PUBLIC PERFORMANCE BOND 18-7405 Bond No. 0217586 Contract No. 18-7405 KNOW ALL MEN BY THESE PRESENTS: That Compass Construction,Inc. , as Principal, and Berkley Insurance Company as Surety, located at 475 Steamboat Road, Greenwich,CT 06830 (Business Address) are held and firmly bound to Board of County Commissioners of Collier County , as Obligee in the sum of One Hundred Ninety-Seven Thousand, Nine Hundred Forty-Three Dollars ($ 197,943.00 )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 26th day of July2018 , with Obligee for Marco Island Museum Electric Generator Installation in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: { 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses,damages,costs and attorneys'fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages,whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract,then this bond is void;otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety,for value received,hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time,alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 26th day of July , 20 18 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 022018 Signed, sealed and delivered in the presence "'`i2� PRINCIPAL ✓ Corn•ass Com ;AidIS. ; L .,Lt *' .ltz.'�_-� BY: 4 .I"� Witnesses ao Principal 14A.r NAME: b a • ► 1 v t,r ITS: V 1! STATE OF c l ar l A.0.. COUNTY OF k.tC The foregoing instrument was acknowledged before me thiso./1 day of 70-19 , 20 io by DOLk.9 o r k\ C as Pt`c�idQt,t of CaMc5S COt\StrU.C*1t; 1nj a F to 1-1 d c._ corporation,on behalf of he corporation. He/she i ersonally kn9)n to me OR has produced �—" as identification and did (did not)take an oath. 4/q 1 < r) My Commission Expires: a a,a�rr„_,, ! nature) 1 4..-�c .LAURA KAY DIETER �,..C7,�,1 C`G �`�0. S )t I� n. Commission#FF 194069 Name: 1-41 Expires April 4,2019 (Legibly Printed) . Ri'.01:,, Booted Thru Trap F9:n Inoutan$A 000•1054019 (AF I AL) Notary Public, State of: F 10 CiCxR.. Commission No.: 194 DLO \ 1 i 15 Construction Services Agreement:Revised 022018 ATTEST: SURETY: Berkley Insurance Company (Printed Name) 475 Steamboat Road Greenwich, CT 06830 (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR lAttr ddit As Attorney in Fact (Attach Power of Attorney) Jeanne Miller,Witness Brett A. Ragland,Attorney-in-Fact&Florida Witnesses (Printed Name) Licensed Resident Agent Agent: Johnson& Company 801 N. Orange Avenue, Suite 510 Orlando. FL 32801 (Business Address) 407-843-1120 (Telephone Number) STATE OF Florida COUNTY OF Orange The foregoing instrument was acknowledged before me this 26th day of July 2018 , by Brett A. Ragland , as Attorney-in-Fact of Berkley Insurance Company , a Delaware Surety, on behalf of Surety. He/She is personally known to me OR has produced Personallyknown as identificatio and wh did Sd�id� not)take an oath. My Commissin Expires: I ev (IAA (Si nature) II Name: Kanani Cordero (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florida Commission No.: FF236662 e• ,t KANANI CORDER() y i MY COMMISSION#FF236662 ✓aV': EXPIRES July 10.2019 (dGo 34(1,0c53 flarMONatey5ervlce.corr 16 Construction Services Agreement:Revised 022018 No.BI-10099d POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. n KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY(the "Company"), a corporation duly g organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted 1 and appointed, and does by these presents make, constitute and appoint: Joseph D. Johnson, Jr.;Brett A.Ragland; Francis T. .e .5 O'Reardon; Joseph D. Johnson, Ill; JoAnn H. Bebout; Kanani H. Cordero; or Tyler Ragland of Joseph D. Johnson & Company of Orlando,FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, o c seal,acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing 'a, that no single obligation shall exceed One Hundred Million and 00/100 U.S.Dollars(U.S.S100,000,000.00),to the same extent y ' as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office g in their own proper persons. § M This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, .o > without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: E a RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief u Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o E Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds,undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the 0 .d corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such Q-2 attorney-in-fact and revoke any power of attorney previously granted;and further Fr~ RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, •c or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the 15 manner and to the extent therein stated;and further ;) 2 RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and ocot oa further a•- RESOLVED,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any c power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as E . though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any .d E person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have :� ceased to be such at the time when such instruments shall be issued. 0 o . IN WITNESS WHEREOF, the Comp? ti. —has causF these presents to be signed and attested by its appropriate officers and its g corporate seal hereunto affixed this ay of /[�`]' 2018. A Attest: Berkley Insurance Com any 4 o (Seal) ' By By ✓ 0, Ira S.L erman J.,,,t � i Hafter o 1 Senior Vice President&Secretary S:A1 . i•• President j .o E o w WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. ' ari3 .b o STATE OF CONNECTICUT) a �' i ',S, 2 COUNTY OF FAIRFIELD )ss: ,. Sworn to before me,a Notary Public in the State of Connecticut,this21- day of ditie 01 , I Ira S. Lederman and g3 i° Jeffrey M. Harter who are sworn to me to be the Executive Vice President .r secretary, and t iS; for Vice President, ?. MARtA C RUNDBAKEN / /� I G U respectively,of Berkley Insurance Company NOTARY PU6UC / 11 /� _ _/�w i'/�_A CONNECTICUT I ✓G.t ,?,,..-ei/ --t' ... MY COMRIL 30,2019MISSION PIRES f aryPublic,State of onnecticut !..5. CERTIFICATE X ti I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a .5 true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. ��"" Given under my hand and seal of the Company,this q/* day of , _I; . `Al� , �t.CxS2� . M .',wo//I�. (Seal) e, /A, k1' sIs I. Vincent P.Forte S i 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. Coverage shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The 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 Should at any time the Contractor not maintain the insurance coverage, required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverageu and charge the Contractor for such coverage(,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 coverage, purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverageal 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. 18 Construction Services Agreement:Revised 022018 Collier County Florida Insurance and Bonding Requirements 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 jtttps;//apps.fldfs.com/bocexempt/ 2. ®Employer's Liability S 1,000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current ISO $1,000,000 single limit per occurrence,$2,000,000 aggregate for Bodily Injury Liability and form Property Damage Liability. This shall include Premises and Operations; Independent Contractors;Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall 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 ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant 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. 0 Other insurance as noted: ❑Watercraft S 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 S Per claim&in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance S Per Occurrence ❑Cyber Liability $ Per Occurrence ❑Technology Errors&Omissions $ Per Occurrence II w - I 7. ►,1 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. 8. ®Performance and Payment For projects in excess of$200,000, bonds shall be submitted with the executed contract by Bonds Proposers receiving award,and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner;provided,however,the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus,all as reported in the most current Best Key Rating Guide,published by A.M. Best Company,Inc.of 75 Fulton Street, New York,New York 10038. 9. ® Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant 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 Contractor's policy shalt 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 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. 12. ® Thirty(30)Days Cancellation Notice required. 5/21/18-CC Contractor'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 Compa • • ior,I . Date 7/5/18 Contractor Signature �i IIP ,411111 Print Name Doug 0 '_ , -resident Insurance Agency Olin Hill&Associates, Inc. Agent Name Derek HoinesTelephone Number (239)945-1900 I\ 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 nal]Application for Payment No. CONTRACTOR BY: Witness ITS: President DATE: Witness [Corporate Seal] 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) Notary Public,State of (AFFIX OFFICIAL SEAL) Commissioner No.: 21 Construction Services Agreement:Revised 022018 EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER)or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: County's Division Name Project No. Submitted by Contractor Application Date: Representative: Name Contractor's Name& Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed& $ Stored to Date: Retainage @10% $ Retainage© 10%through [Insert $ through[Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time ok Completed to Date. Liquidated Damages to $ Remaining Contract Balance $ Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens,claims,security interests and encumbrances(except such as covered by Bond acceptable to OWNER);(3)all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4)CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: j Type Title Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION Is recommended by. Design Professional's Name: Signature Date: [ Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION Is ecommended by: Owner's Project Manager Name: Signature. Date: 22 Construction Services Agreement:Revised 022018 EXHIBIT D( SCHEDULE OF VALUES ProltetNnoa: Pie Nunskn, Cob. Pined To: ITEM DESCRIPTION SCHEDULED WORK COMPUTED STORED TOTN. PERCENT BALANCE 10% _% TOTAL NUMBER VALUE MATERIALS COMPLETEDCOMPLETE TO FINISH RETNNAGE RETNNAGE RETNNAGE PREVIOUS APPUCATNTNS THIS S STORED ar mydran i WITHHELD THRU DATE SINCE DATE PERIOD TO DATE • TOTALS 'Explanation for the two columns under Previous Applications:The Thru Date is where you will place all information until the contract is compete unless a release or reduction of retainage Issue cot into play.If this happens,all information up to the date of the%charge in retainage is placed in the Tlvu Date column.Information after that date a placed in the Since Date column,This states what has happened since the change in retainage. 23 Construction Services Agreement:Revised 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 F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. _ Design Professional's Project No. PROJECT —_ CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER,CONTRACTOR AND DESIGN PROFESSIONAL,and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance. heat, utilities, insurance and warranties shall be as follows. 26 Construction Services Agreement:Revised 022018 { RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: • • This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 27 Construction Services Agreement:Revised 022018 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: 20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted(list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Title) By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name&Title) 28 Construction Services Agreement:Revised 022018 EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof)to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions,and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole;topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its 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 (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 30 Construction Services Agreement:Revised 022018 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 sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing,the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances,together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit 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 31 Construction Services 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 Construction Services Agreement:Revised 022018 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Poyment, 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; (n) failure of Contractor to make payment properly to subcontractors or for |abor, 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 expenseOwner 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 (inn|uding, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's 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 hmpein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner, Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project,except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 33 '-... 7. SUBMITTALS AND SUBSTITUTIONS. 71 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop dnmwin0o, 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 mupp|ier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named, Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipmnent. 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 denign, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project)to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, mmthmd. Nschniqum, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute memnm, method, sequance, 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 ondenyd, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will 34 construc*ion Services Agreement:Revised 022018 record time required by the Project Manager and the Project Maor� consultantsinevaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Pen± niba ino|udin8, but not limited to, the following: ' 8.1.1 Weather conditions showing the high and low temperatures during work hourm, the amount of precipitation received on the Project site, mnd any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8,1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Prject site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8,1,9 A list of all visitors to the Project 8.1.10 Any problems that might impact eithethe cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Dunummnto, indudin0, but not limited to, all drawings, spec|ficadono, addenda, ammndmentn. 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 bacontinuously updated bvthe Contractor throughout the are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Ordero, and all concealed and buried installations of piping, conduit and utility servicesAll buried and concealed items, both inside and outside the Prject site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanenthmatu,ms 35 Constwcton 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 36 Construction Services Agreement.Revised 022018 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 Construction Services Agreement.Revised 022018 Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County 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 (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed 38 Construction Services Agreement:Revised 022018 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 ContractorNendor/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 ContractorNendor/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 final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 39 Construction Services Agreement:Revised 022018 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B-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 LAWS. 14.1 Contractor agrees to comply, at its own expense,with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable,such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors/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's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/Contractor's proposal may be deemed non- responsive. 40 Construction Services Agreement. Revised 022018 Additionally, Contractors shall 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: httD://www.dhs.gov/E-Verify. 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 seq.and regulations relating thereto,as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 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 Revised 022018 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 (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or(10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s)within seven(7)calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 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 Construction 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 Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14)days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty(120)consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any pe portions of the Workupon 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, if 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 unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers,fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If,within one(1)year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 44 Construction Services Agreement:Revised 022018 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 make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective,or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto,take possession of Contractor's tools,appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall 46 Construction Services Agreement:Revised 022018 li include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit 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 fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.8, for services not rendered. 25. 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. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor,without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 47 Construction 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 |mndond areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and eaaemenho, and shall not unreasonably encumber the Project site with oonntruution equipment or other material or equipment. Contractor shall assume full responsibilityforanydmmnaQetomnysuoh 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 inidaUng, maintaining and supervising all safety precautions and programs in uonnac�ion with 1h� Work. Contractor shall take all necessary' precautions for the safety of, and ohashallprovide 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; 28,1.3 AU 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, povemnentm, poadweyo, atructunea, 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, ijury or loss. Contractor shall erect and maintain all necessary safeguards for such mafe' � 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 prmtectimn, namova|, 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 A|ooho|, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Cnnhaotor, 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 ^Emp{oyeem^), shall not possess or be under the influence of any such substances while on any Owner property. Further, 48 Construction Services Agreement.Revised 022018 ��� Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times All Employees working at the Project site must log in and out with the Contractor each day: 28 5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property. and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time: 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested. Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends. family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 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 Construction Services Agreement.Revised 022018 a 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 ProjectK8anagmr. 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 (MUTCO), 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, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing, The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FOOT Roadway & Traffic Design Standards |ndmxem, or other related dmcummento, 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 requirmd, 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 oa\eo, nonoume,, use and other similar taxes associated with the Work or portions thereof,which are applicable during the performance of the Work. No markup shall be applied to sales tax. AddibonoUy, as directed by Owner and at no additional cost to (]m/ner. Contractor shall comply with and fully implement the sales tax savings program with respect to the VVork, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Pject, 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 Purohame, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Pun;haom, or group of similar or related Direct Purchmoeo, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Dvvnar. Contractor shall remain responsible for coordinating, ordering, inspecting, accepting dm|ivery, storing, hand|ing, inotaUing, warranting and quality control for all Direct Purchases, Notwithstanding anything herein to the nontnary. 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 } 50 ^ Construction Services Agreerneni: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. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses.All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall(1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor,(2)provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of 51 Construction Services Agreement:Revised 022018 1 | � 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 Subuontnactor, prior to the execution of the euboontract, 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- aubuontrautnrm. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.0.. general concrete forming and placement, nmmmonry, nnechanicm\, p|umnbinQ, 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 projectyurmt|eomtbwo 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. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Furtha,. Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcoritracts and Purchase Orders 34.1.2 Subcontractor Licenses ~.� 52 ConstrucUor Services Agreement.Revised 022018 34.1.3 Shop Drawing Submittal/Approval Logs 34.1,4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1,11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1,18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1,23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County 53 Construction Services Agreement;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 e-mail (DL-FMOPScollierqov.net)whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four(4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract, If there are additional fees for this process, the 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. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 &403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing/will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 54 Construction Services Agreement.Revised 022018 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owners 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 cora|asa, inuonnpetent, 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 partiem, the parties shall make a good faith effort to resolve any such disputes by ne8otiediun. 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 noso|ubon, 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 fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 55 «��~�