Loading...
Backup Documents 12/10-11/2013 Item #11DORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT T( kF- v� D THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATUP tj Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) December 18, 2013 Initial Applicable) 1. Risk Management Risk DD Agenda Date Item was December 11, 2013 Agenda Item Number I I.D 2. County Attorney Office County Attorney Office 3. BCC Office Board of County Number of Original 2 Attached Commissioners �cS 4. Minutes and Records Clerk of Court's Office Solicitation / Contract 13-6161 Douglas N. 5. Return to Purchasing Department Purchasing NumberNendor Name Higgins Contact: Diana DeLeon Office and all other parties except the BCC Chairman and the Clerk to the Board PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Evelyn Colon, Phone Number 252-8375 Purchasing Staff December 18, 2013 Initial Applicable) Contact and Date Does the document require the chairman's original signature? DD Agenda Date Item was December 11, 2013 Agenda Item Number I I.D Approved by the BCC provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. Type of Document Contract Number of Original 2 Attached signed by the Chairman, with the exception of most letters, must be reviewed and signed Documents Attached PO number or account N/A Solicitation / Contract 13-6161 Douglas N. number if document is All handwritten strike -through and revisions have been initialed by the County Attorney's NumberNendor Name Higgins to be recorded Office and all other parties except the BCC Chairman and the Clerk to the Board INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. Initial Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike -through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases (some contracts are an exception), an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the Q BCC, all changes directed by the BCC have been made, and the document is ready for e 0111 Chairman's signature. 110 MEMORANDUM Date: January 7, 2014 To: Diana De Leon for Evelyn Colon Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #13-6161 "Livingston Road IQ Water ASR System Well Below the USDW — Phase 2" Contractor: Douglas N. Higgins Attached is an original copy of the contract referenced above, (Item #11D) approved by the Board of County Commissioners on December 10, 2013. The second original will be held on file in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. l iECU ED DEC 19 2013 119 CW 1mr Coot/ Adminiska&e Services Purchasing LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE USDW - PHASE 2, COLLIER COUNTY BID NO. 13-6161 COLLIER COUNTY, FLORIDA Evelyn Colon, Procurement Strategist Email: evelyncolon@colliergov.net Telephone: (239) 252 - 2667 FAX: (239) 252 - 2810 Design Professional: CDM Smith, Inc. Pudoq Oepwnvrt• 3327 T&Wami Trail East • Naples, FWrlda 341',2-4901 • www.00Hiergov.neVpurcha6ing 1 Construction Services Agreement: Revised 07012013 11D TABLE OF CONTENTS PUBLICNOTICE....................................................................................................................3 PART B - INSTRUCTIONS TO BIDDERS..................................................................................5 CONSTRUCTIONBID..............................................................................................................14 BIDSCHEDULE.......................................................................................................................16 MATERIALMANUFACTURERS..............................................................................................17 LIST OF MAJOR SUBCONTRACTORS..................................................................................18 STATEMENT OF EXPERIENCE OF BIDDER..........................................................................19 TRENCHSAFETY ACT...........................................................................................................20 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS...........................................21 IMMIGRATION LAW AFFIDAVIT CERTIFICATION.................................................................23 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9 .....................................................24 BIDBOND................................................................................................................................28 BIDDERSCHECK LIST...........................................................................................................30 CONSTRUCTIONAGREEMENT.............................................................................................32 EXHIBIT A 1: PUBLIC PAYMENT BOND................................................................................40 EXHIBIT A 2: PUBLIC PERFORMANCE BOND......................................................................43 EXHIBIT B: INSURANCE REQUIREMENTS...........................................................................46 EXHIBIT C: RELEASE AND AFFIDAVIT FORM......................................................................50 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT.....................................51 EXHIBITE: CHANGE ORDER.................................................................................................55 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION...............................................57 EXHIBIT G: FINAL PAYMENT CHECKLIST............................................................................59 EXHIBIT H: GENERAL TERMS AND CONDITIONS...............................................................60 EXHIBIT 1: SUPPLEMENTAL TERMS AND CONDITIONS.....................................................92 EXHIBIT J: TECHNICAL SPECIFICATIONS...........................................................................93 EXHIBITK: PERMITS..............................................................................................................94 EXHIBIT L: STANDARD DETAILS..........................................................................................95 EXHIBIT M: PLANS AND SPECIFICATIONS..........................................................................96 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT...............97 2 Construction Services Agreement: Revised 07012013 Ila A Purchasing PUBLIC NOTICE INVITATION TO BID LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE USDW - PHASE 2 COUNTY BID NO. 13-6161 Separate sealed bids for the construction of Livingston Road IQ Water ASR System Well Below the USDW - Phase 2, addressed to Ms. Joanne Markiewicz, Interim Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 3:00 P.M. LOCAL TIME, on the 28th day of October, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non -mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, at 11:00 a.m. LOCAL TIME on the 17th day of October, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 Bid No. 13-6161 and Bid Date of October 28th". No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and. Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and 3 Construction Services Agreement: Revised 07012013 110 Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specked in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work by August 29, 2014, which will be specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 27th day of September. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director a Construction .Services Agreement: Revised 07012013 110 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 15 - 29 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be 5 Construction Services Agreement: Revised 07012013 110 enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Refect Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons.. 6 Construction Services Agreement: Revised 07012013 11D Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior 7 Construction Services Agreement: Revised 07012013 11p to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non -mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. a Construction Services Agreement: Revised 07012013 Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased. quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re -negotiate any unit price(s) where the actual quantity varies by more than twenty-five percent (25%) from the estimate at the time of bid. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Purchasing professional of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at httv://www col Iiergov net/Index.asox?page=762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. s Construction Services Agreement: Revised 07012013 110 12.6 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.htmi) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non -local bidder tendered previously, then award shall be made to the 10 Construction Services Agreement: Revised 07012013 110 local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work 11 Construction Services Agreement: Revised 07012013 Ila on this Project shall be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to .perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de -certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 12 Construction Services Agreement: Revised 07012013 11D Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied either individually or collectivelyabout a ro'ect for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 13 Construction Services Agreement-. Revised 07012013 IlD CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE USDW — PHASE 2 BID NO. 13-6161 Full Name of Bidder Douglas N Hiaains Inc Main Business Address 3390 Travis Pointe Rd., Ste. A Ann Arbor, MI 48108 L Place of Business 44%5 Enterprise Aver Naples FL 34104 Telephone No. 239-774-3130 Fax No. 239-774-4266 State Contractor's License # CGCO60189 State of Florida Certificate of Authority Document Number 830666 Federal Tax identification Number 38-1807765 DUNS # 01-722-2183 CCR# Cage Code OVD82 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is.accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. 14 Construction Services Agreement: Revised 07012013 I if) Lneal Vendor Preference Bid Tatwlation:13-6161 LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE USDW - PHASE 2 In compliance with Collier County Purchasing Policy, 70 2 a "local Vendor Preference",Inc. hereby agrees to match the current low bidder All Webb Enterprises price of $2,630,640.00 Oov , Drtlfiggic►5,, Inc. ?-+nc . Company Name Brandy Bartoione, Vice President 11/15/2013 Approved Company Official Date gnature 44%5 Enterprise Avenue, Naples, FL 34104 Local Address Douglas N. Higgins, Inc. Item Description Unit Estimated Quantity cost Amount Schedule 1: General 1,1 Mobilization emobillzation LumpSum i $132,040.00 $232,040.00 1.2 Performance and Payment Bond Premium LumpSum i $20,000 00 $20000.00 1.3 Indemnification LumpSum 1. $100.00 $100.00 2,1 Install Pad Monitor Wells/ Conduct Background and Weekly Water Quality Sampling/ Abandon Wells Lump Sum 1 $50,000.00 $50,000.00 2.2 JSurface Casing LF 280 $250.00 $70,000.00 2.3 Drill 8 -Inch Pilot Hole LF 1400 $125.00 $175,000.00 2.4 Geophysical Logging Lump Sum 1 $110,000.00 $110,000.00 2.5 Ream Pilot Hole to 22 -Inch LF 1360 $170.00 $231,200.00 2.6 FRP Installation LF 1360 $370.00 $503;200.00 2.7 Grouting LUMP Sum 1 $170,000.00 $170,000.00 2.8 FRP Pressure Test Lump'Sum 1 $15,000.00 $15,000.00 2.9 well Development Lump Sum 1 $25,000.00 $25;000.00 2.10 StepDrawdownTestin$ Lump Sum 1 $10,000.00 $10,000.00 2.11 Acidification LUM2 Sum 1 $10,000.00 $101000.00 2.12 Well Construction items Allowa noe Time & Material 1 $25,000.00 $25,000.00 Schedule 3: ASR Well Equipment and Ancillary Facilities 3.1 Furnish and Install ASR Wellhead, Pump, Motor, VFD and Control Panels Lump Sum 1 $265,000.00 $265,000,00 3.2 Furnish and Install ASR Well Piping, ValvmFittIngs, and Misc. Lump Sum 1 $125,000.00 $125,000.00 3.3 Furnish and install ASR Well Electrical Lump Sum 1 $130,000.00 $130,000.00 3.4 Furnish and Install ASR Well Instrumentation Lump Sum 1 $129,000.00 $129,000.00 3.5 Furnish and Install ASR injection Pump, Motor, VFD, controls Lump Sum 1 $101,000.00 $101,000.00 3.5 Furnish and Install ASR Injection Piping, Valves and Fitting; and Misc. Lump Sum i $88,000.00 $88,000.00 3.7 Furnish and Install ASR Injection Electrical Lump Sum 1 $15,000.00 $15,000.00 3.8 Furnish and install ASR Injection Instrumentation Lump Sum 1 $29,000.00 $29,000.00 3.9 Furnish and Install ASR Well Pipeline Lump Sum 1 $105,000.00 $105,000.00 3.10 Furnish and Install HVAC System Lump Sum 1 $16,000.00 $16,000.00 3.11 ASR System Allowance Time & Material 1 $25,000.00 $25,000.00 Schedule 4: Allowances 4.1 Materials Testing Allowance Time & Material i $5,000:00 $5,000.00 4,2 Permit Allowance Time & Material i $1,000.00 $1,000.00 4.3 Excavation Below Normal Grade and Bedding Rock Refill CY 10 $10.00 $100.00 4.4 New Electrical Service Allowance Time &Materia! 1 $50,000.00 $50,000.00 TOTAL BID PRICE FOR PROJECT $2,630,640.00 In compliance with Collier County Purchasing Policy, 70 2 a "local Vendor Preference",Inc. hereby agrees to match the current low bidder All Webb Enterprises price of $2,630,640.00 Oov , Drtlfiggic►5,, Inc. ?-+nc . Company Name Brandy Bartoione, Vice President 11/15/2013 Approved Company Official Date gnature 44%5 Enterprise Avenue, Naples, FL 34104 Local Address 110 b h 8 iLL .E7 zz c� �a ro a �L m .g w ail E6 15 tmp t� 4 � M � r yC3 C w � T d � �O iT U CV Q. o..O r 110 b 8 V .E7 zz ro a �L m .g c tmp O 03C3 �O iT U CV Q. o..O r dt 'a o a 110 110 m t V to a gull a � h lz O Npp Ctl O ME O C IS CL 0 c t� c� d a D � d CCtt??QQ a b U CL d Co T � 4/// a H 110 m t V a a � h lz O Npp Ctl O O C d c a b U 110 m t V a � h O Npp Ctl O O 110 110 a O C O h N C E w � 3 0 C h d r 0 St�,J77 2 C lL Q w GD t� Q F5 o .}_eS ®0 .1 C6 N a o m I792. 110 a O C O E w � 3 0 C d w Q F5 C 2� N a 110 U S 5sV1C .1EL fiT IL $ M Via o La U lip d 8 � a a O N qa c� N � N tL 4OdIN qG C7 Li G m to a m a r N .Q U S 5sV1C .1EL fiT IL $ M Via o La U lip d 8 � C C qa c� a Li G m r N .Q U S 5sV1C .1EL fiT IL $ M Via o La U lip (.0 Z F.I. i OW DD N a z 0 [zp e c c N 7�k- 1 r5Au p x'I � LL.Zd o IL .8 � Al � v 3g 1 aa�s SO E � � N N Q U IOU [zp N p x'I � Q � O 3g y �o � m U� N N Q U [zp r+ 11D m CA Q Lf t� V r�LLGJ}- i% ill CL . G V *6 f az l6 A m US3TtU1- v, �i nl O y O 7�i 11D m Q t� i% a rn le V az l6 v, O aL 11D V Q t� i% a rn le V l6 11D 110 ` a 00.IDUle t9 18co 0 U? U c� U a 1— toO� �3 v � �i a A 110 18co 0 N 1— toO� v � a a Q 110 �.1 J !wl o CL _ g m G SL m N� 4 c U g� m z COL L9 g t� au U LL g as �z !wl U g as �z �V •s O F � Q pppv v 7r Li 0 !wl 11D Ln a w z Hill CL <4 1A � rd LL E� Z J N LLJ �U d� 00 es C � O V r � N LL 11D 0 CL Z N 1° o r es C � O r � N O 11D 11D 15 U.OD Z2 Zy C 'Q G 'd iz °1 gg G LLxic`�� c r c� tU 33 �w O r N Z c� t�t 0f3 Q s� a 'xxC4 11D 15 Zy C 'Q 'd tU 33 �w O r N Z c� O 11D F4 CL _ C; rh Q C U 11D w iL o� c �rLLU9 �! E 1 � .• � z �i x U tS. U H �E 11 c a t9 91 C 0 C tea. d ��L a` h- CL _ C; rh Q C U 11D ` a z �E 11 91 0 0 tea. O d CL _ C; rh Q C U 11D M F3 CS r) k Pll Is ZL�J pf cr to } 0) '+9 b N 8 0. V g4 a w E � M CL 39 IE .5 E1L�1 f] it A A A A A A A A A A IID HIM: 1:0I1M:111 � A A A A A A A A A A IID 110 Ila Douglas N. Higgins, Inc. Naples Equipment List Loader/Backhoe Trailers John Deere 5441 Wheel Loader 2005 Eager Beaver Trailer John Deere 544J Wheel Loader 2001 Emerson Trailer John Deere 624J Wheel Loader 1975 Tigerline DO -3 Trailer Cat95OF Wheel Loader 1988 Butler Trailer Cat 938G Wheel Loader 1996 Asphalt Trailer Cat 252 Skid Steer Loader 1996 35 Ton Lowboy Massey Ferguson 7500 Mini -Loader 2005 Chlorine Trailer Bobcat 873 Skid Steer Loader 2003 Grower Trailer Cat 928G Loader 2005 Express Trailer 2006 Pace Trailer 2006 Vactron Trailer 2005 Emerson Hammerhead Trailer Rollers/Compactors 2012 Lark Bomag BE124 Roller Bomag BW142D Old. Dirt :Roller Miscellaneous Wacker BPU3050A Vibratory compactor Asphalt Zipper AZ480 2 - Wacker Asphalt Plate Tamper Terex RT450 rough Terrain Crane 2 —Wacker vibratory plate tamper, large Movax SP -100 Vibratory Driver 3 —Wacker vibratory plate tamper, medium Multiquip Floor Saw MC18 2 —Wacker vibratory plate tamper, small Stone Mixer, Sand Wacker lumping jack Stone Mixer, Concrete Sullair 185 Compressor Trucks 2007 Mack Dump Truck Dozers 2007 F-750 Ford Dump. Truck John Deere 6501500 Bulldozer 1490 F-800 Ford Dump Truck 1998 Ford Tractor 2005 Honda Pilot Excavators 2006 Toyota Tacoma John Deere 7SCZ Excavator 1-- Ford Pickup Truck John Deere 135 Zero Turn Excavator 9 —Chevy Pickup Trucks John Deere 450C Excavator 2005 Chevy Flatbed John Deere 50DXFF Excavator 1998 GMC Water Truck Cat 330K Excavator 2013 Jeep Grand Cherokee John Deere 50ZTS Excavator Lasers John Deere 225C RTS Excavator 4—Spectra Physics Lasers John Deere 50D 308 Mini -Excavator 3 — Pipe Lasers Pumps Tractor 1— 2005 D & D 6" Hydraulic Pump 2003 Massey -Ferguson MF451-2 Broom Tractor 2006 Lay -Mor -8HC Sweeper Ride w/8ft. Windrow 11D BID SCHEDULE LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE USDW — PHASE 2: Bid No. 13-6161 1s Construction Services Agreement: Revised 07012013 110 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALT. 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 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1, 2. 3.- 4, .4. 5. Please insert additional pages as necessary. Company Signature: Date: 17 Construction Services Agreement: Revised 07012013 LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 87-25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to removelreplace 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. Company: Douglas Signature. is Construction Services Agreement: Revised 07012013 11p STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last fire years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Proiect and Location Refer 1. See Attached 2. 3. 4. 5. H Company: Douglas K Higgins Inc Signature:Date: �to/28M3 1s Construction Services Agreement: Revised 67012013 11p EXPERIENCE STATEMENT SOUTHWEST DMSION Prosed Nsme: City County Flow Swap Arolect.�kmw Collier County Justice Center Muffin Monster Owner -Address - Proled Manner - Phone: Owrt-er, - Address - Prolect NiffluQD • Pim Cofer County Public Utlllee Enttlnearing Collier County Facilities Management Department 3301 East Tamkaml Trail, Building H 3335 Tamteml Tray E.,Ste. 101 Naples, Florida 34112 Naples, Florida 34112 Sandy Sridhar (239) 262-8380 Engineer - Address - Phone: Engineer - Address - Phone: Agnoll. Barber and Brundage Q. Grady Minor and Associales. P.A. 7400 Trail Blvd. 3800 Via Dal Rey Naples, F"a 34102 Bantle Springs, Florda 34134 Dominic Amity David Schmat 239-947-1144 Contract Date: Judy 27, 2000 Contract Data: March 11, 20M Final Contract Amount: 1132,794.28 Final Corttract„Amount $141,568.41 Completion Dale: September 0, 2009 Completion Dale: August 7, 2009 PrOlO lQtdsertdlon: Protect Description: hlstaitation of forte Maki, MOVs and valve vaull6 to two Consyudion of grinder pump slallon (Vaift Insteitatton of locations wh" would allow bypass from Collier Canty gwMn monster (gr(ndsr/auger assembly), new sanitary sewer to the City of Naples, and manholes. Replacement of the existing sanitary &ewer with a new 12 -Inds main and a high water alarm system. Prosed Name: Pump Station S -e Gearbox Replacement. Protect Narne: Cove Storrnwaler Pump Station unpin. Owner - Address - ProledMansaar- Picone: Owner -Address -Prole!3Manager -Phare South Florida Water Management District City of Naples 2101 Cantrepark West Drive, Sulte 110 Department of SVeets and Stormwater West Palm Beads, Florida 33409 295 Riverside Circle Gerard Flynn Naples, Florida 34102 _.. .. (239) 213.6000 Fnalneer-Address-Ph ns: Engineer - Address - Phare: South Fiords Water Management District AECOM 3301 Gun Club Road 4416 Metro Parkway West Palm Beach, Florida 33408 Suite 404 Michael Mlares Fort Myers, Florida 33916 (239)278-7896 Contract Date: Decanter 3, 2009 Conlrecl Dale: 214/09 Award, 3/18/09 NTP Final Contract Amount $2,191,945.00 Final Contract Amount: $2,798,810.00 common Dale• May 2010 gorrilgeWn Dale: 2/8/10 (Conlrad) Proles Name: Maslen Pump Station 305 Rehabilitation Protect Name. Water Reuse Piping Modifications I Rause System Upgrade Ouster - Address -Pro ManOoar Conker County Owner - Address - Protect ldw car- Phone. - Public Utilities Engktea ing Department City of Marco Island 3301 Tamtsmi Tray East, Building H Public UEllias Naples, Florida 34112 50 Bald Eagle Drive Sandy Wdhar Marco Island, Florida 34145 Bruce Weinstein Engineer- Address: 230.389.5000 O. Grady Mina and Associates, P.A. 3800 Via Del Rey rinalneer SoNla Springs, Florida 34134 Metcalf and Eddy Devil Schmitt Contra G Data: February 10, 2008 conimsa ogle: August 11, 200& Final Contract Amount: $849,171.67 Final Contract Ammnl: 544t,iX 'an Completion ()ale" November 2008 Conole"M Dale: January 16, 2000 prow Varf. Protect Descrgtiorr. Fully rehab 2300 GPM Meeter Pump Station Rehab 5011,030 Gallon Tank and convert pola616 water lacllhy to retina storage facility fiUlpplea FileslShesad Fks\iKperience SFalemeni 5 31 ll,Kl$K EXPERIENCE STATEMENT SOUTHWEST DIVISION Protect Name: CAT Operations E Adrdntsiration Canter Protect Name: Sen Mary Master Lit Stallion Pump Station and Force Main Comeolan Owner -Address-Protect Monauer- Phone: Owner - Address - Protect f linnaner City of Marco Island Collier County PublicWorks Alternative Transporadon Division 50 Bald Eagle Drive 2885 South Horseshoe Drive Marco Island, Florida 34145 Naples, Florida 34104 Timothy E. Pinter, P.E. Sue Faulkner Engineer- Address - Phone: Q. Grady Minor 3800 Via Del Rey Bonita Springs, Florida 34134 Contract Date- January 2,20M Final Contract Amount: $833,01691 Contract Date: February 14, 2008 Completion Date: Final C 3uract Amourd: 1133,673.04 ComMilon Date: May 1, 2008 Protect Desoiotion: Prated Descriedon: Installation of 14 -inch force main, pump station and valve Construct now 800 GPM Master Lift Station vault to existing CAT Operations Building. Protect hft% Irrigation Dually Water Project Pn&ct Name: Golden GateWWTPand Ir4atilo0 Pimp Station Owner - Address - Protect Manager. Collier County Fact files Management Owns' -Address - Protect Manager- Phone' 3301 Tamiami Trail East, Building W Florida Govammental Willy Authority Naples, Florida 34112 11985 Collar Blvd., Ste. 7 Damon Gonzales Golden Gate, FL 34116 (239)456-1663 Enribear - Address - Phone: Enolneer- Address - Phone: Anchor Engineering Afood is 2002 Old Arbor CL Contract Dale: March 14, 21)07 Sarasota, FL 342232 Final Contract Amount 31,213,474.52 813.335-1709 ComolatIon Dale; January 18, 2008 Trealne Master Pump Station - rnnrreuW - rrvra:r rvwr®um: Cky of Fort Myers 2200 Second Street Fort Myers. Florida 33902 Ellana Hayes, E.I. (239)332.5318 rr - Address - Phone: Johnson Engineating, Inc. 2122 Johnson Street Fort Myers, Florida 33920 David Trouleaud (239) 334-0048 Contract Date: July 1, 2008 Fiag Contract Amours: $1,043.805.00 Comoletion Date: February, 2009 Prosed crap loo: Installation of a master pump station located Wong Treeline Avenue. The project erdalled a jack and bore under Treelho Avenue to connect to the existing force main and oonslruclbn of a 20 fool deep roaster pump station. A 400 KW oerteratar and odor control unit were also Installed, 5:\NapYs Flrf\Sxared Fars\hpedence Staleineal59191akt Cg trad Date: August 17, 2008 Final Contract Amount: $2.821;007.78 ComWelion Date: July 13, 2009 Prolecl Descriolbn: Expansion of Golden Gale W WTP vfioh Included the construction of a now digester, chlorine contact took and INWAlon well pump ste ton, modification of cdartl ers 41 and 02, inslalallon of surge and annular pressure tanks and appurtenances Prong( Namw PS $1-127 and S-133 Pump Refurbishment and Bearing Replace. Owner - Address - Proled Manaaer - Phone; South Foddla Water Menagemerd District 2101 Conifopork Wast Drive, Suite 110 West Palen Beard, Florida 33409 Mike. Curley Enolneor - Address - Phone: South Ftodda Water Management District 3301 Gun Club Road West Pain Beach, Florida 33400 Teri Swartz Aprfi 10, 2008 $3,947,723.130 July 2010 110 EKPERIENCESTATEMENT-$OUTHWESTDIVISION 110 Protect Name: Gateway Triangle SWimuoter Improvements Protect Name: Marco Island Noll Ber9eW & North Marco Sanllary Sewer DLatrld Owner - Address - Proiecl h enaner- Pliow Collier County Omar -Address- Protect Manager- Phone: Stormwater Department City or Marco !eland 2885 Horseshoe Drive 50 Bald Eagle Drive Naples, Florida 34104 Martie Island, FL 34145 Shane Cox 239.252-8192 Mr. James Miller 239-389.5011 Enaneer - Address: HDR, Inc. Engineer - Address - Phone: 200 Wast Forsyth Street BoVe Engineering Jacksonville, Florida 32202 4415 Metro Parkway, State 104 Laura Philips Fort Wars, FL 33918 Fred Will Contract Dalla* November 5, 2007 239.278.7998 Final Contract Amount: $1,021;339.78 Comoleeon Date: July 28, 2006 Contract Date: March 1, 2007 Proled DescnQtjort: Stormwater improvements to exledng area - okcavalloll of Fined Conlred Amount: North Marco $4,844,808.99 approxknately 34,010 Cy of dxt and gradkg to form three North Bwbld $7,270,729.37 continuous ponds. histallallon of box culverts, shoot piling, Completion Dale: North Marco May 11, 2006 concrete ditch pavement and stormdrainage structures. North Barfleld March 24, 2008 Protect Descripilon: Mew gravity sewer forww 4 tMeS (23,640 Lf} of aw mdafing readontlii r ighbo*4od. 9ewvwa up to 14 fast dwa ind nead•d formal dwwl•drp. At- hded•d lW"., demo^ banuasskn main, foramaN,. Kill these•, end madwayoonri • Gort4neny errs bulli the N, insrco sewer gtaL, Yrap ap additivml 15,05 LF 61 • savor. Protect Name: NCWRF MLE Bleach Project Protect Name: Rehabilitation of Master Pump Station 318 Phase 2, Mechanical Owner - Address - Prclect Manuaar: Owner - Address - Prolacd Manacer. Cottle( County Collier Courcy Pudic WlBies Engineering Department Pubic UtIli Enginearng Department 3801 Tamiaml Tray, East, Building H 3301 Tamiumi Trail East, Bustling H Naples, Florida 34112 Naples, Florida 34112 Dianne Duerr Sandy Sndhar Emilneer - Address - Phone. Enaineer - Address - Phone; Hale MONes O. Grady Minor & Associates 950 Encore Way 3800 Vie Det Hey Naples, Florida $4110 Gonia Springs, Florida 34134 Jerry Torteske 239-254-2000 David Schroth 239-947-1144 Cordred Date: September 17, 2007 Contract Was November 16, 2007 Fhal Contract Amount: $338,412.49 Final Contract Amount: $766,823.34 ComploBon Dale: June 17, 2008 Completion Date: June 3, 2008 Protest Description:ProJuggae5dpliM Bleach piping modifications to chlorine contact chambers Ful rehab SW GPM Master Pump Station and modification of ptanp skids b have redundancy In bleach toad system. filed Name: RahablWallon of Master Pump Station 3118 Profed Name: NCRWTP Chemical Labalory Ventilation improvements Owner - Address- Prosed Manager - Phonav Qwit_ar -Address - Proiact Manager -Phone: Collier County Collar County. Public Willies Engineering Department Pudic UliMeaEnglneedn Department 3301 Tamisml Trail Cask Bulking H 3301 TaniawsTras East. Buidlng H Naples, Florida 34112 Naples, Fbdda 34112 Sandy Sridhar Tom Chmeik 239-732.2575 Encinear - Address -Phone: Enakreer- Address - Phone; Q. Grady Moor & Associates TLC Engineaft 3800 Vie Del Rey 1400 Colonist Boulevard, Suite 203 Bonita Springs, Florida 34134 Fon Myers, Florida 33907 David Schmitt Nicholas L. Mancuso 239-947-1144 239-275-4240 Cordfpg Date: October 8, 2007 contract Date: March 13, 2007 Foal Contract Amounl: $789,070.59 Final Canliacl Amount: $749,307.67 Completion Oslo: June 10, 2008 Completion Data: November 30, 2008 P�gr led Descriiplfon: PrgjecLDescriotlon: Fully rehab 3000 GPM Master Pump Stepan Replace complete HVAC system Including air handler, ductwork, exhausl fens, condenser and rehab fume hoods SAAmpt•l Fleas\Shand Fea1\fsp2rl4flM Statement 5 31-t2Yin EXPERIENCE STATEMENT -SOUTHWEST DIVISION Name: Connection to Water Mein - Memo Shores Omer - Address- Prolectmanrmer- City of Marco Island Public Works 50 Bald Eagle Drive Marco Island, Florida 34145 James Miter Enoinear- Address - Phone: Contract Dale: April 29, 2007 Final Conirad Amount: $188,000.00 Completion Data: August 31, 2007 emed Name: CoillarCounty NCRWTP7SCRWTPANDProlect Sand $operators Owner - Addeass - Prosed Msmsger- Phori Collier County Public Utilities 3301 East Tamlaml Trail Naples, Florlds 34112 Dism Dularl Engineer . AAdreas - Phona: Hazen and Sawyer Contrect Date: December 20, 2007 Final Contract Amount $1,453,249.71 Cnmbl9ilon Data July 17, 2008 Proled Do at Procurement and installation of two autcma8c self-cieanptg sand separators (custom built in Germany) krchdin(l stainless steel piping, valves. Instruments and control panels. Installation of system, which Included two, thM dtarnber pump. stations - submersible ouMD5, veNui fkw"ers etc. Protect Name: SCRWTP Raw Water Transmission Main Proled Name: Dewralssionblg of Peican Bay & Appurtenances for Wastewater Treatment Rant Raw Water Wella 39S, 40S, 4 IS 8 426 Owner - Address - Prosed Manager, Phone: Owner Address - Prolw Managar - Phoria•. Cow County CoGerCoinly Public Utilities Engineering Department Pubilc 1)011166 Englneering Depwitnent 3301 Temlarrtt Trail, Building H 3301 Tamlami Trail East, Bullring H Naples, Florida 34112 Naples, Florida 34112 Peter Schaff Sandy 6rld1er, FnWro4r - Address _ Phoria•. Erdneer - Address - Phone: Hazen 8 Sawyer Hazen and Sawyer 2101 Corporate Boulevard, Sults 305 21oi Coporate Boulevard, Suite 301 Boca Ratan, Florida 33431 Boca Raton, Florida 33431 Albert Wnlz Kut Pfeffer 681-007-8070 561-997-5070 erect Vats: Seplember.26, 2006 ContrarJ Dale: February 9, 2006 FM Contract Amount: $1,984,000.00 Final Contra IAmgmL $72,500.00 Cornnle8on rite: April 11.2007 QM2111-HI Date: July 30, 2006 Length of Contract: 210 days Prosed PAfiglum Installed 35W LF of 115 -inch HDPE raw water tranamisebn main and 35M LF of Fiber Option and Eleeeical rkudbanks, and instrumentation and Coniroi Facfilie8 at the four nowwaler well farJldas. This provided the plant IM ability to produce sufficient capacity to meet water demands. Included 41stallaLion of plggktg $Mlon s and electrical enclosures. Protect Name: Pelican Bay 1-ke and Irrigation Water Prosed Name: Reclaimed Water Aquifer Storage and System Improvement at the Ritz Carlion Recovery Owner - Address - Protect Manager owner - Address - Proled Manager, Collier County Public UtRies Enginearing Deperlmenl Collar County Putrdc Utilities Englneeft Department 3301 Taralomi Trail East, Building H 3301 Tamiami Trail East, Building H Naples, Florida 34112 Naples, Florida 34112 Claude Nesbitt Alicia Abbott Fnoteeer - Phonv: Psglnaer - Address: -Address Wilson Miter, Ino. Water Resource Solution 3200 Bailey Lane; Suite 200 1388 Colonial Boulevard Naples, Florida 34105 Fort Myers, Florida $3907 Craig Pager Lloyd Horvath 500-044-4330 Contract Date: Apr15, 2008 Contrad Dale• March 30, 2005 Final Contract Amount: $162,723.43 Final Cortlract Amounip $4,858;515,28 Come gn Dale: .funs B, 2007 Completion Date: February 28, 2007 pfoleg Ciesorligion; Installed a deepinjection well for the storage of reclaimed water coming from Cosier County water treatment phints. The Owner will have fult capability 10 recover Oils reclaimed water for market and/or use for their own Irrigation needs. S:�Napks FIIes�5Mrs4 Fles\Brprrisrra SNHtNnr 5 3112xIrK 110 Nm --e:- Tigertall Sewer District Wastewater Collection System Expansion - (Address - Prolecl MangUr - Pte: City of Marco Island 50 Bald Eagle Drive Marco Island, FL 34145 Mr. James Miller 239.309.5011 Ir -Address - Phone: Bolt's Engineering 4413 Metro Parkway, Swla 104 Fort Myers, FL 33918 Fred Mliti 230.278.7988 EXPERIENCE STATEMENT -SOUT14WESTDIVISION 110 Pads torMSR and Equipment yu,a aoa • r,�re,. Coy of Meryl island 50 Bald Eagle Drive Marco Wan 1, FL 34145 Mr. Bruce Weinstein 239.388-6182 Ir - Address - Pfla11e: CDM 9311 Cage" Parkway Fort Myers, FL 33919 Adam Soblenski 239.437.9494 Contract [)are; March T, 2006 Cmirad Date: March 13, 20W Final Contract Amount: $2,920,703.33 Final Contract Amount S183,000.00 Com*Uon Data: December 21, 2006 Completion Dale May 13, 20M Proled Description: Newpmrky sawerfor ovar2 miles (11.600 1.11) In and aai0oa developed asiahboftcki, Sewerwas up 10 14 foo chap end needed Ionnal dwalazing. Included - IeMralk ciewnoutk oansmission main, hreamain and a 16 foal deep let fiWan. The sa station ine aded a precast wal wall, wbawsiblo uwaea pumps, a mmol UM Rosemary Park Paving d Prolect Name: Forest Lakes MSTU Drainage Improvements Phase 2 Drainage Improvements kddress - Protect Marvel- Phone: Ovwr - Address - Protect Mananer- Phone; C 1y of Bonita Springs Geller Coady- ATM Public Works Department Slormwalm Department 0101 Senile Beach Road 2885 Horseshoe Drive South Borilte Springs, Florida Naples, Florida 34104 239-849-8243 Darryl Ftichard dress - Ph_.- o_nw Frtaileer -Address: 0. Brady Minor Willson Adler 3800 %As Del Rey 3200 Bailey Lane, Suite 200 Boma Springs 34134 Naples, Florida 34105 David Schmitt Craig Paler 239-940243 Victor HurNwrl Contract Dale: April ti, 2008 Final Contract Amount: $831,805,33 fjpmoledon Date: November 1, 2008 Contract Date: May 2, 2008 Final Contract Amou W $193,287,00 Completion Dal®: July 19, 20M Proied Name: Dortch Ave, Drainage 8 Paving impvs. Protect Noma: Lehigh Aries InteraornW Hampton Street Sidewalk Improvements vdth The City of Fort Myers Owner - Addresa- ProlectMartader-Phone: Owner - Address - ProtectManager - Phone• City of Boma Springs Publlc Works Department Florida Govemmentat Utility Aupiority 9101 Bontla Beach Road 1229 Homestead Rd. N. Bernie Springs, Florida Lehigh Acres, FL 93938 239-949.8243 (239)388-1815 Engineer - Address -phone: Engineer -Address- Phone: Malcom Pirnle, Inc. 0. Brady Minor 2309 Maitland Center Parkway, Suite 426 3800 Via Del Rey Maitland, Florida 32761 Bonita Springs 34134 Victor HurNwrl David Schmat 407-659-3550 239.049-6243 Cg„ WA Duce: June 15, 2008 Final Conlracl Amount: $2,884,382.00 Contract Date: March 15, 2000 Damp lion Dale: April 2007 Final Contract Amount: $318,400.50 Completlon Date: August 1, 2008 SANaples 1`11srl5hared FeeAEaperlePm Sla4manl 5 31 lri lm 11D EXPERIENCE STATEMENT -SOUTHWEST DMSION Pump Stettin 109 and 113 Improvements Protect Nema: Marco Island Wastewater Treatment Plant Expansion- Phase 1 Improvements Prnl.rl tlan.erer - Phnne� Collor County yna< - rwaseaa - rrs..�s ,�., . 4. - , •,� Public U1111tles Engkwedng City of Marco Island 3301 Ta *414m] Trail East, Building H 50 Bald Esgle Drive SaSridhar ndy Marco Island, FL 34145 Peter Schen Mr, Bruce Weinstein - Address - Phone: 2393895182 Q. Grady Minor & Associates 9311 College Parkway, Sults 1 3800 Via Dal Rey gnalneor- Address - Phone: Bonita Springs, Florida 34134 CDM David Sc hmill 9311 College Parkway Contract Date; May 24, 2005 Fort Myers, FL 33919 Qgjg February 5, 2008 Adam Sobienski AnaglAmount, $1,229,581,26 239437-9494 Dn Date: September 29, 2008 Lonath of Contract: 120 days Prolect Deacrlotlam This project was to Instal two complete wellhead fa(;II1fea.. The Contract Date: May 23, 2008 work InclWad almetural concrete, trteeharhlcal, 6ieWcal, gber optic Final Contract Amount: $9,787,283.47 Appurtenances For Wells RO 10IN �Prolact Nemo: Construction of Wept 35 d 38 and 102N Collier County Collier County Public Unities Engineering Pubic Utintles Engineering 3301 Terris" Trail East, Building H 3301 Tamlami Tral East, Building H Naples, Florida 34112 Howard Brogdon Peter Schen Enoiineer - Address -Phone` &iqrn ear_-ddrma,.PhwQ Camp Dresser & McKee, W. Hazen b Sawyer 9311 College Parkway, Sults 1 2101 Corporate Boulevard, Sults 301 Fort Myers, Florida 33919 Baca Raton, Florida 33431 Adam Sobol—ld Albert Mwtiz 230.432-9404 Contract Date; May 24, 2005 Contract Dale: August 16, 2005 Final ContrectAmoutt: $597,000.00 Final Cant radAmoum; $998,980,97 09mo6etion Date: January 27, 2006 Comaldon Date: January X 2006 t enat hof Contract: 240 days Lonath of Contract: 120 days Prolect Deacrlotlam This project was to Instal two complete wellhead fa(;II1fea.. The ptgja Descdotian: This project was to install two complete wellhead fackies work InclWad almetural concrete, trteeharhlcal, 6ieWcal, gber optic and install over 1000 LF of 24" PVC Raw Water per, One connections, and I a C. The few water pipe size was greater The work Included structural concrete, mechanical, electrical, than 12 Inches Auer optic One connections, ductbank, and 1 d C. Prolect Name: 12th Avenue Interconnect Booster PS Prolect Name: NCWRF Rebuild goer Set 1 Clean and Pelnt Filer Beds re,.,.. - add—. Prni.d Manaaer. Phone: Public Utilities Engineering Collar County 3301 Tamiaml Trall East, Building H Public Utilities Engineering Department Naples, Florida 34112 3301 Tamlami Trail East, Building H Peter Schell Karen Gulianl Ph and Sawyer Hazen a Fnoineer- Address, - Pham: 1905 South 25th Street, Suite 10.9, Colller County Fon Pierce, Florida 34947 Public UdOaes fnglnsering Department Albert Muniz 3301 Temlarnl Trail Fast, Building. H Karen GullaN August 8, 2005 unt $1,083,000.00 Contract Date: March 1, 2008 October31,2008 Final ContractAmoubt: $354,817.00 Completion Dato' September 14, 290'. S:\Na*s rnas\Shared Y.1.AFaperns.te Stah ,""t 5 31 SLalm 110 EXPERIENCE STATEMENT- SOUTHWEST DIVISION Proiect Name: SCWRF Rehabilitation Piping Pia Name: Michigan Street Drainage Improvements Oda Control Modifications Omar - Address - Project Man@96r- Phoria: Owner - Address- Proled Manager- P we Collor County City of BoNls Springs Public lRWlea Engineering 0101 Bonita Beach Road 9301 TarilarM Trail East, Building H Bonita Springs, Florida 34139 Naples, Florida 34112 239-849-6262 Vaughn Wiliama Efl4irlaer - Address — Ph4D.Q: Enninser- Addmil - Phone: 0. Grady Minor S Associates Hole M ontas 3800 Vie f?el Ray 950 Encore way Bonita Springs, Florida 54134 Naples, Florida 34110 David Schmitt E. Joseph Goetz, Jr. 239-254-2000 g0tract Date; November 21, 2005 Contrad Rate:. Baplember 1.2005 Final Contract Amount: 5217,000.00 Final Contrad Amount• 9243,610.00 Completion Dale: July 12, 2008 CCorrotetbn Data: Proleci Name: RlchvlewCaal Drainage Maintenance Protect Name: 1.75 and Aped Road Interehangs Rewnstr. _Owner - Address- Protect Manager• Phone: City of Roma Springs Omer - Address - ProlectManaga- Phone• Florida Department of TlanapoTalbn Public Works Department Tallahassee, Florida 8101 Bonita Beach Road Bonita Springs, Florida 239-949-6243 F,nckeer- Address - Phone' Engineer - AddraiL- Phone: Contractor: Engineer. ThomesB4yle City or Bonita Springs Klewit Soulhem 239-432-2732 Public Works Department 450 Dholdend Drive 1609g Jamas Whitehead Road Peachtree City, Georgia Fort Myers,.Flortda 33012 Contrad Date: December 27, 20D5 Contract Dale October 5, 2005 Final Conbacl_AmtwnC 929,333,50 $1,298,742.03 Completion Date: January 90, 2006 ComdetWn Data: June 2007 Protect Name: Culvert Replacement In the RNW Oaks, Prow Name: Twin Lakes Interconnect Palm River Subdivision Owner -Address -erect Manager -BIOM Omar - Address - Prated Manager - Phone: Copier County Color County Storffwmter Management Slormwater Management 2885 Horseshoe Drive 2885 Horseshoe. Drive Naples, Flodde 34104 Naples, Florida 34104 Margaret Bishop Giartftanca Nicoiad Engineer - Address - Phone: Eminear- Address - Phone: Collier County Agnol Barber 6 &unclogs, Ina- Stormwater Managoment 7400 Tamiaml Tral North, Supe 200 Naples, Florida 34108 Roger Sanckus Contract Date: April 4, 2005 Contract Date; September 12, 2005 Final Contrad Amount: 9679,642.50 Final Contract AmarM: $750,120.76 - Completion Dale: July 8, 21105 Carole Date: March t, 2006 s:\Nsptu Teas\$harad Flles\Dpuience St—f—"—Ml1ZAhx EXPERIENCE STATEMENT -SOUTHWEST DIVISION Protect Name: SCWTP Rehab Reactor 01 ProlactName: Master Pump Station 302 RehablRlaBon Owner - Address - Protect Merionor - Phone: Owner - Address - Prolom Manager- Phone: Collar County Public Utilities Planning Colter County Public Udltles MaMhg 3 Project Management & Prgect Management 3301 East Tamiamt Trall 3301 East Tamlami Tral Naples, FL 34112 Naples, FL 34112 (ria)252-421e (2311)252.4211 Enaineer -Address - Phone; Enatneet- Address - Phone: WA Q. Grady Mlmr 6 Associates, P.A. Daviel Schmitt 3800 Via Del Ray Bottle Springs, FL 34134 Contract Date: July 28, 2008 Contract Data: November 10, 2008 Final Contract Anwurd: $97,400.00 Final Contrad Amount: $2,011,347.57 Completion Dale: December 3, 2009 April $0, 2010 Protect Desedotlol: Rehabilitation of Pump Station 302 Complete Tear out of existing pumps and piping. Installed 8 new 100 HP pumps and associated 30" piping, Bypassed sanitary pump station with a 30,000 GPM bypass system In In s*eme light conditions. Protect Name: Magnolia Pond Drive Stortnwaler Improvements PrQioct Name: Year 4 Sewer Districts 1Nastewaler Lift Stalbm . Phase One and Two owner • Address - Prolad Manger - Phone: Owner - Address - Protect Manager - Phone: Caller County Sformwatsr Dept. Marco Island Utilities 2885 S_ Horseshoe Drive 50 Bald Eagle Drive Naples, FL 34104 Marco Island, FL 34145 Yat Prince James Miler, Pubic. WDrks (239) 262-5878 (239)394.3580 Erwinser- Address - Plane: Eminatx -Address - Phon: Q. Grady Minor & Associates Boyle Engk*Wng Corp. 3800 Via Del Rey 4415 Metro Pkvey., Sts. 404 Bonita Springs, FL 34134 Ft. Myers, FL 33910 David Schmitt, P.E. (230) 278-7998 (239)947-1144 Contract bate: June 29, 2009 Contract Data: May20, 2008 Fuad Contract Amotift $86,776.00 Final Con root Amount $1,777,186.54 Completion Dale•. October 2, 2009 ComMetlom Date: AAAI 23, 2010 Prolect Destxb1140; InsttlNion or 1s preosstcawm6w9wells Von 1s 1020 feel deep in NdslaV mMeruW Miehborhoods. Ioelsead Jatva vaults, mecbt mardrW* hatch Covera a 12 inch WAVY anww Vam muter a armor to watxas far 19 01 etalons. Project Name: Master Pump Station 101 lmprbvements project Name: Port of the Islands Mechanical & Electrical Work at Water Well No. 3 Owner - Address- Protect Manger- Pawns: Owner - AWraes - ftled Manaoer • Plane: Color Couniy Public Utilities Port of the Island Community bnprovemonl 3301 E. Tamlami Trail, Bldg, H District Naples, FL 34112 (239)252-4285 Engineer-Addross _plane: Engem-Address-Phone: Agnoll, Barber& Brundage, Inc. Hob Monies, Inc. 7400 Tamiaml Trail N., $to. 200 950 Eaca-s Way Naples, FL 34108 Naples, FL 34110 (239)697-3111 (239)254-2000 Contract Date: November 30, 2009 Conlred Date: December 21, 2000 Final Contract Amount: $147;534,82 Final Cordrmt Amount: $169,398.99 Commletlon Dale; August 8, 29110 j sticn Deja: June 2, 2010 Protect Description, Protect Descrbtian: Install forcemabt and generator at MPS 101 Mechanical & Eiadlical work associated with now water well No. 3, Including new well pump, control 9aNG, MAY motor and telemetry connection to well No. 3 system. S:1NapIns Fier\Shred FBes\FXPerlenC* ftoE meet S!1 12.*Se 110 EXPERIENCE STATEMENT - SOUTHWEST DIVISION Proled Name: Msckle Park Phase 3 (A) Improvements erect Rama: Isle of Capri - Phase I Waley Main Improvements Owner - Address - Prolect Manaaar- Phone Owrw - Address • Prolecl Manager- Phone: CRY of Marco Island Collie County Public Utilities 60 Bald Eagle Drive 3301 Tamismi Tref East Marco I clarrd, FL 34146 Naples, FL 84112 Diana Dued 238-262-4218 Enolneer-Address - Phone. Ennineer - Address - Phr_xre: American EnBlnearing Consultants of Marco Island, Inc, David SchrrdR, P.E. 673 Said Eagle Drive Q. Grady Minor Maroo Island, FL 34145 3800 Me Dol Rey (230) 394-1607 Bonla Springs, FL 34134 298.947-1144 Contract Dale: January 10, 2010 Contract Date: Apd 29.2010 i IC reel6Mnt: $240,100.00 Finan ad Amount: $008,000.33 Completion Dale: April 30, 2010 Cornolellon Date: January 2, 2D11 Descmlan: Prolect Description: Park renovations to Include: New asphalt walkway around lake, new Protect Installation of new water dlstrImAon pipe to that connects to the bollard Ilghting, new lake fountain. new polgonshelter soisthg 124nch water wansmIr" main that goes into the, Islas or Capri from Collier Blvd. Includes Installation of approx. 46W LF of 12° PVC and 45M LF of 6" PVC. Work also Involves Installation of now service lines and cross eonrwAon devices at each service localion, along w41h several new fire hydrants and rand restoration. Proled Name: Wrierbarry Drive & South Hsalhwood Drive rMlecf Name: MPS 104 Reclaimed Water Main Supp Water Main improvements Owner -Address - Protect Menaaer- Phone: Owner -Address - Protect Manaoec-1?h= City of Marco lalwW Cotler County Pubic Unities 50 Said Eagle Dive 3301 E. Temiend Trall Marco Island, FL 34145 Naples. FL 34112 Timothy E. Plater, P.E„ Public Works Director ShaMM Srldhar 230.389.5000 239.252-6345 Encineer- Address -Phone: CoUlneer - Addrees_ptlom AECOM Technical Services, Inc. Greeley and Hansen 4416 Malro Parkway, Suite 404 1567 Hayley Lens, Sulte 201 Fort Myons, FL 33016 Fort Myers, FL 33907 Alfred J. Mita, P.E. Kevin H(ggirtson, P.E. 230-278-7996 239-228-91780 Contract Date: March 4, 2010 Contract Dais: April 27, 2010 Final Contract Amount: $130,881.37 Final Contract Amzml_: $245,00820 ComNsllonDalw October 20, 2010 ComoleNon Dais: January 21, 2011 Project Description: Pried Descrioflon: 18" Inlercontmi to existing 38" ductus Iron watsrmeln Conshucibn of Approx. 240 LF of 18 Inch and 18Irtch reclaimed water main and Impmvemeres to a wastewater pumpirlp station, incWding ane hortzentai dlrodional drill roadway crossing &td a3 pipe, Fittings, appurtenances, valves, connection to eadsting recialmed water main, air release valves, surfeoe, restoration, leafing, and placing now redalmed water m ah and pumping steoorl improvemerile In cervica. $;\Nples Files\$hMd 5li t ITjerx 11D EXPERIENCE STATEMENT - SOUTHWEST DIVISION Protect Nomo: Immokalee b Everglades Intersection Improvements Prosect Name: Pepesh Creek Preserve IrWovemants Owner - Address - Prolect Manaoer - Phortx Collier County Board of Cormdsebnera Owner-Addrass - Prosed ManaOer - Phone: Lee Count' Rnard of County Comfnlssbrim 3301 Tamiaml Trall East P.O. Box 396 Naples, FL 33412 Fort Myers, FL 33902-0398 Anurs Keruna-Mull 23"3-8131 Engineer -Address - Phone: Enoineer- Address - Phone: Collier County TECM T.Y. Lin International 2885 Horseshoe Dr. 2400 First St., Ste, 200 Naples, FL 34109 Fart Were, FL 33901 Richard While Jr., P.E. (239)332.4846 Contract Dote: August 2, 2010 Contract Data; December 14, 2010 Final Contract Amount: $50,108.00 Final Contract Amount: $1,035,428.48 tic npielbn tete: November 8, 2010 Comotelion Date: June 30, 2011 Descrlotion: im>ecc n: Suboont ad Agreement with Better Roads, Inc. Protect Work at Popash Creek concerted of oo nshudion external berms on three sides of the 307 acre preserve, constructing soma internal berms in the South area, lowering the existing east -west berm (south of the Interceptor ditch), Installing 361 and 48" RCP's, channel excavation as pad of Lake 1, sand cement rip rep InstaMaBon, rip rap Installation, sheet piling, weir gets Instattallon as well as other miss. storm Improvements. Protect Name: North County Water Redamalian Facility f!folert Name: Lee(Hendry County Construction of Flow Meter Replacement, Phase 2 Injection Web Surface Facilities Owner - Address - Proled Manager- Phone: Owner . Addreaa - Prolsrt Marneaor- P1Lane Collier County Board of CvAty Commissioners Lee County Hoard of Counly Commfssfoners 3301 East Tamiamt Tree P.O. Box 396 Naples, FL 34112 Fon Myers, FL 33902.0398 Claude NesbBt, Sr Projed Mgr. Keith Howard, Solid Waste 230.252-8380 239-613-6917 Englrtgar_:Address - Phone: — — Endneer- Address - Phone: Hole Montes MWH Americas, I= 050 Encore Way 14311 Metropolis Ave., Ste. 10t Naples, FL 34110 Fat Myers, FL 33912 239-264-2000 Cordon Kennedy 239-236-0011 tetrad Dale: May 21, 2010 Contrail Datev January 25, 2011 Fowl Contr Amount 6192,994.05 Final Contrail Amount $1,455,000:09 ComotigtiotData; December 6,2010 Prosed ComdetionDale: November 15, 2011 Descrinttorc Desaiotion: Furnish and Install EQ Tank Proiod Construction of a 2 acre kl)Ktete Slorage Pond, installellon of Furnish and Install OX Ditch double containment HDPE piping for transfer of leachate, InslWalion of an injection wag and monitoring wall, Insialaltonof on annular pressure taNrladwith nitrogen, installation of monitoring went pumps, transducers and appurtenances along with Injedate transfer, sag -priming, noir-efog, horizontal pumps. Project also Invoked Installation of ani associated electrical and complicated Instrumentation system to rater for lite aaie transfer of teachole from various storage ponds into the Injection Well. S:\Npfn FtluWwmd StnnMnmt 5 31 12.Xlsx 110 EXPERIENCE STATEMENT - SOUTHWEST DIVISION Lakes Perk Water Quetity Improvements yaweaa - nor"'M"1'''` a frau, use - r,n„c:. Lee Courcy Board of County Commisslolars P.O. Box 396 Foil Myers, FL 33902-0398 Anura Karuna-tuns 239-533-8131 AIM Engineering 6 Surveying, Inc. 5300 Lee Bbd. Lehigh Acres, FL 33971 Lee Flynn, P.E. 239.332-4569 act Date: Apr1126, 2011 C ordract Amount: $487;985.00 Netion Date: October 30, 2011 Imcling W additional control stnrcluras (CS 4 and 6) to enhance nt flaw patterns and reduce stagnant zones at the north and south of the west hake, The two existing control strudans (GS 1 and 5) modified by Installing slide gates to reduce low through these urea. The project also involved clearing and grading of four ng spoil Islands to create Moral shelves by the removal of A and spot material and the (dentlng of pall" wetland vegetation. NCWRF Repair 5 Sludge Presses �aw,vos - r,.nc-u mpnnuer Coiter County Board of County Commissioners 3301 East Tamiaml Trail Naples, FL 34112 Claude Nesbltl, Sr. Project Mgr. 230262.8360 Komflne-Sanderson Engktearing Corp. 12 Holland Ave, Peapack, NJ 07977-0257 Steven Lukacs 906-234-1000 Id Date: July 15, 2010 ;onlraclAmaad: $143,000.00 fDate! November 14, 2011 sludge presses at 1, 2, 3, 5 and 8 NCWRF Deep ktjecilon Wei Mag Melar Replacamorit 3339 Tamiaml Trail E., Ste. 303 Naplea,FL 34112 Craig J. Pejer, Project Mareg ar 239-252-2554 NA DAM January 10, 2011 drect Amount: $24,628.72 on Date, September 13, 2011 and Instal Nt WRF p1W Magnetic FIOW Melere, electrical don and roconloollor% provided and Installed 24 Inch Mega - S:\Napkx Filort.Shwed FIwr%Expx,ience Strttsmfnt 5 31.12.xlsx East Naplealsolena Road Pump Station Improvements City or Naples - PWIk U1111lies Division 360 Riverside Circle Naples, FL 34102 Dave (ira8 239.2134718 Enolneor - Address - Phoria: Tetra Tech 201 East Pine 61roo1, Ste. 1000 Naples, FL 34102 Jennifer Woodall. P.E- 407-8303055 Ccobaot Date: March, 2010 Final Con trqd Amount 50001000.00 Comolelion Dale: February, 2011 Protect Description: Replacement of high services pumps, installation of aladdcal rooms and roof modgoallons, VFD Installation, 600kW generator InWaislion as well as other mechanical, structural, eledriea) and instrumentation knprovernants d two booster 90RWTP Chlainailon Improvements Acoreas- rrpaeu Mdpa u, - M-9. Coliler County Pubic Utilities 3301 E. Tamiaml Trail Naples, FL 34112 Alicia Abbott, Project Manager 239-252-5344 rr - Address - Phone: Tetra Tech 201 East Pine Street, Ste. 1000 Naples, FL 34102 JannVer Woodall, KE. 407-83&3965 2 Date; June 17, 2011 mtrad Amount: $98,831.00 Ilion Dew November 3, 2011 (4) 8' Gravity Line Segment Reptaoemoot a" Vanderbilt Drive Colter Canty Public U0111es 3301 Tamerni Trail E. Naples, FL 34112 James Sainvilus, Project Manager 239-2524285 NIA 1• Auguat18,2011 I Amount: ¢158,000.00 WK September 23, 201-1 I t11- rspaks on Vanderbilt Drive 11D 11D EXPERIENCE STATEMENT - SOUTHWEST DIVISION Prole0t Name: • Wyndemere Country Club Remove/instal 43 Fire Protect Name: NCWRF Compliance Assurance Hydrants A Wives Owner - Address - Protect Manager - Phone: Owner - Address - Prdeet Manaaer- Phone: Collier County Water Dlsirlbutim Collar County Pubic Utltlies 4370 Marcantle Ave. 3301 E. Tantism!Trall Naples, FL 34104 Naples, FL 34112 Pam Libby Peter Schell, PMP 230-252-6239 Engineer - Address - Pggjm: Enalnear- Address - Phone; WA 1-101a Mortes, Inc. 850 Eneprs way Naples, FL 34110 Clifford Pepper,P.C. (239)254-2000 Q2rflract Date: September 6, 2011 Contract Date: November G. 2009 Final Contract Amaonl: $911,350.00 Final Contra d Amount: $8,e83,000.00 Corryleffor,Date: November 21, 2011 Completion Osteo November 23, 2011 Proleld Desrrml0n: RemoveAnstal 43 Fire Hydrants 4 Valvas. Prdecl Desciloft: Upgrade to exlsing odor control system. Ins(alation of 4 row RemoveAnstal 3 Inline Valves odor control t6te. Conatrlldlan of two HDPE Ined water Install 1 raw Inline Valves slorags ponds. Repairs and reshapinp of existing Ponds - Upgrade to exIsling MLE Aaralon basins IncWding fine bubble dlluser systems, cenfrifugaf blower and odor oor*ol covers, Stormwaier upgrades throughout sle,incl iding ponds and swales. Upgrades and modifications to wising chemical supply syslems Prolert Name: Vanderbilt Beach MSTU, Gulf Share Drive Utlly, Bella Terra - Replace Exdslrrg Irrigation Relecate Main owner - Address - Pmtecl Manager - Phone: Owner - Address - Project A RM!lr-PhWe: CdlterCounty Public Ulitles Habltal Lakes LLC 3330 Tamiaml Tral E., Ste. 303 782 INN 42nd Ave, Ste 630 Naples, FL 34112 Mleml, FL 33126 Mark Sunyak, P.E (Project Manager 305.445.9850 Enafneer- Address - Phone: Mak'*n Pimte Enalneeir - Banks Engineering 4315 Mauro Pkwy, tile, 520 10511 Ben C. Pratt Pkwy. Fl. Myers, FL 33916 Ft. Myers, FL 33886 239-939-5490 Contract Date: November 28, 2011 Contract Dales December 5, 2011 Flrwl C0nlraGt Amaurd: $72,778.50 Fines ContracIAmowxt: $108,712.111 Completion Date: January 27, 2012 Completion Dale: January 18, 2012 Pried Dosc&don: f'ro(ggDesc pfion: S.\Naples Ffle%EXWIGn StalwMnt 53112xxr% 110 EXPERIENCE STATEMENT - SOUTHWEST DIVISION Prolact Name: Pump Station 312.294 312.41 Refurbishment Proiect Nome_: Hendry County - Construction of CR 78 Phase 1A b 1B Aranage Improvements Owner - Address - FlutedManaoer- Phone: Owner -Address. proled Manngr- Phone: Caller County Pubic Utilities Hendry Cotnly Board of County Comm. 3339 Tamfeml Trac E., Ste. 303 P.O. Box 1607 Naples, FL 34112 09 East Cowhoy Way Zamora Dal Toro, Project Mgr. LaBelle, FL 33975 239.252-0279 Shone Parker, PE (803)676.5222 Enakteer - Address - Phone: Fnainew - Address - Phone: Tetra Tech, Ino. Johnson Engineering 10800 Chavrofol, Way, Ste. 300 251 W. Hlckpodree Ave. Ealero, FL 33928 LaBelle, FL 339M Danny Nelson, P.E. James. V. Lofton, Jr. 239-390-1487 (863)812-0604 Contrail Dale: August 23, 2011 brad Date: December 1. 2011 Fnftl ContractAmowl: $267,222,12 Final Contract Amount• $765,516.97 Completion Date: April 25, 2012 Camoletion DO: July 10, 2012 Project Daeormkin: PS 312 20 - Refurbishment of existing PS 312.29 to Install new HDPE Prow Descr own Remove & Instal roadway concrete box culverts and headwalls. discharge piping, now chock and plug valves, now pumps and pH probe, Installed concrete sediment bash 4 dill block. steel shoal Also emended existing electrical ooniml panels to slow for new pie, grade work for siopas and relocation of swales and componaMs New curbs, stone, d landscaping Installed. dllches, remove and replace guardrails and asphal. PS 312.41- Refurbishment of existing PS 312.41 to instal now HDPE Instal pedestrian picket rolling, tW FWR drainage pipe, sod, discharge piping, check and plug valves, pumps, electrical control panels, signogo and striping. gavrotorwih ATS, new telemetry Weng with new lining In pump Nation. Privacy sial; wore also instated h existing fence along with now stone landscaping. Protect Nome: Traditions, Golf Rasldenees and Miles at Grey Oaks Proust No Michigan Street Sidewalk Project Owner - AddresaTPrfgrtyt Manager - Phone: Owner - Address - Protect Manager - Phone: CCC Traditions, t -t.0 City of Bonka, Springs 135 San Lorenzo Ave. 9101 Bonle Beach Road Coral Gabes, FL 33146 Bonita Springs, FL 34135 (239)949-6282 David Llccardl Erxrineer - Address - Phone: Enninaer - Address - Phone_: Peninsula Engineering Lake Hickory Ventures, Inc. 2600 Golden Gate Pkwy. 22210 Fairmont Co. Naples, FL 34106 Estero, FL 33928 CJ Brown (238) 895-4008 239-262-2800 Canntd Daws. Jamary 1, 2012 Corxracl Date: August 15, 2012 Final Contract Amount: $383,690.00 Final Con Amounl: $175,734.00 Comoletion Dots; July 13, 2012 Comolell Date: September 28, 2012 Protect Description Modification of 4W&Mg sanNary rawer sysstem from single family Furnish and Installed Portland Cement Connote oldewald flkxg Woo layout to mutli4amtiy home layout, new City waist system, the west side of K"ilgan sorest from Bonita Beach Road to modification of existing drainaga system. Pennsylvania Ave. Pro1ed consisted of 2220 LF of sidewalk, 15%24', and 30' reinforced concrete pipe, mitered end sections, yard drains, vertical headwal, FOOT approved rating, ill malarial, sod, signage, striping, and vadoua incidental Kerns. &:\Nada= F3e5\51vared Foes\Experisnw 5tatement 5 31 12A EXPERIENCE STATEMENT SSCUTHNIEST DIVISION RE jed Name: Immokalee Storntwater Downtown Improvements Prdact Namo: Getaway Triangle Residential Area Tottery Stormwater System Improvements ower - Address - Proled Manner - Phone: Owner - Adftss - ProleCt Manager - Pharr Collier County Board of County Commtask+nafs Colla County Board.of County CommiesicMM Immokalee Area CRA esystiore Gatawq Triangle CRA 1320 N. 16M St. 4069 Bayahore Drive Immokadse, FL 34142 Napes, FL 34112 Bradley Muckel Ashley Caserta (239) W7412lx1202 (239)643-1115 Engineer -Address -Phone: Fa*eer-A as -Phone: CDM Smllh, Inc, Q. Grady minor and Asses P.A. 2180 West First $I., 9.400 3600 Via Dal Rey Fad Myers, FL 33901 001*8 Springs, FL 34134 Marc Stonshouse, P.E. DatAd SchrNdi (239)938-9616 (239)947-1144 Contract Date: January 24, 2012 Contract Date: March 30, 2112 Final Cardrad Amount $2,709,797.14 EMCon Amount $1,731,977.00 Completion Dade: December W,, 2012 Completion Dole: February, 2013 Proled Description: Proled Doscrlrrllo0: Cons"od 7.6 ase retention pond and approximately 16,500 LF of This project was designed to reduce known floodkq In the RCP storm sower ranging in she between 18 and 42 Inches. The work Gateway Triangle. Removal of axfslhg wivarts, mitered ends was competed In a sornWrban part of Immokalee, FL and also Included and driveways, Installation of over 10,000 LF of culvert pipe. 262 LF of 4 x 0 box culvert parallel to and under an exlsUng road. over 400 mflol'ed ends, 300 driveways, regradinghoallghmenl of grass swales and pavement overlay of disturbed areas. Protect Name: Irrigation Quality Water Shag - Pdo* Group 2 S9es Proled Name: NCWRF Multiple Projerls - Bleach Piping, Knife Gate Valves, Channel MOM Clarifiers, Potable Water Interconnect Owner-Addraea- ftpW Manner- Phone: Omer - Address - Protect Manager- Picone: Collier County Public 1191ifia8 Colder County Pudic UlYllles 3339 Tamleml Trall E., Sle. 303 3339Tamiarrd Trail E., $te. 303 Naples, FL 34112 Naples, FL 34112 Aaron Cromer, PMP Craig Pajer, Project Manager (239)252-5338 (239)252-2554 Frxlnear - Address - Phone: Engineer - Address - Phone: Hole Montes, Inc: Hol* Monles, Inc. 950 Encore Way 950 Encore Way Naples, FL 34110 Naples, FL 74110 Frank Feeney, P.E. Jerry Tarkske (Z39) 264.WW (239) 254-2000 ContractDaW January 24, 2012 CorilrWAPate: July21.2011 Final Conrad Amouol: $515,474.13 Final Centrad ljntWnt; 5457,031.30 Comoleton Date: February 13, 2013 Completion Oala: Am 21, 2013 Proled Descripllon: Allow, improved corikol and monitoring of IQ Water usage at Tarpon Cove, ProIW Deagdptkm Bleach Pidnn - Remove, replace and paint 1 11Y, 2" & 3" PVC Cadusa'Bay Veteran's Park and Vineyards Elarno"Y School Properties.. bleach plphg and valves at Bre North Bleach Facility Installation of 4 motor assemblies comprised of an MDV, electromagnetic Knife Gale Valves - Remave 3 exisling 301 knife gate valves at flowmeter, flow central valve and all associated power and condrots the mbcad liquor sputter box endrepice vllh 3.30" plug valves hardware and software. Chi 8091 xers - Remo 4 existing 1 hp mixers and repiwA vlth 4 1h vertical sold shaft right ongle mixers located in the MLE Aeration Bosh InNent channel. Polable Water Intercaated - Install 6" & 4" ductile piping, valves enol. backflow preventer b cormeol the BFP Booster Pump at the Sludge Handling Buldlog to Iha potable water system. Cladllm 8 3 7 - Remove and replace dive systems, rabulkl center columns, replace seals. mpair, replace and coat corroded metal, piping and valves. S:i,Napla6 FikAsharad Filsikf etarlarca Statement 5 31 12A 11D TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure(Quantity) Cost Cost (Description)LS F,SY) na" loo oo CD- 2. 3. 4. 5. TOTAL $ 3 0o, oo Failure to complete the above may result in the Bid being declared non-responsive. 20 Construction Services Agreement: Revised 07012013 11D SAIrt-amn,ty Adn*1sireb1m Sarv1mDvlss1cn AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS Solicitation #13-6161.Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 (Check Appropriate Boxes Below) State of Florida (Select County If Vendor is described as a Local Business Collier County Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless It contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following Information: Year Business Established in 00oliler County or ❑ Lee County: 1990 Number of Employees (Including Owner(s) or Corporate Officers): 36 Number of Employees Living in 0 Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 26 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Douglas N. Higgins, Inc. Date: 10/28/13 6 Collier or Lee County Address. 44$5 Enterprise Ave Naples FL 34104 Signature: h" a, K/a VAt Title; Vice President STATE OF MICHIGAN: �KWASHTENAW COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 28TH Day of October 120 13 Notary Publi My Commission Expires: bo I 21 Constriction Services Agreement Revised 07012013 11D t TIN -X OR 28MN -RSE$H1�COL VISITpUW SkE AT y�Nw b4f I�eriax cCie h , ?3; r� TM RECE'IPt EXPIRES SEPTEMBER 80, 2044 s i__ LA -E1*- El i 91N . S$ FbR i} i.IC ii43 N �LCAfdOt�,d48RISEAI/E '� �Q Ij.OI1C18DRGONT#tALOA4?�.i4W8 2ONEd' INi$TR�JR� LIC 1541 .�'��� « Ftl}3 TAX [S aN-F;BFUNdJ1BLE BUSINESS PHOI,IE' :774-.3i30 TION* 4 y pp r ij rr �Y , y;... CORP 81ATE=LIC t b, tbB(�189 a' QOUGtJ N 1f3'a �w i ' pp y y, .I C 3 �' P t J' �'. •"' its 1„ 7 1, ,`}11-.�i, I�Ie"i�„ 4CiN %„3} 9 44859; �P'. NA LE 844 00n � = rta'' �"! 4 s "� � wx�':.- 1 � r � s =r'� .� � • w ;�." �'R��T � l;l,._ �a ^�'� d � :... 91 p.. •ti Y'� a 3 ,{ fit. •, t '. -� i NUMBER OF EMPLOYEES 1 1a EMPLOYEES ` CIA ss1FI�J�'CIb>0 G'94RAL COl iT 05 r` }Fy� ` s a c d T �' 07118'2013 ' � ' i •,i � A LA81�IF{ iTl�il+( �,t'05100101 c. �, # ""R e Af PITS $;OQ 1412.10 ri COL i -0Y, ri-.} �s ,.' _ ,�� .. +•fes 110 d �enlives , Purdwsing AFFIOAvnr FOR CLAIMING STATUS AS A LOCAL BUSINESS Solieliation #13-6161 Livingston Road IW Water ASR System Well Below the USDW - Phase 2 (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business Collier County jj Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board .of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. to addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way, This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a'16cal business" under this section. Vendor must complete the following information:. Year Business Established in QCollier CountyormrLeeCounty: 36 Number of Employees (Including Owner(s) or Corporate Officers): el Number of Employees Living in ❑ Collier County or�Lee (Including Owner(s) or Corporate Officers): 55 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Younjul6t Brothere, Inc. Dater Ootober 31, 2013 Collier or L u A dress: 154-651'i a Kidtolo, Rod F M ers FL 33005 Signature: Title: Vice Freeident C.W. "bill" Mu"olwhito STATE OF FLORIDA: [].COLLIER COUNTY g(LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 316t Day of Oathbw , 2013 , Notary Public My Commission Expires: October 7.2016 a CHRISTW FWAIGHT (AFFIX OFFICIAL SEAL) MvcoMMSSONreE2oseaa r EXARMOOON17.2016 �, BadalTAluiloYryPditcUndeiwri�s 22 Construction Services Agreement: Revised 07012013 YOUNGOUI5T BROTHERS, INC. A5 WELL DRILLING 5000NTRACTOR ,.. s�gfi� OW FLO 04A SOHI ItST Fi»ORIDAtItITR 1�N�16.�N1�NT"L118TRIG'f �k CERTIA'`THAT , arve Yo r HAS BE66PLY LICENSEDq`S A,wAi> 1NELL CONTF41 ftQR IN THE STATE QF sJ:ORIDA JJER ExwtiArioN ogre w + July 31, 2015 w 110 • r AC# 6135599 STATE OF 'FLORIDA DEPART NCTRICAtrg�O TRACTORERL'TFON$TNaLBbAR�ATION . SEQ#L12052100e14 ;The ELECTRICAL CONTRACTOR Named b'slow IS CERTIFIED Under the provisions of Chapter .489 FS. Expa14 iration date: AUG 31, YOUNGgDIST, HARVEY< BRUCE YOUNGQUIST BROTHERS INC. 15465 PINE 'RIDGE RO�'.. D FORT MYERS FL 33908 RICK SCOTT KEN LAWSON GOVERNOR SECRETARY DISPL�iYY'AS REQUIRED BY LAW AC# 613 5 52 3 a STATE ,gOF TLORID/ 9 ( DEP ARTM ONSTRUC IOr INU�RYR EI STN[3LBaA ,lowSEQ#>;xao5zloo73s DATE j L,4b Vas ♦au aqua. 052012 119]877$3 CC#C1517866 s The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of--Chapte> 489 FS.. Expiration date: AUG 31, 2014 YOUNG 118T, HARVEY. BRUCE YOUNQSUIST BROTHESS INC 15465 PINE RIDGE ROAD FORT MYERS FL 33908 RICK SCOTT RI3N LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW 110 S&7��r C014ftty AdminMaWe SwAc3es Wsion Pus Immigration Law Affidavit Certification Solicitation: #13-6161 Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at time of the submission of the vendor'slbidder's proposal Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E -Verify program, may deem the Vendor. L Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986.Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E Verify), operated by the Department of Homeland Security In partnership with the Social Security Administration at the time of submission of the Vendor's l Bidder's proposal. Company Name Doualas N Hiaains Inc Print Name Kelly A. Wilkie Title Vice President Signature Date 10128/13 State of Michigan County of Washtenaw The foregoing Instrument was signed and acknowledged before me this 28t day of October , 2013, by Kelly A. Wilkie (print or type name) who has produced Personally Known (type of identification and number) as identification. Notary Public Signature 5anara r.. damson Printed Name of Notary Public 1-16-1 Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the swom affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 23 Construction Services Agreement: Revised 07012013 11p Company ID Number: 364882 THE E -VERIFY PROGRAM'FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Douglas N. Higgins. Ine._ (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E -Verify). This M0Q explains certain features of the E -Verify program and enumerates specific responsibilities of DHS, 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 or to verify the entire workforce if the contractor so chooses. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (1IRIRA), 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 with the FAR E -Verify clause") 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 Page 1 of M I E -Verify MOU for Employer I Revlslon Date 09101M www.dhs.gov/E-Verify 11D ''E -Verify Company ID Number: 354882 by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.G. 1306(a)), and SSA regulations (20 CFR Part 401). 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 non -citizens 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 DHS 1. After SSA verifies the accuracy of SSA records for employees through E -Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on 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. DMS agrees to make available to the Employer at the E -Verify Web site and on the E -Verify Web browser, instructional materials 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. QHS agrees to Issue the Employer a user identification number and password that permits the Employer to verify information provided by 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 employees' 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 Page 2 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 11L �E-Verify Company ID Number; 364882 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 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DNS 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 DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E -Verify. 3. The Employer agrees to become familiar with and comply with the 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. 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 e" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 G.F.R. § 274a.2(b)(1)(6)) 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 DHS Form 1-551 (permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 131E Verify MOU for Employer I Revbsion Date 09!01109 www.dhs.gov/E-Vorify 11D -Verify Company ID Number: 364882 and written information, The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List Band List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E -Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2748 of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E -Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E -Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $5511 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 I-9 and E -Verify system 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 the Form 1-9 has been completed), and to complete as many (but only as many) steps of the E -Verify process as are necessary according to the E -Verify User Manual, or in the case of Federal contractors with the FAR E -Verify clause, the E -Verify User Manual for Federal Contractors. 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. 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 Page 4 of 13 1 E -Verify WU for Employer I Revlslon Rate 09/01109 www.dhs.govfE-Verify 111) " Company ID Number: 384882 uses the E -Verify system 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 111, below) regarding tentative nonconfirmations, Including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer Is required to take affirmative steps (see Article III. B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's 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(1)) 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) unfil and unless secondary verification by SSA or DHS has been completed and a final nonoonfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification it. 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 1954 and section 2748 of the INA, as applicable, 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 2746(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 274E 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 - Page 6 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dh9,g9v1E-Verify 11D Company ID Number: 364882 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 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 DHS 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 DHS requests for information relating to their participation in E -Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E -VERIFY CLAUSE 1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, It must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. 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 with the FAR E -Verify clause agree to become familiar with and comply with the most recent versions of the E -Verify User Manual for Federal Contractors and the E -Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E -Verify clause agree to complete a tutorial for Federal contractors with the FAR E -Verify clause. c. Federal contractors with the FAR E -Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E -Verify at the time of a contract award must enroll as a Federal contractor with the FAR E -Verify clause in E -Verify 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, Page 6 of 131 E-Vwlfy MOU for Employer I Revision Dale 00101!09 www.dhs.gov/E-Verify 11,0 Company ID Number: 364882 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 with the FAR E-wVerify clause, the Employer must Initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in E -Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employers that are already enrolled in E -Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E -Verify clause: Employers enrolled in E -Verify for 90 days or more at the time of a contract award must use E -Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E -Verify as other than a Federal contractor with the FAR E -Verify clause, must update E -Verify to indicate that they are a Federal contractor with the FAR E Verify clause within 30 days after assignment to the contract. If the Employer is enrolled In E - Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use 5 -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 with the FAR E -Verify clause In E -Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E -Verify clause 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 with the FAR E -Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986, The provisions of Article II. 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. f. Verification of all employees: Upon enrollment, Employers whe are Federal contractors with the FAR E -Verify clause may elect to verify employment eligibility of all existing employees working In the United States who were hired after November 6, 1986, instead of verifying only new employees and, those existing employees assigned to a covered Federal contract. After enrollment, Employers 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. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E - Verify clause: Federal contractors with the FAR E -Verify clause may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E -Verify clause may also update previously completed Forms 1-9 to initiate E -Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Page 7 of 131 E -Verify MOU for Employer I Revislon bate 09/01/09 www.dhs.gov/E-Verify y Company ID Number: 364882 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 1-9 contains no SSM or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 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 II.C.5, subject to any additional or superseding Instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. 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 with the FAR E -Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E -Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. ARTICLE IIi REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. if the Employer receives a tentative nonconfirmatlon issued by SSA, the Employer must print the notice as directed by the E -Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 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 w.ili 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 Page 8 of 131 E -Verify MOU for Employer I Revision Dale 09101/09 www.dhs.gov1E•Verify Ila t i 46-Verlf Company ID Number: 364882 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 E -Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 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. The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS 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 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 DMS. DNS 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 DHS for review by: Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (paid for at employer expense). 7. If the Employer determines that there is a photo non -match when comparing the photocopied Lista document described in Article II.C.5 with the image generated in E -Verify, the Employer must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. Page 9 or 13 1 EVerify MOU for Employer I Revision Date 09/01/09 www.dhs.9ov1E-V9rify 11D Company ID Number: 364882 y 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 E - Verify, 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 EVerify 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, the E -Verify User Manual for Federal Contractors or the E -Verify Supplemental Guide for Federal Contractors. Even without changes to E -Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E -Verify clause 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 with the FAR &Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E -Verify clause 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 participants that are not.Federal contractors with the FAR E -Verify clause; 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 DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E -Verify clause, termination of this MOU by any party forany reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described In this MOU. Page 10 of 13 1 E-Varify MOU for Employer I Revision Date D9M1M www.dhs.gov/E-Vorlfy 11D Company ID Number: 364882 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 an this subject between DHS 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. Page 11 of 13 1 E -Verify MOU for Employer I Revision Date D0101 /09 www.dhs.gov/E-Verify 11D �9-Verifv. Company ID Number: 364882 To accepted as a participant In E -Verify, you should only sign. the Employer's Section of the signature page. If you have any questions, contact E -Verify at 888-464-4218. Employer Douglas N. Higgins,he. Suzanne Hawker Name (Please Type or Print) Electrontcally Signed Title 90/15/2010 Signature Date Department of Homeland Security— Verification Division SCIS Verification Divisiou Irae (Please Type or Print) lectronicall Signed Title 10/1612010 tgnature ate Information Required far the E -Verify Program nformation relating to yo,ur Company: Company Name: Douglas N. Higgins, Inc. Company Facility Address: 3300 Travis Pointe Rd. Ste. A nn Arbor, MI 48109 Company Alternate Address: County or Parish: WASHTENAW Employer Identification Number: J81807766 Page 12 of 13 1 E -Verify MQU.for Employer I Revision Date 09/01108 www.dha.gov/E-Verify 110 ''l/rFY tv VW. ■ I 1 �I■ ■ I��-'a-n.. el.ywl Company ID Number: 364882 North American industry Classification Systems Code: 237 Administrator; Number of Employees: 20 to 99 Number of Sites Verified for: Are you verifying for more than I site? If yes, Please provide the number of sites verified for in each State: • MICMCIAN 1 site(s) s FLORIDA 3 site(s) Information relating to the program Administrator(s) for your Company on policy questions or operational problems: Page 13 of 13 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Varify 110 *,otter Cly Adr� SaMom Division pwdaov COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 Request for Taxpayer identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name. Douglas N, Higgins. Inc. (as shown on income tax retum) Business Name same (if 'different from taxpayer name) Address 3390 Travis Pointe Rd., Ste. A City Ann Arbor State Michigan Zip 48108 _- Telephone 734996-9500 FAX 734-996-8480 Email DanHMdnhiaains.com Order Information Address 4485 Enterprise Ave. Remit i Paym ent Information Address 4485 Enterprise Ave. City Naples State 'L Zip 34104 City Nar3les State FL Zip 34104 FAX 239-774-4266 FAX 230-774-4266 Email _ BrandvBdQdnhIgnins.com Email BrandyB@dnhiggins.com 2. Company Status (check only one) individual i Sole Proprietor Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) C Enter the tax classification fD - Disregarded Enti , C - Coruaratlon, P = Partnersh' 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 38-1807765 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: tinder penalties of perjury, 1 certify that the Information shown on this form' correct my knowledge. Signature , Date 10/28/13 Title Vice President Phone Number 239-774-3130' 24 Construction Services Agreement: Revised 07012013 110 Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid by .July 30, 2014, and to be fully completed to the point of final acceptance by the Owner by August 29, 2014, Thirty (30) consecutive calendar days after Substantial Completion date. Respectfully Submitted: State of Michigan County of Washtenaw Kelly A. Wilkie being first duly sworn on oath deposes and says that the Bidder on the above Bid Is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Kelm A. Wilkie , 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. 25 Construdlon Services Agreement: Revised 07012019 110 (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Michigan which operates under the legal name of Doualas N. Higgins. Inc. , and the full .names of its officers are as follows: . President Douglas N. Higgins Secretary Kelly Wilkie David Wilkie Tamara Ludwig, Sandra Garrison Treasurer Kelly A. Wilkie Vice President Kelly Wilkie Daniel Higgins Brandy Bartolone The Vice President is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken July 1. 2013 , a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co -Partnership The Bidder is a co -partnership consisting of individual partners whose full names areas 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 26 Construction Services Agreement: Revised 07012013 CERTIFICATE OF SECRETARY The undersigned, being the duly elected secretary of Douglas N. Higgins, Inc., a Michigan corporation., hereby certifies that -the following resolution was duly adopted by the Board of Directors of said corporation at a meeting held on July 1, 2013 and that said resolution is in full force and effect: "RESOLVED, That the following listed persons are hereby authorized to execute, on behalf of Douglas N. Higgins, Inc., any and all contracts and documents." Brandy L. Bartolone Daniel N. Higgins Douglas N. Higgins David J. Wilkie Kellv A. Wilkie Dated: July 1, 2013 Kelly Wilkie Secretary Complete for information contained in (a) Corporation, (b) Co -Partnership or (c) Individual from previous page. STATE OF Michigan COUNTY OF Washtenaw legal entity BY: Douglas N. Higgins, Inc. Name of Bidder (Typed) Si Tin Vice President Title The foregoing instrument was acknowledged before me this 28th day of October , 2013, by Kelly A. Wilkie , as Vice President of Douglas N. Higgins, Inc. , a Michigan corporation, on behalf of the corporation. He/she is personally known to me or has produced Personally Known as identification and did (did not) take an oath, My Commission Expires:(d/l�, iVrcaa1 (Signature of Notary) NAME: Sandra K. Garrison (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: —/ 27 Construction Services Agreement: Revised 07012013 119 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Douglas N. Higgins, Inc. (herein after called the.Principal) and Hartford Fire Insurance Company (herein called the Surety), a corporation chartered and existing under the laws of the State of CT with its principal offices in the city of Hartford and authorized to do business In the State of FL are held and firmly bound unto the Board of County Commissioners, Collier County, FL (hereinafter called the Owner), in the full and just sum of Five percent of the attached bid dollars ($ 5% _) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 Bid No. 13-6161 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void,!, .otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these`presents to be duly signed and sealed this 28th day of October , 2013. Douglas N Higgins Inc. Principal BY kvuq a. " (Seal) FjAtq(A Hartford Fire Insurance Company Surety, "(Seal) Gale A. Bells Countersigned FL RasldoM AgW4 11M , Miami, FL 33178 28 Construction servicedQ&M Mvised 07012013 11D Local Resident Producing Agent for Hartford Fire -Insurance _Co"any One Hartford Plaza, T-4,:Hartford, CT 06155 29 Construction Services Agreement: Revised 07012013 Direct lnquirieslClaims to: POWER OF ATTORNEY THE pne �otlPaza Hartford, Connecticut 06155 call: 888-266.3+188 or fax: 890-767-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-3ti0851 0 Hartford Fire Insurance Company, a corporation duty organized under the laws of the State of Connecticut 0 Hartford Casualty insurance Company, a corporation duly organized underthe laws of the Stateof Indiana O Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois, -a corporation duly organized under the laws of the State of Illinois 0 Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana 0 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida . having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the 'Companies") do hereby make, constitute and appoint, up to the amount of unlimited., Heather M. Johnson, Joel E. Spackman, TeM Mahakian, David Harfock of Ann Arbor, MI their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by Its Vice President and its corporate seals to be hereto affixed, duty attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ills,' - dip .. rb 0 W. Wesley W. Cowling, Assistant Secretary M, Ross Fisher, Vice President STATE OF CONNECTICUT IL cc Hartford COUNTY OF HARTFORD V On this 12"' day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described In and which executed the above instrument; that heknows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. T. . atstw , Kaibleen T, Msynud Nplwy Public My Commission Expi- July 31.2016 CERTIFICATE I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing 1s a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 28, 2013. Signed and sealed at the City of Hartford: r�Arr ; iK..nwr�x a t4a>•n� L p „`rtn ,NivI� ' ���tM� '•�` 1070 tDT4 .8 297! GaryW. Sttumpar, Vice PrQsldent 110 THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with. your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed and the company's E -Verify profile page or memorandum of understanding 6. Certificate of Authority to Conduct Business in State of Florida and the County's Substitute W9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 10. Any addenda have been signed and included. 11. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 12. The mailing envelope lyt be sealed and marked with: t�Bid Number; 13-6161 <*Project Name; Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 aOpening Date; October 28, 2013 13. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER -DELIVERED BIDS MUST HAVE THE BID NUMBER' AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Douglas N. Higgins, Inc. Bidder Name Vice President Sig aturo Title 30 Gonsiruction Services Agreement: Revised 07012013 Date: October 28, 2013 31 Construction Services Agreement: RmAsed 07012013 11D STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-.2395 1940 NORTH MONROE STREET • TALLAHASSEE FL 32399-0783 HIGGINS, DANIEL NORMAN DOUGLAS N HIGGINS INC 3390 TRAVIS. POINTE ROAD SUITE A ANNN ARBOR MI 481.08 Congratulatlonsi With this license you become one of the nearly one million Floridians licensed by the Department -of Business and Profedslonal Regulation Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to Improve the way we do business In order to serve you bet Far information about our services, please log ante www•myflorldallcense.aom There you can find more Information about our :divisions and the regulations that Impact you, subscribe to department newsletters and team more about the Department's Initiatives. Our mission at the Department Is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that You can serve your customers. Thank you for doing: business In Florida, and congratulations on your new license DETACH HERE STATE OF FI DRinA AC#'; 6 30 TO 4 5 +D1�PARTDd>aNT OH"'OUSIMESS AND ' .t,•PROP$S$ION�iYi. �ECdUIiu�T;ION° .. cGCo60].89 08[27/12 1.18195796 CERTI$��'D ©?�AdERAL. GO1�T�2AGT0}Z� ' DOHIGGIN9,-' D�lbTITI+ NOitMAN `,' t721 i EA_'C$BTIFiIlD uzidet 044 pFovi/iavof M489 88, 31 2Q14 -Pira6soa eato� JLU( , `' L32D8II7Q 996 110 State of Florida Department of State I certify fi om the records of this office that DOUGLAS N. HIGGINS INC. is a Michigan corporation authorized to transact business in the State of Florida, qualified on August 1, 1973. The document number of this corporation is 830666. I further certify that said corporation has paid all fees due this office through December 31, 2013, that its most recent annual reportfuniform business report was filed on Januar 8; 2013, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal, Givers wider my hand and the Great Seryl of the State of Florida at Tallahassee, the Capital, this is the Eighth day oJ'Anuaty, 2013 l� r Secretary of State Authentication ID: CC2686222087 To authenticate this certificate,visit the following site,enter this ID, and then follow tile instractions displayed. liftps://efile.stinbiz.org/certautliver.litnil 110 Florida Department of Transportation RICK SCOTT 605 Suwannee Sired ANA,NTE PRASAA P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY September 17, 2012 DOUGLAS N. HICGINS, INC; 3390 TRAVIS POINTE RA ANN ARBOR MI 48108 RE: CERTIFICATE Of QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the amount and the type of work -indicated below, Unless your company is notified otherwise, this rating will expire 9/30/2013. However, the new application is due 7/31/2013. In accordance with 3.337.14 (1) F. S. your next application must be tiled within (4) months of the ending date of the applicant, a audited annual financial statements and, if applicable, the audited interim financial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date, This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 1422.005(3), Florida Administrative Code. Your company's maximum• capacity rating has been established based on X Audited Reviewed financial statements. To access it, please log .into the Contractor (requalification Application System via the following link: htt s://www3.dot'.state.fl,us/ContractorPreaualification/ Once logged in, select "View" for the most recently approved application, and then click the "manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES.: DRAINAGE, GRADING &DOT APPROVED SPECIALITY CLASSES. p8' WORK: UNDERGROUND UTILITIES, WATER MAINS, SANITARY LINES, FORCE MAINS, SEWER LINES, PUMP STATIONS. You may apply, in writing, for a' Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22:0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment .or that experience was gained with another contractor and that you have the necessary equipment for each additional class of Work requested. Sincerely, Juanita Moore, Manager Contracts Administration Office 3Micj . wwwAot.state.fLus Manage . _ �.1yF�I.Yfihi.Ct7p1 Manage Pagel 010 ii 1. 1 ItC rProuallflo on DANH@DNHIGGINS.COM Update Work Underway Help lwo---171 wit Annual Application. p� . 9/25/2012 10:30:03 AAA EST (vendor][Stakeholders' AfflltatesyWork Classee FlnancialycontrattsYmanageI Attach Financial StatementsyAdditionai Documentation)(Submit Applieaflon Summary Vendor Number: F3818077650.02 Name: DOUGLAS N, HIGGINS, INC. Application Status: COMPLETED Fiscal Year End Date: 3/31/2012 Application Due Date 7/31/2012 Adjusted Current 2 Ratio; Ability Score: 82 Ability Factor: 8 Adjusted Net Worth: $ 35,878,872.34 Document Audited or Reviewed Financial Statements Affidavit Equipment Surety Letter Letters of Recommendation Reviewed rinan6e; Audited oa Staternerltli Additional Document Surety Multiplier: 3.8 Calculated Maximum Bid $ 574 050,000.00 Capacity: Mailed Received Attached 7/2512012 7/25/2012 NIA 20120827124754978. P D F 7/24120.12 f Request.aocument 7/23/2012 20120726084452900.PDF N/A N/A Req est Document N/A NIA https: /www3.aot.state.fl,us/con... Page I of 3 9/25/2012 ntn � CERTIFICATE OF LIABILITY INSURANCE 4-3n;,� °°"""' THIS CERTIFICATE 13 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 ISETWEIEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 1117F'g11TANT; IT the certificate holder Is an ADDITIONAL INSURED, the pollay(ies) must be endorsed. Ir SUBROUATION ltIWAIVED, suDlect 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 lant Group Inc - Ann Arbor Frank Lloyd Wright Dr 34100 n Arbor MI 48106 INSURED HIGGI-5 Dou las N. 1-1110pins, Inc. 3391 Travis Pointe, Suite A Ann Arbor MI 48108 COVERAGES CERTIFICATE NUMBER;102628CMB2 REVISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED T TIE INSURED AMED A FOR THE POL CY PE 00 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, EXCLUSIONSAND CONDITIONS of SUCH POLICIES. LRNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 1R TYPaOFINSURANOP suen eRuayyumast AMU; MONA LHAIT6 A OENHRALIJAeILITY UIOSI022047 12110012 2110/2013 EACH OCCURRENCE $1,4300,000 Er eocunenr $200.000 _ MERCIAL GENERAL L11MILITY CLAIMS -MADE � OCCUR It MED EXP AA ora oh $15,000 PERSONAL & ADV INJURY 11 000 00D eeNERALAGGREGATE S?000000 OENLAGGREGATE LIMIT APPLIES PER: PRODUCTS • COMPIOP Apo 42,000,000 S POLICY X PRO- jPOT E-1 LOC A AUTOMOBILE L(ABILITY U1061922033 2/1012012 211012013ad INOUE nwr 4j,000,000 4 ANYAUTOBODLYINJURYIPerpanoN BOOLYINJURY (Peraowen) AUTOS ED SOTHEEOULED HIAEDAUT03 HTppg ti OPER D a s $ 8 X UMRELLALIAB X OCCUR U1001922060 2l10120T2 1211012013 EACHOCCURRENCE 01010001000 AGGREGATE 10 000 ODO EXCESS LIAR CLAIMS -MADE DED I X I RE ENiION 510,0W C WORKERSCOMPENSATKIN AND EMPLOYERS'UA61LiTY y►� ANYPROPRIETQRIPARTNEREXECUTIVE YAr OFFtCE"EMeEREXCLUOED? L� (Mendatoryln NR) RIA WCIO1922018 1211=012 2/10/2013 X ' TOR E.L. EACH ACCIDENT 1600 000 E.L. DISEASE -EA EMPLOYE $1500,000 E.L. OISEAB&, POLICY LIMIT $1,000,0130 Nyei deeaibe uWer DESC 17 OF OPIRRATIONS bekv [) p(ofesstonal) Polknloo PECO026006 tWIMO12 j7jjWoi3 2,000,080 Each Claim 4,000,000 Aggregate DESCRIPTION OF OPERATIO0I LOCATIONS I VEHICLES (AIIes6 ACORD 101, Addktonel Remerke Schedule, lfmore epees le'requksd► Additional Insured for General Liability, as required by Written contract (primary)- .Board of County Commissioners, Collier County. For any and ail work performed on behalf of Collier County. Collier Gounty Board of County Commissioners 3301 Tamlaml Trail. East Naples FL 34412 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 64988-2010 ACORD CORPORATION, All rights reserved. ACORD 26 (2010/Ofi) The ACORD name and logo are registered marks of ACORD AdmErwe Sefvioes Division Pmhailnp Memorandum Date: October 1, 2013 From: Evelyn Colbn To: Interested Bidders Email: evelyncolon@colllergov.net Telephone: (239) 252-2667 FAX: (239) 252-2810 ADDENDUM1 110 Subject: Addendum # 1 Solicitation # and Title 13-6161, Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 The following Pre -Bid Meeting Time change is issued as an addendum for solicitation #13- 6161: A non -mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, at 41X00 a.m. 2:3 .m -.LOCAL TIME:on the 17th day of.00tober, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. cc: Zamira Deltoro, Project Manager AdministraM, Setvio s Wsmn P 0sl Memorandum Date: October 23, 2013 From: Evelyn Collin To: Interested Bidders Email: evelyncolonQa colliergov.net Telephone: (239) 252-2667 FAX (239) 252-2810 ADDENDUM 2 Subject: Addendum # 2 Solicitation # and Title 13-6161, Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 This Addendum is being issued as a result of the following questions asked during the pre- bid meeting. Please see the items below, the Attachment and the revised'Bid Schedule. 1. The Bid Due Date is being extended to November 1, 2013 at 2:30 PM. 2. Sheet E-7 specifies mounting locations for the chlorine analyzer, Ph/conductivity, flow meter and pressure transmitter. The remote transmitters are considerably larger than shown and will not fit as indicated. Where and how should they be mounted? Mount these transmitters on an aluminum rack with sunshield near the process pipe. Refer to ED -1 Detail D and 1-5 Detail' E. Submit drawing of the rack arrangement within Shop Drawings. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. cc: Zamira Deltoro, Project Manager Adininislirativd Sulaes Dlstoi tring . Memorandum Email: eveiyncolon@collisrgov.not Telephone: (239) 252-2667 FAX: (239) 252-2810 ADDENDUM 3 Date: October 231 2013 From: Evelyn Coldn, Procurement Strategist To: Interested Bidders Subject: Addendum. # 3 Solicitation # and Title 13-6161, Livingston Road IQ Water ASR System Well Below the USDW -Phase 2 This Addendum is being issued to provide you with a revised Bid Schedule. This Bid Schedule contains the previously deleted qualifications. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. cc: Zamira Deltoro, Project Manager 110 AdNstza6 Se Nr,ch, irtg> Memorandum Date: October 23, 2013 Email: evelyncolon@coliiergov.net Telephone: (239) 252-2667 FAX: (239) 252-2810 ADDENDUM 4 From: Evelyn Collin, Procurement Strategist To: Interested Bidders Subject: Addendum # 4 Solicitation # and Title 13-6161, Livingston Road IQ Water ASR System Well Below the VSDW - Phase 2 This Addendum is being issued to let all interest bidders that a CD containing additional project information can be pick up at the front desk In the Collier County Purchasing Department. A copy of this CID was already given to all Pre -Bid Meeting attendees. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. cc: Zamira Deltoro, Project Manager Administrat a Semabvisldn Memorandum Email: evelyncolon(ocolllergov.net Telephone: (239) 252-2667 PAX: (239) 252-2810 ADDENDUM 5 Date: October 23, 2013 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 Solicitation # and Title 13-6161, Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 This Addendum is being issued to let all interest bidders that a Non -Mandatory Site Visit has been scheduled as requested during the Pre -Bid Meeting: Date: Friday, October 25, 2013 Time: From 3:OOPM to 3:30PM Location: 15694 LIVINGSTON RD Project: Livingston Road IQ Water ASR site well below the USDW- Phase 2 If you require additional information please post a question on the Online Bidding site or contact me using the above contact information, cc: Zamira Deltoro, Project Manager Email: evelyncolon@colliergov.net Telephone: (239) 252-2667 FAX: (239) 252-2810 Purchasing ADDENDUM 6 Memorandum Date: October 28, 2013 From: Evelyn Collin, Procurement Strategist To: Interested Bidders Subject: Addendum # 6 Solicitation # and Title 13-6161, Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 This Addendum is being issued to provide a revised Bid Schedule which contains an allowance for FPL. Please see the Attachment for additional information and the Revised Bid Schedule. Bids are due on Friday, November 1, 2013 at 2:30PM, no extension is being provided. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. cc: Zamira Deltoro, Project Manager 11,0 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Douglas N. Higgins, Inc. ("Contractor") of 4485 Enterprise Avenue, Naples, Florida 34104, a Florida Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with; Livingston Road IQ Water ASR System Well Below the USDW - Phase 2, Bid No. 13- 6161 ("Project"), as said Work is set forth in the Plans and Specifications prepared by CDM Smith, 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: Two Million Six Hundred Thirty Thousand Six Hundred Forty Dollars ($2,630,640.00). 32 Construction Services Agreement: Revised 07012013 0 Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion by July 30, 2014 (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 by August 29, 2014 which is Thirty (30) calendar days after the date of Substantial Completion date. 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. If South Florida Water Management District (SFWMD) funding is lost or reduced because SFWMD determined that insufficient progress was made, the contractor will be liable for any such damages caused from the loss of their funding. B. Liquidated Damages in General. 33 Construction Services Agreement: Revised 07012013 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, Two Thousand Four Hundred Dollars ($2,400.00) 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 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 34 Construction Services Agreement: Revised 07012013 n 110 Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details Exhibit M: Plans and Specifications prepared by CDM Smith, Inc. and identified as follows: Project Plans, September 2013 as shown on Plan Sheets 1 through 30. Exhibit N: Contractor's List of Key Personnel ITB #13-6161: Solicitation Document for Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 35 Construction Services Agreement: Revised 07012013 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: Zamira DelToro, Project Manager Collier County Public Utilities Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples, Florida Tel: 239-252-6279 Fax: 239-252-6456 Email: zamiradeltoro(cD-colliergov.net B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Brandy Bartolone, Vice President Douglas N. Higgins, Inc. 4485 Enterprise Avenue Naples, Florida 34104 Tel: 239-774-3130 Fax: 239-774-4266 Email: brandyb(cOnhiggins.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not 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." 36 Construction Services Agreement: Revised 07012013 11E, G lip 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. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in 37 Construction Services Agreement: Revised 07012013 a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 38 Construction Services Agreement: Revised 07012013 rCA 11p IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: 140-4 f�lmll By: FIRST WITNESS [)ayic(SwNii Print Name COND WITNESS DU.v�� ��► k�-� Print Name CONTRACTOR: Douglas N. Higgins, Inc. Print Name and Title Date: pf j�w I U/ x.017) Date: OWNER: 17 :. ATTEST BOARD OF COVI COLLIER CO l Dwight E ,Beh6dk,,-,Clerk BY: Attest �$ to Chairman's k signature only, Ap oved a to Form and Legality: Ass taut County Attorney -�)e- 0 -fit [V 5t(o �) e, - Print Name COMMISSIONERS OF LORID,y( 'l JHiller, ESQ. man Date:l�ll�l3 Item fk—=—�—�-- Agenda 2 k �3 Cate Date Reed -=-+--'-i' 39 Construction Services Agreement: Revised 07012013 0 110 EXHIBITA 1: PUBLIC PAYMENT BOND LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE US DW - PHASE 2 Bond No. 35BCSEP0709 Contract No. 13-6161 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. 3390 Travis Pointe, Suite A, Ann Arbor, MI 48108 as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza, T-4, Hartford, CT 06155 _ (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL as Obligee in the sum of Two Million Six Hundred Thirty Thousand Six Hundred Forty & 00/100 ($ 2,630,640.00 ) 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 I If4 day of C-e�,, �a �,: _ __ 2013 with Obligee for Livingston Road IQ Water ASR System Well Below the USDW - Phase 2, Contract No. 13-6161 In FL 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 flied by claimants. 1N WITNESS WHEREOF, the above parties have executed this instrument this 16th day of December 2013 , the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body. 40 Construction Services Agreement: Revised 07012013 Signed, sealed and delivered in the presence of: '��j — itnesses as to Principal STATE OF 0-19 COUNTY OF URS K Mau) PRINCIPAL Douglas N. Higgins, Inc. ..� .V 111mm1w . 11D The foregoing instrument was acknowledged before me this I [")day of 1W 20j�_, by -1 I k Z , as ) (I - = ckfif of rns c . , a &1�C41ia�l corporation, on behalf of the corporation. He/she personally known to me- OR has produced as identification and did (did not) take an oath. ,�J My Commission Expires:-%�-�)� xz (Signature of Notary) NAME: &. dr(- GQr"so✓� (Legibly Printed) (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety Notary Public, State of Commission No.: SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza. T-4 (Business Address (Authorized Signature) (Printed Name) 41 Construction services Agreement: Revised 07012013 Yi Q n Z��j IyY� Witnesses STATE OF MI COUNTY OF_Lenawee acting in Washtenaw q6'� ff - Attorney in Fact (Attach Power of A m y) Heather M. Johnson (Printed Name) Hylant Group 24 Frank Lloyd Wright Dr., cite J4100 Ann Arbor, MI 48105 (Business Address) (734)741-0044 (Telephone Number) 11 The foregoing instrument was acknowledged before me this 20th day of December -'20 13 by Heather M. Johnson as Attorney in Fact of Hartford Accident and Indemnity Company Surety, on behalf of Surety. He/She is personally known to me OR has produced Driver License as identification and who did (did not) take an oath. My Commission Expires: r 0- (Signaturet Name: (Legibly Pr"t d) (AFFIX OFFICIAL SEAL) Notary Public, State of: MI Commission No.: N/A 42 Construction services Agreement: Revised 07012013 110 EXHIBIT A 2: PUBLIC PERFORMANCE BOND LIVINGSTON ROAD IQ WATER ASR SYSTEM WELL BELOW THE USDW - PHASE 2 Bond No. 35BCSEP0709 Contract No. 13-§161 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. , 3390 Travis Pointe Suite A, Ann Arbor, MI 48108 , as Principal, and Hartford Accident and Indemnity C u,m.pany as Surety, located at One Hartford Plaza, T-4, Hartford, CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier Countv, FL , as Obligee in the sum of Two Million Six Hundred Thirty Thousand Six Hundred Forty Dollars and 00/100 ($ 2,630,640.00 ) 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 1 14� day of �� ',. er 20(3, with Obligee for Livingston Roa I Water ASR System Well B8ow the USDW - Phase 2, Contract No. 13-6161 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 worts 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. 43 Construction Services Agreement: Revised 07012013 Ila 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 loth day of December , 2013 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: t Uv rtnesses as to Principal STATE OF (J1(aJ1 COUNTY OF U L M f -e4 Lk k) PRINCIPAL Douglas N. Higgins, Inc. BY: � Q �� NAME: ITS: The foregoing instrument was ac nowledged before me this l &k day of IkX , 20/3 , byfl . W)lk� , as l — &45 X'1 -f of l s c . , a I ('k corporation, on behalf f the corporation. He/she is personally Anown to me OR has produced as identification and died (did, Jnot) take an oath. My Commission Expires: /�-/� nture7i�lC—�c1� (SSigignaature) Name: &alj �, GQ•'1'/�Sos7 (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Nl %til Commission No.: 44 Construction Services Agreement: Revised 07012013 ATTEST: Witnesses as to Surety Witnesse) STATE OF MI 11D SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza, T-4 Hartford CT 06155 (Business Address) (Authorized Signature) (Printed Name) OR i Attorney In Fact (Attach Power of A ney) COUNTY OF Lenawee, Acting in Washtenaw _ Heather M. Johnson (P i Jnted(dame) y ant roup 24 Frank oy rig r.) SuMe74100 Ann Arbor, MI 48105 (Business Address) (,734) 741-0014 . (Telephone Number) The foregoing instrument was acknowledged before me this 20thday of December 20 13 , by Heather iY1. Johnson , as Attorne�in Fact of Hartford Accident and IndemnityZompanY a Surety, on behalf of Surety. He/She is personally known to me OR has produced Driver License as identification and who did (did not) take an oath. My Commission Expires: C2VZLG . (Signatu; Name:L�� �m�5 (Legibly *ted) (AFFIX OFFICIAL SEAL) Notary Public, State of: MI .rte,_ Commission No.: N/A =t Construction Services Agreement: Revved 0701201313 Afy (P 442>rs60% Direct : Inquiries/Claims THE HARTFORD 1 Y BOND, T-4 POWER OF ATTORNE One Hartford Plaza Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-350851 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X� Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company Of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Heather M. Johnson, Joel E. Speckman, Tern Mahakian, David Harlock of Ann Arbor, MI their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by E, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Ty ti E)O t co t °�Y +Z f971 ...... 4nu�' \•• 101 W. CC�3-- Wesley W. Cowling, Assistant Secretary STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFORD M. Ross Fisher, Vice President On this 12`' day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument, that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authoritv. I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 16, 2013 . Signed and sealed at the City of Hartford. T`r r 'e��t't tti ox`s. t ry.:!rF t co" M ...•"` � i 1987 .� � • .': • jf �'i �: • ]� � -! , �,►� >>rcrrr,rv�, /yrMM► 1a7 •i ;`Sy la7q� Y I9T4 * �:�. _,� �Me•,iN i,A':� tip ♦ ,•'i,r�o,t �.rN�•\�fijsd'' / l Gary W. Stumper, Vice President Q�tN►+u►� * �UK� ♦ Kathleen T. Maynard Notary Public My Commission Expires July 31, 2016 CERTIFICATE I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 16, 2013 . Signed and sealed at the City of Hartford. T`r r 'e��t't tti ox`s. t ry.:!rF t co" M ...•"` � i 1987 .� � • .': • jf �'i �: • ]� � -! , �,►� >>rcrrr,rv�, /yrMM► 1a7 •i ;`Sy la7q� Y I9T4 * �:�. _,� �Me•,iN i,A':� tip ♦ ,•'i,r�o,t �.rN�•\�fijsd'' / l Gary W. Stumper, Vice President ® 1YJ ATE (MM/DD/YYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE Ill / 16/2013 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 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 CONTACT NAME: Hylant Group Inc - Ann Arbor PHONC. E E:c : 4-741- AIX No):734-741-1850 24 Frank Lloyd Wright Dr J4100 E-MAIL Ann Arbor MI 48105 ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: n In n I Insurance GizImpany_--..__-_-._....._--_____55289._----- INSURED HIGGI-5 INSURER B:Continental Casualty Company44 Douglas N. Higgins, Inc. INSURERC:Valley Forge InSUrance Co 0508 3390 Travis Pointe, Suite A INSURER D: re nw h Insurance 2 22 Ann Arbor MI 48108— -- COVERAGES CERTIFICATE NUMBER: 898245760 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. IN SR LTR TYPE OF INSURANCE A DL INSR BR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS A GENERALLIABILITY 01061922047 12/10/2013 2/10/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TRENTED PREMISES Ea occurrence $200,000 CLAIMS -MADE lx� OCCUR - _ MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY K PRO- LOC JECT F -]A $ AUTOMOBILE LIABILITY U1061922033 12/10/2013 2/10/2014 Ea accident $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident NON -OWNED HIRED AUTOS AUTOS $ B X UMBRELLA LIAB X OCCUR U1061922050 12/10/2013 2/10/2014 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 EXCESS LAB i CLAIMS-MADE DED X RETENTION$ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N WC161922016 12/10/2013 2/10/2014 X WC STA7U- OTH- Y T ANY PROPRIETOR/PARTNER/EXECUTIVEE.L. EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? ❑ NIA --------------- E.L. DISEASE - EA EMPLOYEE $500,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 D Professional/ PECO025095 12/10/2013 2/10/2014 2,000,000 Each Claim Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Job - Livingston Road IQ Water ASR System Well Below the USDW - Phase 2 Bid No. 13-6161. Additional Insured for General Liability, as required by written contract (primary) - Board of County Commissioners, Collier County t..tK I I1 -1k A I t NULUtK UANI:tLLA I JUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail, East Naples FL 34412 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD EXHIBIT B: INSURANCE REQUIREMENTS 11D +l The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The 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 Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coveragew required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage,(s� and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this 46 Construction Services Agreement: Revised 07012013 11D Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverageW purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 47 Construction Services Agreement: Revised 07012013 11D ❑ 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 $ 1,000,000 Per Occurrence ❑ Professional Liability S per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability S Per Occurrence 47 Construction Services Agreement: Revised 07012013 Collier County Florida Insurance and Bonding Requirements Insuranice !Bond Type Required. Ltmits; . 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $2,000,000 per occurrence, $2,000,000 aggregate for Bodily Injury Liability ISO form and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Eacb Occurrence; Bodily Injury & Property Damage, Owned/Non- owned/Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker s. Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. S 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 $ 1,000,000 Per Occurrence ❑ Professional Liability S per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability S Per Occurrence 47 Construction Services Agreement: Revised 07012013 110 Collier County Florida Insurance and Bonding Requirements Insurance / BondType;- Regiiiit`ed`Lfimlts :: ; . 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 1 ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $2,000,00 per occurrence, $2,000,000 aggregate for Bodily Injury Liability ISO form and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily injury & Property Damage, Owned/Non- owned/Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft S Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. S Per Occurrence ® Pollution $ 1,000,000 Per Occurrence ❑ Professional Liability $ per claim and in the aggregate , • $1,000,000 per claim and in the aggregate $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 47 Construction Services Agreement: Revised 07012013 11D EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor') releases and waives for itself and its subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20 for the period from to excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , as of corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: by .a so Construction Services Agreement: Revised 07012013 lit) EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Purchase Order No. Collier County Water -Sewer District (the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @110% thru [insert date] $ and stored to Date $ Retainage @ _% after [insert date] $ - Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ Liquidated Damages to be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) 51 Construction Services Agreement; Revised 07012013 0 2 it 8' cn CD Z m 3 CD m N O v O 7 7 0 nmi miw�� IIIIIII� e I IIYI �IIIIII� IIIIII IIAI l�IN Illh _ IIIIIIY 0 0 0 N 2 a 0 3 CD z N D 3 C C CL 0 0 m 110 v 0 s 0 zg c 3 0 MT o � co c D fA �m co o � a 3 A w o'C) C y `G S CL w 01 �� 0 rn 0 m 110 TO: Project Name: Bid No.: Change Order No.: Change Order Description 110 EXHIBIT E: CHANGE ORDER FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount...........................................................$ Sum of previous Change Orders Amount .......................................$ This Change Order Amount...........................................................$ Revised Agreement Amount........................................................... $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Cost Center: Object Code: Project Number: ) 55 Construction Services Agreement: Revised 07012013 11D EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date Design Professional's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: Iro 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: 57 Construction Services Agreement: Revised 07012013 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 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 By: OWNER Type Name and Title 20 20 ss Construction Services Agreement: Revised 07012013 110 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: _ Contractor: The following items have been secured by the for the Project known as Date: 20 and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 59 Construction Services Agreement: Revised 07012013 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) 59 Construction Services Agreement: Revised 07012013 11p 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; 60 Construction services Agreement: Revised 07012013 11D availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 61 Construction Services Agreement: Revised 07012013 11D 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7 a.m. to 7 p.m., Monday through Friday and Saturday 9:30 a.m. to 7 p.m. 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. 62 Construction Services Agreement: Revised 07012013 110 4.3 Contractor shall submit all Applications for Payment to Jason Sciandra, CDM Smith, Inc., located at 2180 West First Street, Suite 400, Fort Myers, Florida 33901. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.5 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 63 Construction Services Agreement: Revised 07012013 11D 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 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent 64 Construction Services Agreement: Revised 07012013 11D inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise 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 65 Construction Services Agreement: Revised 07012013 11D final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a 66 Construction Services Agreement: Revised 07012013 11D substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 67 Construction Services Agreement: Revised 07012013 110 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As - Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, pursuant to F. S. 119.0701 (2(a) -- (d) and (3), which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as. may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under se Construction Services Agreement: Revised 07012013 110 the Contract Documents, and the coordination of Owners 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 69 Construction Services Agreement: Revised 07012013 11D 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 Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub -subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub - subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub -Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of 70 Construction Services Agreement: Revised 07012013 110 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 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. 71 Construction Services Agreement: Revised 07012013 11D 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, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this 72 Construction Services Agreement: Revised 07012013 110 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 sea. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E -Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E -Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E -Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E - Verify) program visit the following website: hftp:/Avww.dhs.gov/E-Verify. It shall be the 73 Construction Services Agreement: Revised 07012013 11D vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 74 Construction Services Agreement: Revised 07012013 Ila 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 75 Construction Services Agreement: Revised 07012013 Ila 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. 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. 76 Construction Services Agreement: Revised 07012013 11D 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly 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. 77 Construction Services Agreement: Revised 07012013 110 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 materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full 78 Construction Services Agreement: Revised 07012013 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 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 7s Construction Services Agreement: Revised 07012013 110 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 80 Construction Services Agreement: Revised 07012013 110 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 include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, .at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 81 Construction Services Agreement: Revised 07012013 11D 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give. Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 82 Construction Services Agreement: Revised 07012013 liD 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 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; 83 Construction Services Agreement: Revised 07012013 11D 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre -construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. sa Construction Services Agreement: Revised 07012013 11D Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Purchasing Departments, and is available on-line at coiliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, 85 Construction Services Agreement: Revised 07012013 110 accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval as Construction Services Agreement: Revised 07012013 110 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 fog of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub -subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 87 Construction Services Agreement: Revised 07012013 11D 33.6.2 In the event of a change in the work, adjustments in the contract sum are limited exclusively changes plus no more than 10% for overhead and profit. the Subcontractor's claim for to its actual costs for such 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub -subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 88 Construction Services Agreement: Revised 07012013 11D 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be 89 Construction Services Agreement: Revised 07012013 110 limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. An underground 62-761, Florida Administrative Code (F.A.C.) or aboveground 62-762, F.A.C. regulated tank requires notification to the 'County prior to installation or closure of the tank. The Pollution Control Department (239-252-2502), via contract GC -690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. Regulated tanks require notification to the 'county' local program thirty (30) days prior to installation and again forty-eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty-eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation/closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor/project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62-761, F.A.C. and 62-762, F.A.C. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator 90 Construction Services Agreement: Revised 07012013 11D certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 91 Construction Services Agreement: Revised 07012013 110 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Supporting documents found at: http://bid.colliergov.net/bid/ 92 Construction Services Agreement: Revised 07012013 ILI EXHIBIT J: TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ and titled: Project Specifications 93 Construction Services Agreement: Revised 07012013 110 EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ 94 Construction Services Agreement: Revised 07012013 EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.net/bid/ 85 Construction Services Agreement: Revised 07012013 E�L�J EXHIBIT M: PLANS Supporting documents found at: http://bid.colliergov.net/bid/ and titled: Project Plans 96 Construction Services Agreement: Revised 07012013 110 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Kenneth Fritz Personnel Category Construction Superintendent Marc Lean Project Manager 95 Construction Services Agreement: Revised 07012013 )p ) ! ! 3333!!! � ! 2 3333!!■ 110 * ; .® i l�ik} } 2!!)! , _34!! ;> | ) |k $$7 )) { 2L!|i|\ kI ! x)02 — !k"•|! z - - ;, § �ma 110