Loading...
Backup Documents 03/13/2012 Item #11AMEMORANDUM 11,q Date: March 22, 2012 To: Brenda Reaves, Contract Technician Purchasing Department From: Teresa Polaski, Deputy Clerk Minutes & Records Department Re: Contract #12 -5801R "Collier Area Transit (CAT) Intermodal Transfer Station" Contractor: Manhattan Construction (Florida), Inc. Attached are one (1) original contract, referenced above (Item #11A) approved by the Board of County Commissioners on Tuesday, March 13, 2012. The second original document will be kept 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. r a a ITEM NO.: FILE NO.: ROUTED TO: DO Date: March 16, 2012 To: From: Subject: Scott -reach Deputy County Attorney Purchasing Depa FFILE OF THE 11A 3327 Tamiami Tr Naples, F" 34112 ~~ Telephgr6 (239)M6 2 FM 2:-44- FAX: ( 9) 252 -6592 Email: Br ' DATE RECEIVED: WRITE ABOVE THIS LINE Request for Legal Services s Brenda Reaves — Contract/Purchasing Technician — For Brenda Brilhart �1 _ L / 1 Solicitation # 12 -5801 R "Collier Area Transit (CAT) Intermodal Transfer Station" d cc The County is in the process of executing this contract with Manhattan Construction (Florida), Inc. BACKGROUND OF REQUEST: This contract was approved by the B.Q on March 13, 2012 Agenda item #11.A Reference 12 -PRC- 02128, January 26, 2012. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: Please forward to BCC for signature after approval. If there are any questions concerning the document, please contact me at the telephone number or email address above. Purchasing would appreciate notification when the documents exit your office, along with a copy of the completed RLS. Please contact Brenda Reaves x6020 when review is complete. Thank you, G/ Acquisitions/ AgentFormsandLetters /RiskMgmtReviewofl nsura nce4/15/2010/16/09 CHECKLIST FOR REVIEWING CONTRACTS Entity Name: 1(i1�iiG l l IJ /1S�1 i. IJ; �r�J�ia ), .yVl�i Entity name correct on contract? Entity registered with FL Sec. of State? Yes No Yes No Insurance Insurance Certificate attached? Yes No Insured registered in Florida? ---Yes No Contract # & /or Project referenced on Certificate? f Yes No Certificate Holder name correct (BCC)? Yes No Commercial General Liability A—Yes General Aggregate Required $ Provided $ 4. o 00,O'D Products /Compl/Op Required $ Provided $ Personal & Advert Required $ Provided $ oo Each Occurrence Required $_d 400,0 )o Provided $ �,tL40p0 Fire /Prop Damage Required $ Provided $ Automobile Liability Bodily Inj & Prop Required $ J1000 DUO Provided $ i3O�>yUO� Workers Compensation - ,z µ-p %y:rS &,,, l,ly Each accident Required $ i , 000, ono Provided $ Disease Aggregate Required $ Provided $ !ate o o Disease Each Empl Required $ Provided $ /,Doo,�o Umbrella Liability Yes Each Occurrence Provided $ /p ,c� .03---) Aggregate Provided Does Umbrella sufficiently cover any underinsured portion? Professional Liability Each Occurrence Required $ Provided $ Per Aggregate Required $ Provided $ Other Insurance Each Occur Type: Required $ Exp. Date Exp. Date Exp. Date / / 2 Exp. Date / 2. Exp. Date Exp Date 6 / / 2- Exp Date r lJ Exp Date 1. Exp Date Exp Date 6 / 1- Exp Date 44//.1- Yes No I Iq Exp. Date Exp. Date Provided $ Exp Date County required to be named as additional insured? A—Yes No County named as. additional insured? " WW,00,0 Q 1n5VC& (I-X chew/ ,{ Yes No suk7�- �r•t��n F,nBor.�%�•�iT n; 2,. �nCI;I"�.: ;r. fcwor of Ce.rt�4�ca� �I.�<ti!f .•• " Indemn y1cation Does indemnification meet County standards? Yes No Is County indemnifying other party? Yes t--No Performance Bond Bond requirement referenced in contract? ✓Yes No If attached, expiration date of bond Does dollar amount match contract? Yes No Agent registered in Florida? Reviewed by Risk Is Bond dated? Yes No Signature Blocks Correct executor name in signature block? Yes No Correct title of executor? ✓ Yes No Executor authorized to sign for entity? Yes No Proper number of witnesses /netttry-? � -21Zv`y bl,'* ,/ Yes No Same witnesses on both contracts? Yes No Authorization for executor to sign, if necessary: Oete. I t o I i"M & V C.�, a 's �J y,� y Chairman's signature block? Yes No Clerk's attestation signature block? Yes No County Attorney's signature block? _/I ___! Yes No Attachments Are all required attachments included? r� Yes No Reviewer Initials: Date: 04- COA- 01030/222 2012 FOR PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 450600 Entity Name: MANHATTAN CONSTRUCTION (FLORIDA), INC. Current Principal Place of Business: 3520 KRAFT ROAD NAPLES, FL 34105 Current Mailing Address: 3520 KRAFT ROAD NAPLES, FL 34105 FEI Number: 59- 1530885 FEI Number Applied For ( ) Name and Address of Current Registered Agent: MOORE, KEVIN P 3520 KRAFT ROAD NAPLES, FL 34105 US FILED Feb 22, 2012 Secretary of State New Principal Place of Business: New Mailing Address: FEI Number Not Applicable ( ) Certificate of Status Desired (X) Name and Address of New Registered Agent: The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date OFFICERS AND DIRECTORS: Title: VP Name: KOENIG, ROBERT Address: 3520 KRAFT ROAD City -St -Zip: NAPLES, FL 34105 Title: VPS Name: DEAN, BILL Address: 3520 KRAFT ROAD City -St -Zip: NAPLES, FL 34105 Title: DPCE Name: PEZESHKAN, F. FRED Address: 3520 KRAFT RD City -St -Zip: NAPLES, FL 34105 Title: DVC Name: ROONEY, FRANCIS Address: 3520 KRAFT RD City -St -Zip: NAPLES, FL 34105 Title: DEVP Name: MOORE, KEVIN P Address: 3520 KRAFT RD City -St -Zip: NAPLES, FL 34105 Title: VP Name: PEZESHKAN, KP Address: 3520 KRAFT RD City -St -Zip: NAPLES, FL 34105 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: KEVIN P MOORE DEVP 02/22/2012 Electronic Signature of Signing Officer or Director Date 2356430090 Line 1- Estimating 10:51.33 a.m. 01 -23 -2012 • 1 11 g6ouno Attentton• Sean Toner- Fax f850I2454017 � z— MANHATTAN CON$TRl) 7� N (FLORIDA), INC. Florida Corporate Report 2012 Document # 450600 Officers/Directors to add as an attachment to our filing Name And Address #7 Title VP Name (Last, First, Middle, Title) McGonegiil, Geop, Street Address 3520 Kraft Road City, State Naples, FL Zip Code & Country 34105 Name And Address #8 Title — VP Name (Last, First, Middle, Title) TO% Pete Street Address 3520 Kraft Road City, State Naples, FL Zip Code & Country 34145 Name And Address #9 11de . VP - Name (Last, First, Mlddie TitEq) Doriatflan, Terry Street Address rtv.:. :�5i "hIYGTf,�h+ ' 3520 Kraft Road City, State Naples, FL Zip Code & Country 34105 Name And Address #10 Title - VP Name (Last, First, Middle, Title) Morgan, Keith Street Address 3520 Kraft Road City, State Naples, FL Zip Code & Country 34145 Name And Address #11 Title _ VP Name (Last, First, Middle, Title) Pressler, Joe Street Address 3520 Kraft Road City, State Naples, FL Zip Code & Country 34105 Contact: Angela Shepard - Controller Phone (239)280 -2611 FAX (239) 6433846 Memorandum Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -6020 FAX: (239) 252 -6592 Email: BrendaReavesacoiliergov.net www.colliengov.net/purchasing Subject: Solicitation # 12 -5801 R "Collier Area Transit (CAT) Intermodal Transfer Station" Date: March 16, 2012 From: Brenda Reaves — Contract/Purchasing Technician— For Brenda Brilhart To: Ray Carter, Risk Manager 11q The County is in the process of executing this contract with Manhattan Construction (Florida), Inc. Please review the Insurance Certificate(s) and Bid Bonds for the referenced Contract. • If the insurance is not in order please contact the vendor /insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the Insurance is in orde r. please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you R contact me at the above referenced information. nt Signature (Please route to County Attorney via attached Request for Legal Services) ZI �L RECEIVED RISK MANAGEMENT G/ Acquisitions/ AgentFormsandLetters /RiskMgmtReviewoflnsurance4 /15/2010/16/09 MausenGeoraina From: CarterRaymond Sent: Wednesday, March 21, 2012 2:16 PM To: BrilhartBrenda Cc: ReavesBrenda; OteroBrandy; MausenGeorgina; RodriguezWanda; FederNorman; Teach8cott Subject: 12 -5801 R "Collier Area Transit (CAT) Intermodal Transfer Station" Risk Management has approved the payment and performance bonds in addition to the insurance provided by Manhattan for contract 12- 5801R. The contract will be walked to the county attorney's office momentarily. Thank you, Ray tal"aa Manager Risk Finance Collier County Board of County Commissioners 3311 East Tamiami Trail, Bldg D Naples, FL 34112 httod1www.coll lergov. net Office 239. 252 -8839 Personal Mobile 239 - 821 -9370 Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or In writing. 1 www.sunbiz.org - Department of State Page 1 of 3 11� Home Contact Us E- Filing Services Document Searches Forms Help Previous on List Next on List Return To List Entity Name Search Events Name HistoryI Detail by Entity Name Florida Profit Corporation MANHATTAN CONSTRUCTION (FLORIDA), INC. Filing Information Document Number 450600 FEI /EIN Number 591530885 Date Filed 04/18/1974 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 10/0512011 Event Effective Date NONE Principal Address 3520 KRAFT ROAD NAPLES FL 34105 Changed 04127/2007 Mailing Address 3520 KRAFT ROAD NAPLES FL 34105 Changed 04 /27/2007 Registered Agent Name & Address MOORE, KEVIN P 3520 KRAFT ROAD NAPLES FL 34105 US Name Changed: 11/12/2008 Address Changed: 11/12/2008 Officer /Director Detail Name & Address Title VP KOENIG, ROBERT 3520 KRAFT ROAD NAPLES FL 34105 Title VPS DEAN, BILL 3520 KRAFT ROAD NAPLES FL 34105 http : / /Www.simbiz. org /scripts /cordet. exe? action= DETFIL &inq_doc_ number= 450600 &inq... 2/22/2012 www.sunbiz.org - Department of State Title DPCE PEZESHKAN, F. FRED 3520 KRAFT RD NAPLES FL 34105 Title DVC ROONEY, FRANCIS 3520 KRAFT RD NAPLES FL 34105 Title DEVP MOORE, KEVIN P 3520 KRAFT RD NAPLES FL 34105 Title VP EMPRIC, THOMAS 3520 KRAFT RD NAPLES FL 34105 Annual Reports Report Year Filed Date 2009 04/24/2009 2010 04/15/2010 2011 02/16/2011 Document Images r 10/05/2011 - Name Change I.,x VleWa�?9Pt1F,foat ..._. _I 02/16/2011 - ANNUAL REPORT j .,gt jagf]Fgaa,,� � 11122/2010 - Name Change L::' Vte!!l irpa ip 04/15/2010 -ANNUAL REPORT I _�ipggiaaj 04/24/2009 - ANNUAL REPORT jam„ View „ „; i g jagpF_ M.� :{ 1 111 212008 - ANNUAL REPORT Iet!!!tla99F f9t'I 05/20/2008 - ANNUAL REPORT 1.��etnr-d g-- PPFwfprt 04/30/2008 - ANNUAL REPORT L�\Agw j 04 /2712007- ANNUAL REPORT I:„ ► image�� r Ff �.;iI 03/28/2006 - ANNUAL REPORT I ;� ig�nr irragg jnpDF #grai 03/23/2005 - ANNUAL REPORT Irra: M�!1�age rlPp#ormt „_� „I 04/22/2004 - ANNUAL REPORT I.. „3mWw V�v fPag iO,P�F grmAt :al 03/06/2003 — ANNUAL REPORT ViewFtnag� iptPQF'3nrat, _ "'► 05/23/2002 —ANNUAL REPORT 1,-:: V4eyk;im- pg�,io PfD A 01/24/2001 — ANNUAL REPORT I.- �Ytauvir9eJlTfJ;�i� »I 01/26/2000 - ANNUAL REPORT I., a \ltevrrmage iPDFWfmgt. 01/26/1999 - ANNUAL REPORT I Vtwal(TaagellC,fatra { 01/04/1999 - Amendment I .:.,.. Ae.+yAi:n'!9q *P.WPUQEj c>r atat J 04/20/1998 - ANNUAL REPORT F&07 4- { 03/04/1997 -ANNUAL REPORT I Page 2131 A http:// www .sunbiz.orglscriptslcordet.exe? action= DETFIL &inq_doc_number=450600 &inq... 2/22/2012 www.sunbiz.org - Department of State Page 3 of 3 1A 04/24/1996 — ANNUAL REPORT 05/01/1995 — ANNUAL REPORT Y ±K Jm?9_e.in PpF foyraat m `j Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List Events Name History Home I Contact us I Document Searches I E- Filinq Services Forms I Help I Copyright-(g) and Privacv Policies State of Florida, Department of State Entity Name Search L Suh�ait http: / /www.sunbiz. org/ scripts /cordet.exe ?action= DETFIL &inq_doc_numbei= 450600 &inq... 2/22/2012 EPLS Search Results Page 1 of 1 Search Results Excluded By Firm, Entity, or Vessel : manhattan construction as of 22- Feb -2012 8:55 AM EST Your search returned no results. https: / /www.epis. govlepls /search. do ?full_ name= manhattan +construction&status= current&... 2/22/2012 Iq P4 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITN E By: FIRST WITNESS Type /Print Name 7L!• /t�.odo� SECON - WITNESS LW M. Ross Type /Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form d Legal Suffic' L�� int Name: Scott Teach, uty Cou ty Attomey CONTRACTOR: Manhattan Construction (Florida) Inc. Type/Print Name and Tdle OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA 31 BY: Fred W. Coyle, Chairman ilA Memorandum Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -6020 FAX: (239) 252-6592 Email: BrendaReaves ()colliergov.net www.colliergov.neUpurchasin4 Subject: Solicitation # 12 -5801 R "Collier Area Transit (CAT) Intermodal Transfer Station" Date: March 16, 2012 From: Brenda Reaves — Contract/Purchasing Technician— For Brenda Brilhart To: Ray Carter, Risk Manager The County is in the process of executing this contract with Manhattan Construction (Florida), Inc. Please review the Insurance Certificate(s) and Bid Bonds for the referenced Contract. 11A • If the insurance is not in order please contact the vendor /insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the insurance is in order please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you have any questions pl I r fiiioved Ris agement Signature contact me at the above referenced information. (Please route to County Attorney via attached Request for Legal Services) Z/112--, R16(, NIANAC' iLMENT G /Acq uisitions /AgentFormsand Letters /RiskMgmtReviewofl nsu ra nce4/1 5/2010/16/09 EPLS Search Results Page 1 of 1 En,,P- "'E"! . ... A Search Results Excluded By Firm, Entity, or Vessel : manhattan construction as of 22- Feb -2012 8:55 AM EST Your search returned no results. https: / /www. epls. gov /epls /search. do ?full_ name = manhattan+construction &status = current &... 2/22/2012 GRANT FUNDED' FDOT Joint Participation Agreement (JPA) Project No: 420353- 1 -94 -01 CFSA No. 55.026 /Contract APF60 Collier Area Transit (CAT) Intermodal Transfer Station COLLIER COUNTY BID NO. 12 -5801 R COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: BrendaBrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Design Professional: Atkins Global Purchasing Depament• 332; Tamiami Trail East -Naples, Florida 34112-4901 - www.colliergov,neVpurchasing 11q col ker Adn-inisb,aWe Sefvices DMsion Puruhasing Addendum 5 Date: January 13, 2012 I Ia Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #5 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANGE: • The Questions and Answers will be re- opened on www.colliergov.net /bid on January 16, 2012 until 5:00 pm. • The due date has been extended until 2:30 pm on January 20, 2012. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of firm) AdminisbatNe Sefvic # MS& Purchasincj Addendum 4 Date: January 13, 2012 llA Email: brendabrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #4 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Line item allowances for Furniture have been modified. Revised Bid Schedule attached. • Division I specifications attached. CHANGE: • Isolatek SprayFilm WB5 is an acceptable equal to Carboline Fire Film 3 for intumescent mastic fireproofing. • After further review as a substitute for Membrane Air Barrier, PROSOCO' R -Guard will be an acceptable substitute at time of bidding. • Bidders should supply bid numbers as specified. Bidders are encouraged to submit proposals for additional substitute products on a separate piece of paper and submit with bid package. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm)_ ter coin Administrative Service Division Purchasing Addendum 3 llA Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Date: January 12, 2012 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #3 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Revised Bid Schedule The addendum #3 bid schedule must be submitted to be considered for award. Line item allowances for Signage, Furniture and CAT ICON have been added. Owner Contingency has been deleted. • Scope Matrix • Intrumescent Mastic Fireproofing: WR Grace is having temporary supply issues; Carboline fire film 3 can be substituted. www.carboline.com • Membrane Air Barrier: PROSOCO' R -Guard will not be an acceptable substitute at time of bidding — a bidder may submit a proposal for substituent this product on a separate piece of paper and submit with bid package. REMOVE: • The Owner Contingency Allowance under. Bid Allowances is to be struck from the Bid — delete note from page G -002 under Bid Allowances: OWNER CONTINGENGY nLr A rN'GE: �BIDDERS D INCLUDE $200, 000 ALLOWANCE IN BASE BID S OWNER CONTINGENCY. CORRECTION: Sheet G -002 project clarification #59, Value Engineering; Bidders may offer additional deduGt alter ate to substitute the custom sunscreen shown around ADD Alternate No. 1, CAT Offices addition with a sunscreen system integral to and by the same manufacturer as the adjacent perimeter curtain wall below. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Enc: 2 Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) M O` o g, z ° °n W n J °Q v L 3` N J V) V} V} V} VT V) V} V) VT VSO. VT VT V? A^ V? VT VT VT L} V► i/T VT V} V} 4- O c . O t5 C O U a r O 4- C O a c O m m u V) oocc Z O cu C U 0 m oZ -0 m v z x `O � to z p � 5 z ° 0 Do Do 0 m' 4 F F r U to c w m F of V) 3 W • W C • 2 FD Y LL U • w _O ni 40 a >_ Q w m '� ;', v z �_ �' U w v O Q V) ° N m 0 cr a w ui F- Q Q ul ►• 0 Z O C D U ate.. > L C7 en U • _d • • O_ Y -, Z OV w to O O U p V W F w V 3 ,. \ O J O O O O FO 4 p z ZO Z O Z O Z O Z O 0 Op G U) a cr a F v7 2 c Z F O [� N cn > > an > N > F- O O Z V W 'O O \ Z N Q 1u F 2 O O O O O z VI 0 g cc : c ..� U S `'. 0.. p N Q a o 0 0 0 c1 ' a ¢� F N— z N 3 a a Q � } g : w a C CL > z ;O � N V) � J w Z Q C l7 Z vi F "' x a Z l7 U a' K H 0 O S ' o'' Q Ul c0 Z K (/LL J Z7 C. LL LL Il LL z w z O w w Z O x: Q ,; w .a +-� O O O O w V' F U. ) O U cQc L cwc L x F a O LL:. -.. a In C7 W O LL >_... :.. O LL d S W F- F F F • Z Q -a U U U U .-I O N O M O O to O <6 O n O 66 O Ol O W C7 O eti c-I r-1 N e-1 N N %j N M N l6 N 0 1n z z z z z z z z z Q z z z *= z z z z (D L o O O O O O O O O O O O O O O O O O O O O z h v z z z z n! In V1 In N V1 V1 In N N Ui V1 V1 Ui N N N N Q F F F F V j V D 0 cc Z z z Z 0 0 0 0 0 0 0 0 o o 0 o :. z�j o 0 0 0 o ymj..m V) LU a Y uj � LU m m m m m m m m m m co co _' ?- m m m o0 co cc Q Q Q Q O N V) N N N N N 'W N w W < W < W O. _!. W N W to W W N W N J 0 4 Q! 0 O O y Q Q Q Q Q Q Q Q Q J Q Q Q < J Q Q < Q Q Q r O m m m m m [o m [o [o Q m m m ,Q c0 M m m m O L r Q Q Q Q > U c - ED co .--1 N M CY u) t0 I- 00 Q) m Q) O 14 H 1- N r1 N � M r1 tT -4 U') H t0 H I, ri 00 -4 a) -4 O N rl N CL CL N O ti m D 0 z 0 0 a Z O iy UA Z � c H 2 �o a m _ c �; 9 �. Z CO O W OC ti Z z O h a z Y F Co z Z c = o O Q Q a 3 Q o l7 Z z Z to Z ti w U X W Y W 4J > wi O O O LL D LL oF- z w o t- O O W Z O CC g Q E 0 Oa 0 w q P O z Q z Q 00 m z v z C u z a H ~ O O N Z D N 0 Z v Q -j -,e m r Q a 0 z g OG g - L o LL m L) a Q z z i z m z w O H V) g Q N w Z z w U w > a U t; G a Q l7 z to LU LU N � u '� v w ` °o 2 w = =' a _ w m Z C° a cc = w 3 W o z W V C LL D a = w W 7 w a LU LU NuF� , p to O tD O r O W O Ql O O 4 c4 N N m N l6 N u > L F- '("' LL LL Q z z z z z z z z z z z z z z a z z z O O O O O O O O O O O 0 o p O t Q,z w In N VI to N to to !n to N N !n _J LU J 0 0 0 0 0 0 0 0 o a o o c° p ,o chi. a >C Q Z Z Z Z Z Z Z Z Z Z Z Z Z O Q W G to Q O O O O O O O O _O O O O Ln L F- F- I_ F F- = U a"' J J LU t1J O p ar ' w to Y a '... O a O a O a D a a O a O Q D a D a D a O a O a a O o : ±+ o— <.0 0 LL LL N N In N to to to to to to to to v1 �„� '++ N M O h {y,� w Li LL w u LL w u LL w u LL w u LL w u LL w u LL w u LL w u W w u LL w u w w u l.L w w Q tj O U L t Z Q "L LL 0 LL o LL O LL O l.L O LL o LL O LL O LL O LL O LL O LL O L' �'' O (� w a a u a u a u a v a u a u a u a u a u a u a u a u u w v`° a a Z Q O O O O O O O O O O O O O Z O c F F- Q Q Z z z z z z z Z z z z z z o Q 4 z w w w w F- w F- w F- w F- w F- w F- w F- w !- w F- w F- W@ F- U W W �. tJ a a a a a a a a a a a a a j O `O Z, c J _ Z 0� w Z a: Z w Z tY Z w Z w Z w Z K Z w Z w Z w Z w Z . Q U Q i0 n W m w w w w w w w w w w w w G `L `� D t{Q /Lp � a a a a a a a a a a a a a F (V c m ° 0 0 0 0 0 0 0 a 0 O [° a O z o a a a a a a a a a a a u 0 O 0 Q m` N N m N a N to N to N n N ao N m N 0 m .4 m N m m m v m d 11 w Z 3 0 J Q m N O N Addendum 2 Date: December 20, 2011 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Subject: Addendum for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANGE Specification Section 230900, Instrumentation and Control for HVAC, Paragraph 2.7 Controls Network: System Integration to read: "The building automation system shall be Johnson Control Metasys and the interface to Metasys must be via BACnet." If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced` solicitation. (Signature) Date_ 11Q rug i m�rul Addendum 1 Date: December 20, 2011 From: Brenda Brilhart, CPPB, Procurement Strategist Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 11A To: Interested Suppliers Subject: Addendum for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following clarification is made to the above mentioned Collier County solicitation: A DVD with the specifications, drawings, bid schedule and reference documents may be picked up from the Collier County Government Purchasing Office located at 3327 Tamiami Trail East, Naples, FL 34112. A combination of all of the files were too large to post on the eProcurement site. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return a copy of this Addendum with (Signature)? (Name of Firm) four submittal for 'the ?above referenced solicitation. Date 11A TABLE OF CONTENTS PUBLICNOTICE ............................................................................................................. ..............................3 PARTB - INSTRUCTIONS TO BIDDERS ...................................................................... ..............................5 CONSTRUCTIONBID ................................................................................................... .............................12 BIDSCHEDULE ............................................................................................................. .............................13 MATERIALMANUFACTURERS ................................................................................... .............................14 LIST OF MAJOR SUBCONTRACTORS ....................................................................... .............................15 STATEMENT OF EXPERIENCE OF BIDDER .............................................................. .............................16 TRENCHSAFETY ACT ................................................................................................. .............................17 IMMIGRATION LAW AFFIDAVIT CERTIFICATION ..................................................... .............................18 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9 ......................................... .............................19 BIDBOND ...................................................................................................................... .............................23 BIDDERSCHECK LIST ................................................................................................. .............................24 CONSTRUCTION AGREEMENT .................................................................................. .............................25 EXHIBIT A 1: PUBLIC PAYMENT BOND ..................................................................... .............................32 EXHIBIT A 2: PUBLIC PERFORMANCE BOND .......................................................... .............................35 EXHIBIT B: INSURANCE REQUIREMENTS ................................................................ .............................38 INSURANCE AND BONDING REQUIREMENTS ......................................................... .............................40 EXHIBIT C: RELEASE AND AFFIDAVIT FORM .......................................................... .............................42 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ......................... .............................43 EXHIBIT E: CHANGE ORDER ...................................................................................... .............................47 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................................. .............................49 EXHIBIT G: FINAL PAYMENT CHECKLIST ................................................................ .............................51 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................................... .............................52 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS ......................................... .............................82 EXHIBIT J: TECHNICAL SPECIFICATIONS ................................................................ .............................83 EXHIBIT K: PERMITS .................................................................................................... .............................84 EXHIBIT L: STANDARD DETAILS ............................................................................... .............................85 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................................... .............................86 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT .. .............................87 2 13A PUBLIC NOTICE INVITATION TO BID Collier Area Transit (CAT) Intermodal Transfer Station COUNTY BID NO. 12 -5801 R Separate sealed bids for the construction of Collier Area Transit (CAT) Intermodal Transfer Station, addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 18th day of January 2012, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A pre -bid conference will not be held for tis solicitation. Questions may be posted on www.colliergov.net /bid. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Bid No. 12 -5801 R and Bid Date of January 18, 2012. No bid shall be considered unless it is made on a Collier Area Transit (CAT) Intermodal Transfer Station unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or 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 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 11A Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within five hundred and twenty (520) calendar days from and after the Commencement Date specified in the Notice to Proceed. If the Alternative is not selected, the Successful Bidder shall be required to finally complete all Work within four hundred and eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. All work must be completed no later than 12/31/2013 grant funding expires. 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 19th day of December 2011. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y. Carnell, C.P.M. Purchasing and General Services Director PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 11 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 13 — 24 as bound in these Bidding Documents, insurance and granting agency requirements). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as 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 (1.20) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Signing of Bids 4.2 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 4.3 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 6 4.4 If Bidder is an individual, his or her signature shall be inscribed. 11 A 4.5 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 4.6 All Bids shall have names typed or printed below all signatures. 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 5. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 6. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 7. Interpretation of Contract Documents 7.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department at the County's On Line Bidding System at http: / /bid.colliergov.net/bid /, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be issued on the County's On Line Bidding System at http: / /bid.colliergov.net/bid/ no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 7.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 7.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non - mandatory. Section 8. Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; VA b. Visited the site to become familiar with local conditions that may Y in an malnJ A affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 8.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 9. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non - responsive or irregular if such materials are not specifically named by Bidder. Section 10. Bid Quantities 10.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re- negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 10.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing s I Iq for all alternates as listed will be considered technically non - responsive and will not be considered for award. Section 11. Award of Contract 11.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement Specialist of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 11.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at http: / /www.colliergov.net/Index.aspx ?page =762. 11.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 11.4 Certificate of Authority to Conduct Business in the State of Florida (FS 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.html). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 12. Sales Tax 12.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional 9 I IA cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 13. Exclusion of County Permits in Bid Prices 13.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act ", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 13.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 14. Use of Subcontractors 14.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 14.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 14.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de- certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 14.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. 10 11A Section 15. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. Section 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project 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 17. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract, with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 18. Single Bid Only one bid from a legal entity as a primary will be considered. A legal entity that submits a bid as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - contractor to any other firm submitting under the same ITB. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - contractor to any other firm or firms submitting under the same ITB. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. is CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Collier Area Transit (CAT) Intermodal Transfer Station BID NO. 12 -5801 R Full Name of Bidder Manhattan Construction (Florida), Inc. Main Business Address 3520 Kraft Road, Naples, FL 34105 Place of Business Same as above Telephone No. 239 - 643 -6000 Fax No.239- 643 -0090 State Contractor's License #CGC1518151 State of Florida Certificate of Authority Document Number 450600 Federal Tax Identification Number 59- 1530885 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and In the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. R p z W p p Q O H d r v � o O 00 al c N ca F m Q F' (J A w a v 0 v OJ C t6 m a O V n vi N (Wj 1 H CL 2 J m o ri Y Q m .� as M W O u c N l0 O O 'o N N o m to t .� ao m-I m ai m O C):. :o. OO 0.. m N .� r� ~O I� N <r v l0 V1 o �.•; 0 0:. $ :0. O O m ry Ql m n m n N w o o N N n o N M .� m 0a' N '�Y 01 O o : ti N N m ry m l oo m W Z O u c m w - rn N T o 7 Ql m ti C O 'lu i 3� O u L O w 0 O u � Z Z w u O a O . u Z U as z O O z m z' G _ o 3 r 0 0 O< on p O w Q LA z /.0 W w p D r U N 3 U z vi �u LL W a Q M LL cOc L ? u0; z- aY a w Z J a 0 t� v U 2 2 3 r O Y Z w J w G 3' °,o vi :0 z. .--i O N O m o C O Ln o �6 O � O W a z v o 0 0 0 0 0 0 0 0 ¢ a a ' Z t- U = r N N V1 VI Vf cn VI ® O o' g z r ¢ z' o 0 0 0 0 0 0 u �', g - rL 0 - r c r r F r r F- r L) p d o v1 Z a 0 — a+ p 0 p 0 O 0 in 0 a 0 p 0 p r W J V7 W z Z m :J LL W W W W W W W Z z_ _u m o' u U u u u U C C Z -� p O c S N Q a a Vl : Z) m Z r 2' G J -0 N LL LL LL Z w Z a r W w U oa w O O �°- O O O O O O w C7 r in O u r O LL in w 'ya•• LL a S w Z j ::. O:. U U u U U u U O O O O O l6 O 1,: O W O Ol O w o O ti e-1 N M µ6 Z z z Z Z Z Z z z: Z z Z •C : z Z Z Z Z H +-' O O O O O O O O O (7 O O O O O O O — 13 Z Z Z Z Z Z Z VI > V1 > VI > Vl > V1 > V1 > V1 > V1 > Vl > : V1 > 7 > V1 > {y : Vl > V1 > Vl > Vl Q O. W W W W W W F- Q 0! '..0 Yt 0 m lug u. z Z Z Z Z Z Z m m m m m m m m m m m m m m m m ao w w w w w w w w w O w w w 0 w w w w w y m m m m m m m m m a m m m `¢ m m m m m p ¢ ¢ ¢ ¢ ¢ ¢ ¢ 1.- o 0 .-I N M V V/ t0 I� 00 Q1 O '•'� N m V u l0 I 00 Ot O .ti N M V 11A O ilA N N Z w O Q c Vl vt l� l0 l0 1� Q Z tp O; 00 .ti V V1 4H M N M N 0o m t!1 00 O O h .-1 Ot I� m O T T In �••� N M Of i a ti a C Y o a v ° v v G e � a m a o � L ._ O. u aA lfF G W ° M z O' to c •m 0 0 y •� i o ¢ Cc 30_ �. _c 0 Z Lu N N Y N O Q. .. m in N u z z a = (D O .m C7. a — Q t7 C7> = u V1 C7 Z_ \.. N u >O w Z �' u LL W W= V o z u , a O O' O O x ° O u 3 m o~ a C a ¢ Q 2 a `m Z m: m N E ao C z ca O O O O ° p C N \., C Z N r ca_ Z _ w W W W Z 0 a J 3® O O y e r a -a ¢ z z N z W m o OFF OF N G � w cL W W O d z v, z w Ci O a O w. w oa `° ¢ d LL a d LL LL w J� H a a v u O N W d 2 W ZO .0 >. K.. C z W G O ti �li C6 u ~.. Z. LL. W O U O Z O Z Z N Z Z N z N Z N Z N Z '.Z O.. Q, Q. w p p O O O O O O O O O p w£ 3 V1 > Vl > Vf > Vl > Vl > - > N_ > til > _N > _l.. > 3 4) p Q Q- O m Q '- 9L O O O O D O O O D Q vw N V:: C Q Z Z Z Z Z Z Z Z Z Z. N N W W W W. p N ° O O O O O O O O O _. O ,t_,.... J � O v 0 0 0 0 0 0 0 0 0 'W.. O...N W s G D a a a a a a a a a N C ,L' of y `� o a w w w w w '. w w w w W .2 O ni` ,,; '-'' ,'; I `x Lj LL u u u LL u u u U U? o z' z o z, o f �L i1 i1 LL ti LL N Vl z. _ W O W O O O O N. .o LL O O O LL O Q 0 W W F W W °° G Q a a a a s a a a z a z u u U U u u U u v W y a ,. F C z w W p p •O ? a O O O O z �a CO � a: a z z z z z z z z z z ac y .� a: + = 3 01 F- a r a r a r a r a r a r a r a r a r ¢ ~j O a c 7 O G' no m w Z Z Z Z Z W Z Z Z Z 2 a m O Q Q ¢ W= Y C w C w 0! w w w C w U Z w K w C w 2' w d' w Q U 0 p ..... W p, w p z N ¢ y a° J J J J J Q J J J J J 0 Q c O D o 0 o O o 0 0 o O z Q W.. a O O D D w O D O O no F O r O a Q a a a a a a a a a u O C r r w+ O N m v m a o N n N n N co N m N m O M ti M N M m m a M j E N m U a+ O T U C 16 cm G a ilA N N Manhattan CAT Intermodal Transfer Station at Collier County Government Center list of Voluntary Alternates Voluntary Alternates: 1. Provide 20 Gal Round Cambridge Trash Receptacle w. Dome Top Lid & Powder Coat Finish in lieu of specified Trash Receptacle. Deduct ($3,600) 2. Provide 20 Gal Round Cambridge Recycling Receptacle w. Dome Top Lid & Powder Coat Finish in lieu of specified Recycling Receptacle. 3. Provide alternate "As Equal' light fixture package. Deduct ($3,400) Deduct ($30,000- $50,000) 4. Provide alternate walkway cover structure by alternative manufacturer (if approved). Deduct ($250,000 - $300,000) liA MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NOW RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and /or material is proposed and listed below and is not approved by Engineer /Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Manhattan` Signature: Date: 01/20/2012 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: EXCEPTION MANUFACTURER 14 11q liq LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON- RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 87 -25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non - compliant or non - qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove /replace any Subcontractor, at no additional cost to Owner, which is found to be non- compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. 1. 2. 3. 4. 5. Major Category of Work Concrete Architectural Canopy Site Electrical Acoustical Ceilings Subcontractor and Address SW Construction, 212 Wallace Ave. Lehigh Acres, FL 33971 Dittmer, 1006 Shepard Road, Winter Springs, FL 32708 Bonness 1990 Seward Ave Naples, FL 34104 Beaumont, 4584 Mercantile Ave., Suite E, Naples. FL 34104 Acousti, 3610 Work Drive, Fort Myers, FL 33916 is iia STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1 F 3. 12 5. A Project and Location Sarasota County West Jail Sally Port & Booking, Sarasota, FL Downtown Fort Myers Streetscape & Utilities Improvements — Ft. Myers, FL Collier County Emergency Operations Center — Naples, FL Immokalee Technical Center — Immokalee, FL Collier County Government Center Annex Parking Garage, Florida East County Courthouse — Plant City, Plant City, Florida Company. Manhattan Construction (Florida), Inc. Signature:" Reference Gene Hetman, Architectural Review Coordinator, (941) 650 -2233 Saeed Kazemi, P.E. Public Works Director (239) 321 -7216 Hank Jones, Senior Project Manager (239) 252 -8380 Marc Rouleau, P.E., Executive Director of Facilities Management (239) 377 -0630 Skip Camp, Director Facilities Management, (239) 252 -8380 Denise Vasquez, Sr. Procurement Analyst (813) 301 -7097 Date: 01/2012012 10 I I.A 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 Quanti Cost Cost (Description) L{ F,SY) Simple Slope LF 80ft $2.00 $160.00 1. 2. 3. 4. 5. TOTAL $ 160.00 Failure to complete the above may result in the Bid being declared non - responsive. Company: Wobattau Gm IMption (Floriday li Date: ,01 /20/2012 - f 17 Cc>, per Crotrmtty Administrative Services ONwon Purchasing Immigration Law Affidavit Certification ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station ila 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, Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verifv program, may deem the Bidder's roposal 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 1NA 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 Verif ication System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Bidder's proposal Company Name Manhattan Construction (Florida). Inc. Print Name Peter Tuffo Title VP South FL Area Manager Signature Date 01/20/2012 State of Florida County of Collier The foregoing instrument was signed and acknowledged before me this 20th day of January 2012, by Peter Tuffo who has produced (Personally Known to Mel as identification. rint or Type Narrye) (Type of Identification and Number) Notpfy Public Sigi ature Printed Name Notary Public Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 18 Construction Services Agreement: Revised 6/1 /2011 = Ves Company ID Number: 273120 • 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 (DNS) and Manhattan Construction (Florida) Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E- Verify program and enumerates specific responsibilities of 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 (IIRIRA), Pub. L. 104 -208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E- Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification ", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor 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 verged under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E -Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E- Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E -Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 1 of 131 E- Verify MOU for Employer I Revision Date 09/01109 www.dhs.gov /E- Verify E- Verif 11A Company ID Number: 273120 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. DHS 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. DHS 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 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. Page 2 of 13 1 E- Verify MOU for Employer I Revision Date 09/01/08 www.dhs.gov/E-Verify Company ID Number: 273120 11A 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. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfinnations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfrmation 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 B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 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 and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of Page 3 of 131 E- Verify MOU for Employer I Revision Date 09/01 /09 www.dhs.gov /E- Verify d fy .,. 11A Company ID Number: 273120 photo non - matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1 -9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E- Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1 -9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1 -9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in 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 $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E- Verify is civilly or criminally liable under any law for any action taken in good faith basest on information provided through the confirmation system. DHS reserves the right to conduct Form 1 -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 11.0.1.c. Except as provided in Article ILD, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verify system for any purpose other than as Page 4 of 13 1 E- Verify MOU for Employer I Revision Date 08/01109 www.dhs.gov/E-Verify Company ID Number: 2 7312 n 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 Ill. 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, requiting an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E- Verify at 1- 888 - 464 -4218 or OSC at 1-800- 255 -8155 or 1 -800- 237 -2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B 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 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E- Verify. If the Employer has any questions relating to the anti - discrimination provision, it should contact OSC at 1- 800 - 255 -8155 or 1 -800- 237 -2515 (TDD). Page 5 of 131 E- Verify MOU for Employer I Revision Date 09101/09 www.dhs.gov/E- Verify 11A erg fy Company ID Number: 273120 P Y 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, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated Page 6 of 13 1 E- Verify MOU for Employer i Revision Date 09/01/09 www.dhs.gov /E- Verify I A J�j:l -A I Company ID Number: 273120 within 3 business days after the date of hire. Once enrolled in E- Verify as a Federal contractor with the FAR E- Verify 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 E- Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor 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 who are Federal contractors with the FAR E- Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers 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 Article II.C.5, the employee's work authorization has Page 7 of 13 1 E- Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov /E -Verify 4 A a E-Verify i 1 A Company ID Number: 273120 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 SSN 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 nonconfirmation 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 will provide the employee with a system - generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the Page 8 of 131 E- Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov /E- Verify Vera _ �. "" 11 A Company ID Number: 273120 referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the 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 DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 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 List B 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 of 13 1 E- Verify MOU for Employer I Revision Date 09101/09 www.dhs.gov /E- Verify V Company ID Number: 273120 ARTICLE IV SERVICE PROVISIONS SSA and OHS 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 OHS conduct the E- Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E- Verify program by OHS 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. OHS 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, OHS 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 E- Verify clause must provide written notice to OHS. 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, OHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or OHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E- Verify clause, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and OHS responsibilities under this MOU may be performed by contractor(s), and SSA and OHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with OHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. Page 10 of 13 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 11 it Company ID Number: 2 7312 0 E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E- Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E- Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E- Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between 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. To be accepted as a participant in E- Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E- Verify at 888- 464 -4218. Manhattan Construction (Florida), Inc. Type or Print) �ritle Peter Tuff -Verification Division or 01/20/2012 a Page 11 of 13 1 E -Verify MOU for Employer I Revision Date 09101!09 www.dhs.gov/E-Verify Company ID Number: 273120 Information Required for the E- Verify Program nformation relating to your Company: Company Alternate Employer Identification Number: North American Industry Classification Systems Manhattan Construction (Florida), Inc. 1 3520 Kraft Road, Niles, FL 34105 Collier 59- 1530885 Jackie Proffitt Page 12 of 131 E- Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Page 13 of 13 f E-Verify MOU for Employer I Revision Date 09101109 www.dhs.gov /E- Verify 11A 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 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 Successful Bidder shall be required to finally complete all Work within five hundred and twenty (520) calendar days from and after the Commencement Date specified in the Notice to Proceed. If the Alternative is not selected, the Successful Bidder shall be required to finally complete all Work within four hundred and eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. All work must be completed no later than 12/31/2013 grant funding expires. The undersigned further agrees to substantially complete all work covered by this Bid within four hundred and ninety (490) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, if alternate selected, the Bidder shall be required to substantially completed all work within four hundred and fifty (450) consecutive days. Resoectfully Submitted: State of Florida County of Collier Peter Tuffo , 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. Peter Tuffo , 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. 20 iiA (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Florida, which operates under the legal name of Manhattan Construction (Florida). Inc.. and the full names of its officers are as follows: President Kevin P. Moore Secretary William Dean Treasurer Angela Shepard Manager Peter Tuffo The VP South Florida Area Manager is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken N/A , (b) Co- Partnership The Bidder is a co- partnership consisting of individual partners whose full names are as follows: The co- partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is and if operating under a trade name, said trade name is 21 11A Complete for information contained in (a) Corporation, (b) Co- Partnership or (c) individual from previous page. DATED 01/20/2012 STATE OF Florida COUNTY OF Collier Manhattan Construction (Florida), Inc. Legal entity BY: Manhattan Construction (Florida), Inc. Name of der (Typed) ignatur The foregoing instrument was acknowledged befo Peter Tuffo , as VP South Florida Area Manager Florida corporation, on behalf of the corporation. produced and did (did not) take an oath. VP South Florida Area Manager Title e me this 20th day of January, 2012, by of Manhattan Construction (Florida), Inc., a He /she is personally known to me or has as identification r � My Commission Expires: s %fi %aiy' �a- (Sigp6ture of Notary) NAME: 1- 40Jfelnq cy .4, `bP Acry (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.:ias " • ,, ROSEMARY A. DOHAN '4 -" Canmission # DD 980557 .a Expires May 17, 2014 '%� ;`- Banded nnTmyF*Inwrmoe8l 7G19 R4 KNOW ALL MEN BY THESE PRESENTS, that we Manhattan Construction (Florida) Inc (herein after called the Principal) and Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and existing under the laws of the State of Maryland with its principal offices in the city of Schaumbern, IL and authorized to do business in the State of Florida are held and firmly bound unto the Board of County Commissioners of Collier County, FL (hereinafter called the Owner), in the full and just sum of Five Percent of Total Amount Bid- - - - - -- dollars ($ 5% of Total Amount Bid) 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: Collier Area Transit (CAT) Intermodal Transfer Station Bid No. 12-5801R 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 $ 1,619.11 /day 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 6th day of January , 20122. BY BY Inc. Countersigned Countersignature No Longer Required by Law Local Resident Producing Agent for W- Principal (Seal) Surety (Seal) I Ia llq Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by DAVID S. HEWETT, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursu f a nted by Article Vl, Section 2, of the By -Laws of said Companies, which are set forth on o reby certified to be in full force and effect on the date hereof, does hereby nomin t' t o GER, Georgia A. CRAIG, George J. KOLCZUN, Linda WRIG tag VER, all of Tulsa, Oklahoma, EACH its true and lawful agent and At )sit- ak a eliver, for, and on its behalf as surety, and as its act and deed: any an ll� de eeution of such bonds or undertakings in pursuance of these presents, shall any pon ally and amply, to all intents and purposes, as if they had been duly executed and a n RN'RI 1 elected officers of the Company at its office in Baltimore, Md., in their own proper persons. orney revokes that issued on behalf of James B. GEISINGER, Georgia A. CRAIG, George J. KOLCZ GHT , Nancy SCHEIB, Linda K. STEWART, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 3rd day of February, A.D. 2010. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY r,^p OEPp��,iir, —» o; BEAD ro f-� r Eric D. Barnes Assistant Secretary State of Maryland ss: City of Baltimore By: David S. Hewett Vice President On this 3rd day of February, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came DAVID S. HEWETT, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA -F 076 -0012 11A EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the sea] of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 6th day of January , 2012 Arsisranr Secretary lia 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, grant forms, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Immigration Affidavit completed and the company's E- Verify profile page or memorandum of understanding 7. Certificate of Authority to Conduct Business in State of Florida 8. Collier County's Substitute W -9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 10. Any addenda have been signed and included. 11. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 12. The mailing envelope must be sealed and marked with: r*Bid Number; 4*Project Name; raOpening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified ogenina 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 Manhattan Construction (Florida ). Inc. Bidder Signature ' itie Date: 01/20/2012 K State of Florida Department of State I certify from the records of this office that MANHATTAN CONSTRUCTION (FLORIDA), INC. is a corporation organized under the laws of the State of Florida, filed on April 18, 1974. The document number of this corporation is 450600. I further certify that said corporation has paid all fees due this office through December 31, 2011, that its most recent annual report was filed on February 16, 2011, and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seat of Florida, at Tallahassee, the Capital, this the ?ivelfth day of October, Z ©II f Secretary of State Authentication ID: 100213238931- 101211- 450600 To authenticate this cati8cate,visit the following site, enter this ID, and then follow the instructions displayed. https: / /eftle soubihLorg/certauthver.htmi llq Collier County Florida �3A INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 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 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $1.000.000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non- owned/Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability ❑ Valuable Papers Insurance EM $ Per Occurrence $ Per Occurrence I Iq 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Date January 20, 2012 Peter Tuffo, VP South Florida Area Manager Insurance Agency Rooney Insurance Agency, Inc. Agent Name Christy Thompson Telephone Number 918 - 878 -3366 (SEE ATTACHED CERTIFICATE) 41 11A OP ID: CT CERTIFICATE OF LIABILITY INSURANCE °"' 0110 (6112 sM2 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(iss) 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 918 - 582 -0565 Rooney Insurance Agency, Inc. 918 - 878 -3388 5601 S. 122nd E Ave. Tulsa, OK 74146 A NA COMENT: CT Chr15 Thompson P� "E 918- 878 -33&6 F'� A/c Ne : 918- 584 -3129 ADDRESS: Cthom on mane 'nsurance.com PRODUCER KRAFT -1 CUSTOMER ID INSUR S AFFORDING COVERAGE NAIC 0 INSURED Manhattan Construction (Florida), Inc. 3520 Kraft Road Naples, FL 34105 INSURER A: Old Republic General Ins Corp 24139 INSURER B: Stan' Indemnity & Uability CO 38318 INSURER C INSURER D EACH OCCURRENCE INSURER E PREMISES Ea occurrence INSURER F: A CnVFRArFS rFQTIFlr'ATF AH IIVRRD- bculctA&I Ll aseteo. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE OL POLICY NUMBER POLICY EFF MWO POLICY EXP NM1D LaARS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,00 PREMISES Ea occurrence $ 100,00 A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE I OCCUR A2CG41041109 06/01111 06/01/12 MED EXP (Any one person) S 5 s 00 PERSONAL & ADV INJURY $ 2,000,00 X Contractual X XCU Liability GENERAL AGGREGATE S 4,000,00 GEN1 AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMPIOP AGO S 4,000,0 POLICY X PRO- LOC S A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS A2CA41041109 o6/o1/1 1 06/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 x X BODILY INJURY (Per person) — — $ BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) S X NON- OWNEDAUTOS $ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,00 X AGGREGATE $ 10,000,00 B EXCESS LIAB CLAIMS -MADE SISCCCL01450611 08/01111 06101112 DEDUCTIBLE $ $ RETENTION A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERAAEMBER EXCLUDED? F (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below NIA DW41041108 06/01/11 06/01/12 X WCSTATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT S 1,000,00 E.L. DISEASE - EA EMPLOYE S 1,000,00 E.L. DISEASE - POLICY LIMIT s 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addltlonat Remarks Schedule, K mom apace Is required) PROJECT: Collier Area Transit (CAT) Intermodai Transfer Station Pro�ect No: 420353.1- 94 -01; CFSA No. 55.026/Contract APF60 Additional Insured and Waiver of Subrogation Endorsements are included in favor of Certificate Holder as required by executed contract. Should any of above policies f Cont' d>>> COLLCOU Board of County Commissioners Collier County, Florida 3301 East Tamlami Trail Naples, FL 34112 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 ®1988 -2009 ACORD CORPORATION. AN rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD I Iq 11A t t E E Addendum 1 Date: December 20, 2011 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252-6697 Subject: Addendum for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following clarification is made to the above mentioned Collier County solicitation: A DVD with the specifications, drawings, bid schedule and reference documents may be picked up from the Collier County Government Purchasing Office located at 3327 Tamiami Trail East, Naples, FL 34112. A combination of all of the files were too large to post on the eProcurement site. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. ell --_ ' January 20, 2012 (Signature) Peter Yulfii, VP South Florida Area Manager Date Manhattan Construction (Florida), Inc. (Name of Firm) 11A • • s 0,00 a c _., - :- s. .� ... r s Addendum 2 Date: December 20, 2011 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Email: brendabrilhart @colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 Subject: Addendum for Solicitation, ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANGE Specification Section 230900, Instrumentation and Control for HVAC, Paragraph 2.7 Controls Network: System Integration to read: "The building automation system shall be Johnson Control Metasys and the interface to Metasys must be via BACnet." If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return `a copy of this Addendum with your submittal for the above referenced solicitation. January 20, 2012 (Signature) Pe r Affo, ' VP South Florida Area Manager Date Manhattan Construction (Florida), Inc. (Name of Firm) I Iq C ;Br Email: brendabrilhart@colliergov.net Adrrtinistathe SeM�es Dry Telephone: (239) 252 -8446 Purchasing FAX: (239) 252 -6697 Addendum 3 Date: January 12, 2012 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #3 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Revised Bid Schedule The addendum #3 bid schedule must be submitted to be considered for award. Line item allowances for Signage, Furniture and CAT ICON have been added. Owner Contingency has been deleted. • Scope Matrix • Intrumescent Mastic Fireproofing: WR Grace is having temporary supply issues; Carboline fire film 3 can be substituted. www.carboline.com • Membrane Air Barrier: PROSOCO' R -Guard will not be an acceptable substitute at time of bidding - a bidder may submit a proposal for substituent this product on a separate piece of paper and submit with bid package. REMOVE: • The Owner Contingency Allowance under Bid Allowances is to be struck from the Bid - delete note from page G -002 under Bid Allowances: OWNER GONTINGENGY .AI-m- g}DOEc SHOULD INo $200„00.ALL AnIre IN Qeee nin AS- QUISIER r-nniTinir E—=NGv CORRECTION: Sheet G -002 project clarification #59, Value Engineering; Bidders may offer admitienal de aloe to substitute the custom sunscreen shown around ADD Alternate No. 1, CAT Offices addition with a sunscreen system integral to and by the same manufacturer as the adjacent perimeter curtain wall below. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Enc: 2 Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. January 20, 2012 (Signature) Peter Td- ff , VP South Florida Area Manager Date Manhattan Construction (Florida), Inc. (Name of Firm) Addendum 4 Date: January 13, 2012 Email: brendabrilhart @coiliergov.net Telephone. (239) 252 -8446 FAX: (239) 252-6697 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #4 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) lntermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: ADD: • Line item allowances for Furniture have been modified. Revised Bid Schedule attached. • Division I specifications attached. CHANGE: Isolatek SprayFilm W85 is an acceptable equal to Carboline Fire Film 3 for intumescent mastic fireproofing. • After further review as a substitute for Membrane Air Barrier, PROSOCO' R -Guard will be an acceptable substitute at time of bidding. • Bidders should supply bid numbers as specified. Bidders are encouraged to submit proposals for additional substitute products on a separate piece of paper and submit with bid package. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign belo eturn a copy of this Addendum with your submittal for the above referenced solicitation. January 20, 2012 (Signature) Pete(ftUffo, VP South Florida Area Manager Date Manhattan Construction (Florida), Inc. (Name of Firm) 11A i i e Addendum 5 Date: January 13, 2012 11A Email: brendabrilhart@colliergov.net Telephone: (239) 252 -8446 FAX: (239) 252 -6697 From: Brenda Brilhart, CPPB, Procurement Strategist To: Interested Suppliers Subject: Addendum #5 for Solicitation: ITB 12 -5801 R Collier Area Transit (CAT) Intermodal Transfer Station The following change is made to the above mentioned Collier County solicitation: CHANGE: The Questions and Answers will be re- opened on www.colliergov.net /bid on January 16, 2012 until 5:00 pm. • The due date has been extended until 2:30 pm on January 20, 2012. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Brandy Otero, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. January 20 2012 (Signature) Peter ffo,'VP South Florida Area Manager Date Manhattan Construction (Florida), Inc. (Name of Firm) 11 A DECLARATION OF DEBARMENT The bidder, in accordance with Section XXIX of the prevailing Collier County Purchasing Policy, (known as "Debarment and Suspension ") shall sign the appropriate declaration under this exhibit. In doing so, the undersigned hereby declares that: Manhattan Construction (Florida), Inc. Name of Business 1. They are a prospective contractor, vendor, affiliate or otherwise interested or affected party as defined under Section XXIX of the Collier County Purchasing Policy. 2. They are not nor have not been debarred or suspended by any public entity within the last five (5) years of the date of this submission. 3. Signature of this declaration constitutes a material representation of fact upon which reliance was placed when this submission was entered and evaluated. Further, should is subsequently be determined that the signatory knowingly or unknowingly rendered an erroneous declaration; the County shall reserve the right to reject the bid offer associated with this declaration and /or suspend /debar the bidder /signatory. 4. They shall provide immediate written notice to the person to whom this proposal is submitted if at any time they learn that its declaration was erroneous when submitted or has become erroneous by reason of changed circumstances S. Should the proposed agreement be entered into, they shall not knowingly enter into any subcontract or supplier agreement with a person or entity who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this agreement, unless otherwise authorized by the Collier County Purchasing /General Services Director. The bidder shall sign the appropriate declaration below and comply with any accompanying requirements set forth therein: (A) i hereby declare that neither my firm nor its principals is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transactions by any public agency. Peter Tuffo, VP South Florida Area Manager Name(s) and Titles) of Authorized Representative(s) Manhattan Construction (Florida), Inc. Name of Business Authorized Signature(s) (B) 1 am unable to declare that my firm is in compliance with one or more statements contained within this declaration and I shall attach an explanation for determination by the Collier County Purchasing Director. Name(s) and Titles) of Authorized Representative(s) Name of Business Authorized Signatures) Date DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 fSee reverse for public burden discinsure_1 11 A Approved by OMB 0348 -0046 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract Unknown Via. bid /offer /application a a. initial filing - - b. grant `b. initial award ` b. material change c. cooperative agreement c. post -award For Maternal Change Only: d. loan year quarter e. loan guarantee Unknown date of last report f. loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name Q Prime ❑ Subawardes and Address of Prime: Tier if known: Manhattan Construction (FL), Inc. NIA 3520 Kraft Road, Naples, FL 34105 Congressional District, if known: 4c Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: Unknown Unknown CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, if known: Unknown $ Unknown 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if ( if individual, last name, first name, MI): different from No. 10s) ( last name, first name, Ml): None None 11. Information requested through this form is authorized by title 31 U.S.C. section Signature: 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the ter above when this transaction was made print Name: Peter Tuff or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This Information will be available for pudic inspection. Any person who fails to file ON Title: VP South Florida Area Manager required disclosure shall be subject to a civit penalty of not less than 510,000 and 239 -643 -6000 01/20/2012 Telephone No.: Date: not more than $100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form LLL (Rev. 7 -97) IlA INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C, section 1352. The filing of a form is required for each payment or agreementto make payment to any lobbying entity for influencing or attempting to influence an officer or employeeof any agency, a Member of Congress, an officer or employeeof Congress, or an employeeof a Memberof Congress in connection with a covered Federalaction. Completeall items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I . Identify the type of covered Federal action for which lobbying activity is andfor has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a foliowup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appmpriateclassifucabon of the reporting entitythat designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "subawardee, " then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. include at least one organizationallevel below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number availabiefor the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application /proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP- DE- 90 -001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the awardAoan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle initial (MI). 11. The certifying official shall sign and date the form, print his /her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348 -0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0046), Washington, DC 20503. 1. FDOT LAP AGREEMENT# 2. FDOT LAP atr STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-030 -12 AGREEMENT AMTS ANTICIPATED DBE PARTICIPATION STATEMENT (`ADBEPS') EoUAL OPPORTUNITY OFFICE TRIP and INTERMODAL LOCAL AGENCY PROGRAM ov11 COLLIER COUNTY 1. FDOT LAP AGREEMENT# 2. FDOT LAP 3. LOCAL AGENCY'S 4. LOCAL AGENCY NAME AGREEMENT AMTS CONTRACT # WITH PRIME TRIP and INTERMODAL COLLIER COUNTY 420353- 1 -94 -01 S. PRIME CONTRACTOR'S NAME 6. FEID NUMBER OF PRIME CONTRACTOR Manhattan Construction (Florida), Inc. 59- 1530885 7. CONTRACT DOLLAR AMOUNT WITH PRIME 8. FEID NUMBER OF LOCAL AGENCY 9. IS THE PRIME CONTRACTOR A FLORIDA CERTIFIED 10. IS THE WORK OF THIS CONTRACT DISADVANTAGED BUSINESS ENTERPRISE (DBE)? ❑ YES ONO CONSTRUCTIONS MAINTENANCE ❑ OTHER? 11. IS THIS AN ADBEPS REVISION? []YES ONO If yes, revision number 12. ANTICIPATED DBE SUBCONTRACTS DBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK AND DOLLAR PERCENT OF COMPANY NAME AND FEID NUMBER, FDOT SPECIALTY CODE(S) AMOUNT CONTRACT DOLLARS NAME: WORK: A FEID: SPEC CODE: NAME: WORK: B FEID: SPEC CODE: NAME WORK: C FEID: SPEC CODE: NAME: WORK: D FEID: SPEC CODE: NAME: WORK: E FEID: SPEC CODE: 11A TOTAL DOLLARS TO DBE'S 118 TOTAL PERCENT OF F CONTIV= $0.001 0.00% SECTION TO BE FILLED BY PRIME CONTRACTOR 13. NAME OF SUBMITTER 14. DATE IS. TITLE OF SUBMITTER Peter Tuffo 11/20/2012 VP South Florida Area Manager 16. EMAIL ADDRESS OF PRIME CONTRACTOR SUBMITTER 17. FAX NUMBER 18. PHONE NUMBER ptuffo 0 manhattanconstruction.com 239- 643 -0090 1239-643-6000 SECTION TO BE FILLED BY LOCAL AGENCY 19. SUBMITTED BY 20 .DATE 21. TITLE OF SUBMITTER 22. EMAIL ADDRESS OF SUBMITTER 23. FAX NUMBER 24. PHONE NUMBER NOTE: THIS INFORMATION IS USED TO TRACK AND REPORT ANTICIPATED DBE PARTICIPATION IN ALL FEDERALLY FUNDED FDOT CONTRACTS. THE ANTICIPATED DBE AMOUNT IS VOLUNTARY AND WILL NOT BECOME A PART OF THE CONTRACTUAL TERMS. THIS FORM MUST BE SUBMITTED AT THE PRE CONSTRUCTION. FDOT STAFF FORWARDS THE FORM TO THE EQUAL OPPORTUNITY OFFICE. THE FOLLOWING SECTIONS ARE FOR FDOT LAP USE LAP NAME DATE TO ED OFFICE EXECUTED DATE (LAP EXECUTED DATE (BETWEEN PRE-CONSTRUCTION DISTRICT (ELECTRONICALLY) AGREEMENT) LOCAL AGENCY AND PRIME CONFERENCE DATE 11q STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275.030.10 CONSTRUCTION CONTRACTORS EQUAL OPPORTUNITY OFFICE o2roa BID OPPORTUNITY LIST Please complete and mail or fax to: Equal Opportunity Office 605 Suwannee St., MS 65 Tallahassee, FL 32399 -0450 TELEPHONE: (850) 414 -4747 FAX: (850) 414 -4879 This information may also be included in your bid or proposal package. Prime Contractor /Consultant: Manhattan Construction (Florida), Inc. Address/Telephone Number: 3520 Kraft Raod, Naples, FL 34105 (239) 643 -6000 Bid/Proposal Number: 12 -581OR Quote Submitted MM/YR: 0112012 49 CFR Part 26.11 requires the Florida Department of Transportation to develop and maintain a "bid opportunity list." The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT - assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and materials supplies on DOT - assisted projects, including both DBEs and non -DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT assisted project. Prime contractors and consultants must provide information for Nos.1, 2, 3 and 4 and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 59- 2287155 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Agnoli. Barber & Brundaae ® Non -DBE ❑ Less than $1 million 3. Phone: 239 -597 -3111 Between $1 - $5 million 4. Address: 5850 Corporation Blvd. ❑ Between $1 - $5 million 4. Address: 7400 Tamiami Trail N Fort Myers. FL 33905 7. ® Subcontractor ❑ Between $5 - $10 million Suite 200 7. ® Subcontractor ❑ Between $10 - $15 million Naples, FL 34108 ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 59- 2236460 6. ® DBE 8. Annual Gross Receipts 2. Firm Name: Allied Engineering /Testing ❑ Non -DBE ❑ Less than $1 million 3. Phone: 239 -334 -6833 ❑ Between $1 - $5 million 4. Address: 5850 Corporation Blvd. ❑ Between $5 - $10 million Fort Myers. FL 33905 7. ® Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 65- 0029637 6. ® DBE 8. Annual Gross Receipts 2. Firm Name: Ian's Interiors ❑ Non -DBE ❑ Less than $1 million 3. Phone: 239 - 455 -6927 ❑ Between $1 - $5 million 4. Address: 4075 -2 Pine Ridge Road ❑ Between $5 - $10 million Na les FL 34119 7. ® Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST 1. Federal Tax ID Number: 20- 3476560 2. Firm Name: Southwest Construction Sv 3. Phone: 239 -768 -9936 4. Address: 212 Wallace Avenue Lehigh Acres, FL 33971 5. Year Firm Established: 6. ® DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 11A 275 - 030.70 EQUAL OPPORTUNITY OFFICE 02108 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 73- 1370586 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Advanced Roofing Svcs ® Nan -DBE ❑ Less than $1 million 3. Phone: 239 -939 -4412 More than $15 million 7. ® Subcontractor ❑ Between $1 - $5 million 4. Address: 1601 W. Detroit St. ❑ More than $15 million ❑ Between $5 - $10 million Broken Arrow, OK 74012 7. ® Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 26- 4479766 2. Firm Name: Diamond Drvwall & Glass 3. Phone: 239 - 482 -7587 4. Address: 2126 Andrea Lane Fort Mvers, FL 33912 5. Year Firm Established: 1. Federal Tax ID Number: 20- 4437535 2. Firm Name: FranklinSeckinger Plum 3. Phone: 239 - 466 -5606 4. Address: 17131 Alico Center Road Fort Mvers, FL 33967 5. Year Firm Established: 1. Federal Tax ID Number: 65- 0211417 2. Firm Name: Acres & Son Plumbing 3. Phone: 239- 597 -5031 4. Address: 5701 Houchin Street Naples, FL 34109 5. Year Firm Established: 6. Z DBE E D:Z 7. ® Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 6. ® DBE S. Annual Gross Receipts ❑ Non -DBE ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million 7. ® Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million 6. ® DBE 8. Annual Gross Receipts ❑ Non -DBE ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million 7. ® Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST 1. Federal Tax ID Number: 42- 1623739 6. ® DBE 2. Firm Name: VAR Electric ❑ Non -DBE 3. Phone: 239 -931 -7570 4. Address: 11000 metro Parkway Fort Myers, FL 33966 5. Year Firm Established: 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 5. Year Firm Established: 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 5. Year Firm Established: 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 5. Year Firm Established: 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 5. Year Firm Established: 7. ® Subcontractor ❑ Subconsultant 11A Annual Gross Receipts 275 - 030.70 EQUAL OPPORTUNITY OFFICE ❑ 02108 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 6. ❑ DBE 8. Annual Gross Receipts ❑ Non -DBE ❑ Less than $1 million ❑ Between $10 - $15 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million 7. ❑ Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, A ( "Owner ") hereby contracts with Manhattan Construction (Florida), Inc., ( "Contractor ") of 3520 Kraft Road, Naples Florida 34105, a Florida corporation, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Collier Area Transit (CAT) Intermodal Transfer Station, Bid No. 12 -5801 R ( "Project "), as said Work is set forth in the Plans and Specifications prepared by Atkins Global, the Engineer and /or Architect of Record ( "Design Professional ") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract "). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount "), in accordance with the terms of this Agreement: Three million eight hundred and forty four thousand four hundred and forty nine dollars and no cents ($3,844,449.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be 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 25 11A 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 Liauidated 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. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The Successful Bidder shall be required to finally complete all Work within five hundred and twenty (520) calendar days from and after the Commencement Date specified in the Notice to Proceed. If the Alternative is not selected, the Successful Bidder shall be required to finally complete all Work within four hundred and eighty (480) calendar days from and after the Commencement Date specified in the Notice to Proceed. All work must be completed no later than 12/31/2013 grant funding expires. The undersigned further agrees to substantially complete all work covered by this Bid within four hundred and ninety (490) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, if alternate selected, the Bidder shall be required to substantially completed all work within four hundred and fifty (450) consecutive days. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, 26 11A Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand six hundred and nineteen dollars and eleven cents ($1,619.11) 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 27 IlA 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 (if applicable) Exhibit M: Plans and Specifications prepared by Atkins Global and identified as follows: Collier Area Transit (CAT) Intermodal Transfer Station as shown on the Plan Sheets. Exhibit N: Contractor's List of Key Personnel Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E -mail or Facsimile, addressed to the following: Hank Jones, Project Manager Facilities Management 3335 Tamiami Trail E. 28 Naples, Florida 34112 (239)252-8554 11A 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: Peter Tufo, VP South Florida Area Manager Manhattan Construction (Florida), Inc. 3520 Kraft Road Naples, FL 34105 (239) 643 -6000 C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a 29 11 waiver of an such provision or provisions or of its right thereafter to enforce each and Y p p 9 every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 30 s) l 1 on the date reement IN WITNESS WHEREOF,- the parties have executed this Agreement ( A indicated below. TWO WITN E FIRST WITNESS Type /Print Name SECON - WITNESS LYn M. Ross Type /Print Name Date: ZZl2 ATTE er f "bi., X, q "� E.Sroc3c, l o turd' Approved As To Form oCi'ntName: Legal Suffic' cy. -�- Scott Teach, Otl1ruty Co u ty Attorney CONTRACTOR: Manhattan Construction (Florida) Inc. By: Type /Print Name and Title OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Fred VV. Coyle, Chairma Item #_ Agenda Date Z, Date 42:,? Rec' 31 Deputy erk OR 4775 PG 759 EXHIBIT 1: PUBLIC PAYMENT BOND Collier Area Transit (CAT) Intermodal Transfer Station Bond No. 09081558 Contract No. 12-5801R llA KNOW ALL MEN BY THESE PRESENTS: That _Manhattan Construction (Florida), Inc. as Principal, and Fidelity and Deposit Company of Maryland as Surety, located at 1400 American Lane, Schaumberg, IL 60196 (Business Address) are held and firmly bound toThe Board of County Commissioners of Coiner County, FL as Obligee in the SUM of Three Million Eight Hundred and Forty Four Thousand Four Hundred and Forty Nine Dollars and No/100 ($a a44.44s.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 15th day of March 2012, with Obligee for construction of Collier Area Transit (CAT) Intermodal Transfer iM station, Collier County, Florida (Bid No. 12- 5801R) accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants_ IN WITNESS WHEREOF, the above parties have executed this instrument this 15th day of March 2012 the name of each party being affixed and these presents duly signed by its under- signed representative, pursuant to authority of its governing body. 32 OR 4775 PG 760 Signed, sealed and delivered in the presence of. ,S7g � �E � cruet Witnesses as to Principal STATE OF 4t COUNTY OF / ie2 ilA PRINCIPAL Manhattan Construction (Florida), Inc. The foregoing instrument was acknowledged before np this G day of !1/G f, 20/71-, by o , as V �c of /1 c, a co oration, on behalf of the corporation. a he is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: 117 /a-oiy ROSEMARY A.DOHAN (Sign re of tary) RY' s Commission # DD 980551 30 °° Expires May 17, 2014 NAME: — 1 'TAII 4`r 5onledRrjTnFdnl""=V03?5i7019 (Legibly Printed) (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety Notary Public, State of 17Det ZA�- Commission No.: f V'qj'.r-7 SURETY: Fidelity and Deposit Company of Maryland (Printed Name) Fidelity and Deposit Company of Maryland 1400 American Lane Schaumberg, IL 60196 (Business Address (Authorized Signature) (Printed Name) OR 4775 PG 761 STATE OF Oklahoma COUNTY OF Tulsa llq The foregoing instrument was acknowledged before me this 1511 day of March , 2012, by Kevin L. Hanover , as Attorney In Fact of Fidelity and Deposit Comnanv of Maryland Surety, on behalf of Surety. He/She is pgrsonal known to me OR has produced qs identification and who did (did not) take an oath. My Commission Expires: March 27, 2016 Name: t''`ames B. Geisinc (Legibly Printed) Notary Public, State of: Oklahoma Commission No.: 09081558 OR As A omey in Fact (Attach Power of Attorney) Kevin L. Hanover p' (Printed Name) " Rooney Insurance Agency, Inc. 5601 S. 122nd E. Ave. Tulsa, OK 74146 (Business Address) (918)582 -0565 (Telephone Number) The foregoing instrument was acknowledged before me this 1511 day of March , 2012, by Kevin L. Hanover , as Attorney In Fact of Fidelity and Deposit Comnanv of Maryland Surety, on behalf of Surety. He/She is pgrsonal known to me OR has produced qs identification and who did (did not) take an oath. My Commission Expires: March 27, 2016 Name: t''`ames B. Geisinc (Legibly Printed) Notary Public, State of: Oklahoma Commission No.: 09081558 OR 4775 PG 762 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 11A KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of th�C_n aryland, by DAVID S. HEWETT, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursu f nted by Article Vl, Section 2, of the By -Laws of said Companies, which are set forth on t C(3 n reby certified to be in full force and effect on the date hereof, does hereby nomina t' t � o o �I iGER, Georgia A. CRAIG, George J. KOLCZUN, Linda WRIG 45. WER, all of Tulsa, Oklahoma, EACH its true and lawful agent and At ;� - iak e�}���eliver, for, and on its behalf as surety, and as its act and deed: an an "I E�@s�'��EIWNde �'ttecution of such bonds or undertakings in pursuance of these presents, shall,��,,�� '° 2 pon %L �d amply, to all intents and purposes, as if they had been duly executed and aubtn a de 1 , elected officers of the Company at its office in Baltimore, Md., in their own proper persons. revokes that issued on behalf of James B. GEISINGER, Georgia A. CRAIG, George J. KOLCZU a VRIGHT, Nancy SCHEIB, Linda K. STEWART, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 3rd day of February, A.D. 2010. ATTEST: 0 OEPps� C% =tidy SEAL State of Maryland lss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY A) Eric D. Barnes Assistant Secretan- By: David S. Hewetr Vice President On this 3rd day of February, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came DAVID S. HEWETT, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dann Notan- Public My Commission Expires: July 14, 2015 POA -F 076 -0012 OR 4775 PG 763 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND I Iq "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 15th day of March , 2012 /7o�, Assistant Secretary INSTR 4669479 OR 4775 PG 756 RECORDED 3/16/2012 11:01 AM PAGES 10 DWIGHT E. BROCK, CLERK OF THE CIRCUIT COURT, COLLIER COUNTY FLORIDA REC $86:50 EXHIBIT 2: PUBLIC PERFORMANCE BOND Collier Area Transit (CAT) Intermodal Transfer Station Bond No. 09081558 Contract No. 12-5801R KNOW ALL MEN BY THESE PRESENTS: That _Manhattan Construction (Florida), Inc. as Principal, and Fidelity and Deposit Company of Maryland as Surety, located at 1400 American Lane, Schaumbera, IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County Florida , as Obligee in the sum of Three Million Eight Hundred Forty Four Thousand Four Hundred and Forty Nine Dollars and No /100 ($3,844,449.00----- - - - - -) 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 15th day of March 2012, with Obligee for Construction of Collier Area Transit (SAT) Intermodal Transfer Station Collier County FL (Bid No. 12 -5801 R) in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof; and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials fumished 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. OR 4775 PG 757 I I A This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 15th day of March , 2012, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of governing body. �p , Signed, sealed and delivered in the esen .S7E y f 4. c Witnesses as to Principal NAME STATE OF '142 cd1c. COUNTY OF (1,011lG4 PRINCIPAL Manhattan Construction (Florida), Inc. BY: ITS: ✓e-'r .Cs 'q6.✓t' The foregoing instrument was acknoMed/9��ed before me this ILA' day of 201 v, by Ule % , as i u of 01041 44 jnc a corporation, on behalf of the corporation. 691she is personally known to me OR— has produced as identification and did (did not) take an o My Commission Expires: sli7 41&/ y (Sign ure) (AFFIX OFFICIAL SEAL) ROSEMARY A. DOHAN ..; Coindssl ion # DD 960557 a,{ Expires May 17, 2014 .,�. DMW rwiY yFahkwsxeW a. ni Name: �1 mf �inre• / �IhQ'7 (Legibly Prin d) Notary Public, State of: k4l"6L Commission No.: )D 5 Ytj -,j"7 36 :o;, n OR 4775 PG 758 ATTEST: Witnesses as to Surety OR C ri 6 t Say`,, Witnesses STATE OF Oklahoma COUNTY OF Tulsa ila SURETY: Fidelity and Deposit Company of Maryland (Printed Name) Fidelity and Deposit Company of Maryland 1400 American Lane Schaumberg, IL 60196 (Business Address) (Authorized Signature) (Printed Name) As Attomey in Fact (Attach Power of Attorney) Kevin L. Hanover (Printed Name) Rooney Insurance ApencyAnc_ •, . Y 1 1, / I. `! , 5601 S. 122nd E. Ave. Tulsa, OK 74146 (Business Address) (918) 582 -0565 (Telephone Number) The foregoing instrument was acknowledged before me this 15th day of March , 2012, by Kevin L. Hanover , as Attorney In Fact Of Fidelity and Deposit Company of Maryland , a Corporate Surety, on behalf of Surety. jjgJShe is personal known to me OR has produced as identificati n and who did did nqt take an oath. My Commission Expires: March 27, 2016 gnature) Name: James B. Geisinger (Legibly Printed) (AFFIX OFFICIAL.-SEAL) Notary Public, State of: Oklahoma Commission No.: 08003523 1 q EXHIBIT B: INSURANCE REQUIREMENTS .� The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests' provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a 38 iia reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the 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. 39 �1A Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance /" Bond Type Required Limits 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 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non - owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance 40 $ Per Occurrence 11 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name 41 Date Telephone Number OR 4775 PG 764 11A OP ID: CT CERTIFICATE OF LIABILITY INSURANCE 1 DATE (M A I14 YYY) 03114/1 /12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the polity, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In Ileu of such endorsement(s). PRODUCER 918 - 582 -0565 Rooney Insurance Agency, Inc. 918 -878 -3388 5601 S. 122nd E. Ave. Tulsa, OK 74146 NANEACT Christ Thom Son PHONE FAx c No. E=t :918- 878-3366 ac No): 918 -584 -3129 ADORESS: cthom son@rooneyinsurance.com aSTOMER KRAFT -1 CUSTOMER ID f: INSURER (S) AFFORDING COVERAGE NA1C i INSURED Manhattan Construction (Florida), Inc. 3520 Kraft Road Naples, FL 34105 INSURER A:Old Republic General Ins Corp 24139 INSURER B : Starr Indemnity & Liability Co 38318 INSURER C: INSURER D: EACH OCCURRENCE INSURER E: PREMISES Ea occurrence INSURER F: A rnVFRAn PC rFOTICIr ATC Full 111.11121=0- DNICIMKI IJ11aaCCD. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE ADDL FNqR SUR WM POLICY NUMBER POLICY EFF M /DD 1YYYYI POLICY EXP (MM/DDNYYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE f 2,000,00 PREMISES Ea occurrence S 100.00 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR A2CG41041109 06/01/11 06/01/12 MED EXP (Any one person) f 5,00 PERSONAL a ADV INJURY S 2,000,00 X Contractual X XCU Liability GENERAL AGGREGATE S 4,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMROPAGG f 4,000,00 POLICY X PR0. LOC IFGT I f A AUTOMOBILE X X X X LIABILITY ANY AUTO ALL AUTOS SCHEDULED AUTOS HIRED AUTOS A2CA41041 109 06101111 06/01/12 COMBINED SINGLE LIMIT (Ea accidenl) f 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE (Peraecident) $ X NONAWNEDAUTOS S S UMBRELLA LUIS X OCCUR EACH OCCURRENCE S 10,000,00 B X EXCESS LU1B CLAIMS -MADE SISCCCL01450611 06/01/11 06/01112 AGGREGATE f 10,000,00 DEDUCTIBLE S S RETENTION S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORTARTNERIEXECUTTVE YIN ❑ OFFICER'MEMBER EXCLUDED7 (Mandatory In NH) It 6describe under DESCRIPTION OF OPERATIONS below N1A I DW41041108 06101/11 06/01/12 W X C STATU- OTI • TORY LIMITS ER E.L. EACH ACCIDENT IS 11000,00 E.L. DISEASE - FA EMPLOYEE! S 1,000,00 E.L. DISEASE - POLICY LIMIT S 1,000,00 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach ACORD 101. Additional Remarks Schedule, H mom space is required) PROJECT: Collier Area Transit `CAT) Intermodal Transfer Station Project No: 420353- 1- 94 -01; CFSA No. 55.026 /Contract APF60, Bid No.12 -580 iR For any and all work performed on behalf of Collier County. Additional Insured and Waiver of Subrogation Endorsements are included in favor of Certificate Holder as required by executed contract. Continued>>> COLLCAT The Board of County Commis- sioners of Collier County, FL Hank Jones,PM,Facilities Mgmt. 3335 Tamiami Trail East Naples, FL 34112 -4901 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 ©1988.2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD * ** OR 4775 PG 765 * ** A (NOTEPAD. HOLDERCODE COLLCAT KRAFT -1 PADE2 INSUREDS NAME Manhattan Construction OP ID: CT DATE 03/14/12 Should any of the above described policies be cancelled before the exppiration date thereof, Rooney Insurance Agency, Inc. will mail Thirty (30) Days written notice to the Certificate Holder. State of FLORIDA County of COLLIER I HEREBY CERTIFY THAT this is a true and correct copy of a document re�orded;in the OFFICIAL RECORDS of Collier Cou t -WITN SS m hand and official seal this Dat BROOK, C OF COURtS By. D.C. llA 11q 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: DATE: Witnesses STATE OF COUNTY OF President The foregoing instrument was acknowledged before me this day of 20_, by ,as of ,a corporation, on behalf of the corporation. He /she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: NAME: (Signature of Notary) (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: 42 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Bid No. _ Project No. Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE Original Contract Time: Revised Contract Time: Retainage @ 10% thru(insert date] $ Retainage @ _% after [insert date] $ _ Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued $ 11A ject Name) Original Contract Price: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ Remaining Contract Balance ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: 43 (Signature) DATE: (Type Name and Title) 11A J��ipl a)I aI �9m Q'n °a= t wI� WI v, m uj o Lu _I o a w C LD U o 0 IZ =Ip OiH N! Ui LLII p'I UN N W _ C I m10 LL O N fn U a) Q wl C 7 W I'— W W III NI W �i o'I4-: a O v U y N p LLI - aW�Q Flo I-a0p 0�ciO old, 0 06 aa)) EI o f �. c I O LL J a C cw o�I F- F— �I 0, o m1 d �p a 7 o vn0 _ �L i N W Z D m P3 o H W a a71 w Q a` a ai H 3 c' a W Z Q ° LL `—° O o w y J O U Z LIO Lnl.l 3 ¢ W LU U a O 0 _ 'c fA > > 7 L a� W M H c it IL ~ � U I O J w C O a) aIJ U W Q�,� >I U N I(n�N ai I -. i 07iL a3 alai' � i c � o_IE c HI IL C EI 0 C'U L� O _ a) N J V a7 L- Q O C U c O� cl (n C L C O O L a) U c w cl O t H m Z W W c m T L = d ti m CL X a Z W L w IL * .S 3 11A ON U m Q io E O U- 0 0 4) d' N m L O cn C O U_ :2 x W I Iq In 0 LU m -a o Gi 'C a N N C N d L = 'd O a V N d' t H Q O > V d d CL a _V O E > Z 4) CL cn O L V U) 0 d �a I Iq In TO: Project Name: Bid No. : Change Order No.: Change Order Description 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 (For use by Owner: Fund Cost Center: Number: ) 47 Date: Date: Date: Date: Date: Date: Date: Object Code Project 11Q Project Manager Recommended by: Design Professional Accepted by: Contractor Approved by: Department Director Approved by: Division Administrator Approved by: Purchasing Department Authorized by Director (For use by Owner: Fund Cost Center: Number: ) 47 Date: Date: Date: Date: Date: Date: Date: Object Code Project 11Q 11A EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date Design Professional's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 49 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on By: OWNER Type Name and Title 50 20 20 I IA llq 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 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form) 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N /A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: _ By Design Professional: By Owner: (Company Name) (Signature) (Typed Name & Title) (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) I Ip EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at 52 I I A 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. 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 53 I I schedule for the 9 ( herein Project "Progress Schedule "). The Progress Schedule shall J relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Contractor shall submit all Applications for Payment to Hank Jones, Collier County Project Manager. 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 54 I Iq 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. 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 55 Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub - subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub - subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non - compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (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. ilq 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. 6. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 7. FINAL PAYMENT. 7.1 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. 7.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 8. SUBMITTALS AND SUBSTITUTIONS. 8.1 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. 8.2 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. 57 11a 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. 8.3 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. 8.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 8.5 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 58 11q Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 9. DAILY REPORTS, AS- BUILTS AND MEETINGS. 9.1 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: 9.1.1 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; 9.1.2 Soil conditions which adversely affect the Work; 9.1.3 The hours of operation by Contractor's and Sub - Contractor's personnel; 9.1.4 The number of Contractor's and Sub - Contractor's personnel present and working at the Project site, by subcontract and trade; 9.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 9.1.6 Description of Work being performed at the Project site; 9.1.7 Any unusual or special occurrences at the Project site; 9.1.8 Materials received at the Project site; 9.1.9 A list of all visitors to the Project 9.1.10 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. 9.2 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 59 11A 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. 9.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 10. CONTRACT TIME AND TIME EXTENSIONS. 10.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 10.2 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. 10.3 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. 60 llq 10.4 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. 11. CHANGES IN THE WORK. 11.1 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. 11.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 11.3 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. 11.4 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 61 11A 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. 11.5 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. 11.6 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. 12. CLAIMS AND DISPUTES. 12.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 12.2 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. 12.3 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. 13. OTHER WORK. 13.1 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 62 I I - r f in Design Professional within forty-eight (48) hours o 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. 13.2 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. 13.3 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. 14. INDEMNIFICATION AND INSURANCE. 14.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 14.2 The duty to defend under this Article 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 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. 63 I Iq 14.3 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. 15. COMPLIANCE WITH LAWS. 15.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 15.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners 64 liq Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 16. CLEANUP AND PROTECTIONS. 16.1 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. 16.2 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. 17. ASSIGNMENT. 17.1 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. 65 18. PERMITS, LICENSES AND TAXES. I I l� 18.1 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. 18.2 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. 18.3 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. 19. TERMINATION FOR DEFAULT. 19.1 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. 19.2 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. 19.3 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 66 i direct and indirect expenses (including Design Professional and attorneys ' fees) o r damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 19.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re- letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 19.5 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. 19.6 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. 20. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 20.1 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 67 iia 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. 20.2 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. 21. COMPLETION. 21.1 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. 21.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly issue a final Certificate for Payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. 68 11p (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 22. WARRANTY. 22A 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. 22.2 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. 23. TESTS AND INSPECTIONS. 23.1 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. 69 I IA 23.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 23.3 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. 23.4 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. 23.5 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. 23.6 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. 24. DEFECTIVE WORK. 24.1 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. 24.2 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 70 11a as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and /or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 24.3 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. 24.4 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. 24.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and 71 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. 25. SUPERVISION AND SUPERINTENDENTS. 25.1 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. 25.2 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. 26. PROTECTION OF WORK. 26.1 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. 26.2 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. 72 llq 26.3 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. 27. EMERGENCIES. 27.1 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. 28. USE OF PREMISES. 28.1 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. 29. SAFETY. 29.1 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: 29.1.1 All employees on or about the project site and other persons and /or organizations who may be affected thereby; 29.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 29.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground 73 11A structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 29.2 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; 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; 74 I IA 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. 30. 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. 31. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of this Agreement. 32. 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 75 reference. Copies are available through Risk and available on -line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 33. SALES TAX SAVINGS AND DIRECT PURCHASE 33.1 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: 33.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ( "Direct Purchase "). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of 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. 33.3 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. 76 I IA 34. SUBCONTRACTS 34.1 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. 34.2 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. 34.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self - performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 34.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub - subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of 77 �lA 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. 34.5 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. 34.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 34.6.1 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. 34.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 34.6.3 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. 34.6.4 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. 78 I IA 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 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 79 llA 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 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. 80 11A Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well - groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision - making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of 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. 81 11A EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 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. 82 11A EXHIBIT J: TECHNICAL SPECIFICATIONS Refer to information posted at: http: / /bid.colliergov.net/bid/ 83 liA EXHIBIT K: PERMITS Refer to information posted at: http: / /bid.colliergov.net/bid/ At the County's discretion, the Notice to Proceed may not be issued until all permits are finalized 84 I Iq EXHIBIT L: STANDARD DETAILS Refer to information posted at: http: / /bid.colliergov.net/bid/ 85 11A EXHIBIT M: PLANS AND SPECIFICATIONS Refer to information posted at: http: / /bid.colliergov.net/bid/ 86 11A EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Refer to information posted at: http: / /bid.colliergov.net/bid/ 87 I I A GRANTING AGENCY REQUIREMENTS Provided In Separate File 88 11A IFB REQUIRED SUBMISSIONS The Contractor shall submit the following forms and certifications provided: 1. Certification Regarding Debarment (Form) 2. Certification for Disclosure of Lobbying Activities (Form 375- 030 -33) 3. DBE Participation Statement (Form 275- 030 -12) 4. Bid Opportunity List (Form 275- 030 -10) Certification Regarding Debarment shall be executed by an officer of the firm, associates or corporation submitting the proposal, and shall be sworn to before a person who is authorized by law to administer oaths. Certification for Disclosure of Lobbying Activities shall be submitted by the proposed Prime Contractor. If a Standard Form -LL has previously been submitted to a government agency and there has been no material change, a copy of the previous submission is sufficient. DBE Participation Statement shall be completed even if the Contractor does not intend to utilize a DBE firm. Bid Opportunity List Federal law requires states to maintain a database of all firms that are participating or attempting to participate in DOT - assisted contracts. To assist the County in this endeavor, consultants are requested to submit the Bidder's Opportunity List. The list should include yourself as well as any prospective sub - contractor that you contacted or who has contacted you regarding this project. llA TERMS FOR FDOT FUNDED PROJECTS: The following terms apply to all contracts in which services involve the expenditure of state funds: A. NONDISCRIMINATION — EQUAL EMPLOYMENT OPPORTUNITY In connection with the carrying out of any project, the Agency shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Agency shall insert the foregoing provision modified only to show the particular contractual relationship in all its contracts in connection with the development or operation of the project; except contract for standard commercial supplies or raw materials. When the project involves installation, construction, demolition, removal site improvement, or similar work, the Agency shall post, in conspicuous places available to employees and apprentices for employment for project work, notices to be provided by the Department setting forth the provisions of nondiscrimination clause. B. SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT: In all solicitations made by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials and leases of equipment, each potential subcontractor, supplier or lessor shall be notified by the contractor of the contractor's obligations under this contract and the regulations relative to nondiscrimination on the grounds of race, color religion, sex or national origin. C. INTEREST OF MEMBERS OF CONGRESS: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. D. INTEREST OF PUBLIC OFFICIALS: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall be any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States, and public corporations, boards, and commissions established under the laws of any State. E. DISADVANTAGED BUSINESS ENTERPRISE POLICY: The contractor agree to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26, as amended, have the maximum opportunity to participate in the performance of contracts and this Agreement. In this regard, all recipients, and contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26. As amended. To ensure that the I IA Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts. Grantees, recipients and their contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of State assisted contracts. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT - assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 40 CFR Part 26 to ensure nondiscrimination in the award and administration of DOT - assisted contracts. The recipient's DBE program, as required by 40 CFR Part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Departments may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and /or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.) F. DEBARMENT: An entity or affiliate which has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair or a public building or public work, may not submit bids or 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. G. An person or affiliate who has been placed on the convicted vendor list following a convictions for a publice entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair or a public building or public work, may not submit bids or 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 Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. H. It is understood and agreed that if the Contractor at any time learns that the certification it provided the Department in compliance with 49 CFR, Section 23.5 1, was erroneous when submitted or has become erroneous by reason changed circumstances, the Consultant shall provide immediate written notice to the Department. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Consultant in all lower tier covered transactions and in all aforementioned federal regulation. iia I. "The contractor /consultant shall indemnify, defend, save, and hold harmless the DEPARTMENT and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the contractor, its officers, agents, or employees. Neither the contractor /consultant, nor any of its officers, agents, or employees will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the DEPARTMENT of any of its officers, agents, or employees." J. E- VERIFY: The vendor /contractor: shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Vendor /Contractor during the term of the contract; and shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. K. THIRD PARTY: The DEPARTMENT (Florida Department of Transportation) shall not be obligated or liable hereunder to any party other than the Agency (Collier County). L. TRAVEL: Contractor agrees to comply with the provision of Chapter 112.061 F.S. relative to travel expenses.