Loading...
Backup Documents 02/09/2010 Item #16B4 MEMORANDUM Date: March 9, 2010 To: Rhonda Cummings, Purchasing Contract Specialist From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #10-5415: "Radio Road MSTU Phase III (Livingston Rd. to Airport Rd) Part A-Curbing" Contractor: Bonness, Inc. Enclosed is one original contract, referenced above (Agenda Item #16B4), approved by the Board of County Commissioners on Tuesday, February 9, 2010. The second contract will be kept in the Minutes and Records Department as part of the Board's permanent records. If you should have any questions, please contact me at 252-7240. Thank you. Enclosure (1) 168 '14 Date: February 23,2010 u,Iprf'.TE .RE~I~~ i ,'()/ Jt\I7';:,'.\ ~:~. It/t I,.. I ( li:/f\lEv 2/"1,'(1~'~:~ ~fI'1 .1 ;; -I. PN 3: ~3 \~ DO NOT WRITE ABOVE THIS LINE ~ 1fJb~~ ~ ~ ~ .n l/7 {b ~ I ~ )'t, lL/ ~ ~(v( VVJ O)<lIID ')) II liD 5~\ If. ITEM No.:/o-fitL.. OI~7- FILE NO.: ROUTED TO: REQUEST FOR LEGAL SERVICES To: County Attorney's Office Attention: Jeff Klatzkow From: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department, Extension 8941 Re: Contract: #10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part A: Curbing" Contractor: Bonness, Inc. BACKGROUND OF REQUEST: ~~ This Contract was approved by the BCC on February 9, 201~' ./~ Agenda Item J,8"B.4 Jl9~ This is a standa~~ract with no changes. This item was not previously submitted. 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. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Darryl Richard, ATM 168 4 MEMORANDUM TO: Ray Carter Risk Management Department " ,:) l' FROM: Rhonda Cummings, FCCN, CPPB, Contract specialj~1t"P~OLM~ Purchasing Department f~"" L/ DATE: February 23,2010 RE: Review of Insurance for Contract: #10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part A: Curbing" Contractor: Bonness, Inc. This Contract was approved by the BCC on February 9, 2010, Agenda Item 10.B.4 Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. dod/RC ~€.CE.\\J€.O 1. ~ 'l.\)\~ ct~ ,q,,\-\I\G.'C.WI'C. ~\S" w /~ C: Darryl Richard, ATM Ii) 168 4 mausen_g From: Sent: To: Cc: Subject: RaymondCarter Thursday, March 04, 2010 1 :57 PM CummingsRhonda DeLeon Diana; mausen_g; RichardDarryl 10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part A: Curbing" All, I have approved the certificate of insurance provided by Bonness, Inc. for contract 10-5415. The contract will now be forwarded to the county attorney's office for their review. 168 4 mausen_g From: Sent: To: Cc: Subject: RaymondCarter Thursday, March 04, 2010 1 :57 PM CummingsRhonda DeLeon Diana; mausen_g: RichardDarryl 10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part A: Curbing" All, I have approved the certificate of insurance provided by Bonness, Inc. for contract 10-5415. The contract will now be forwarded to the county attorney's office for their review. Thank you, Ray ~~ Manager Risk Finance Office 239-252-8839 Cell 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 RLS#~~ffC~- CHECKLIST FOR REVIEWING CONTRACTS Entity Name: ~Nve~~.l~ Entity name correct on contract? Entity registered with FL Sec. of State? CJ 14.0;2 168 4 v\.. ~\Q. \ /.Yes ~~1ZYes No No Insurance Insurance Certificate attached? Insured registered in Florida? Contract # &/or Project referenced on Certificate? Certificate Holder name correct (BCC)? Commercial General Liability General Aggregate Required $ __~_ Products/CompVOp Required $ Personal & Advert Required $ Each Occurrence Required $ -"2-'M\ l.. Fire/Prop Damage Required $ Automobile Liability Bodily Inj & Prop Required $ '1. ",,-, \..- Workers Compensation Each accident Required $ Disease Aggregate Required $ 6"ff'n,.. Disease Each Empl Required $ pl'<,t Umbrella Liability Each Occurrence Provided $ 'l- l\.\, L Aggregate Provided $---...\.,__ Does Umbrella sufficiently cover any underinsured portion? Professionol Liability Each Occurrence Required $___ Per Aggregate Required $_____ Other Insurance Each Occur Type: Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ Provided $ ..,rYes --\.L Yes __~Yes __vYes No No No No 7-l\I\IL- II 7 5'0) ,~" ,. .5 ePI ",,0 Exp. Date &t I (tf) Exp. Date If Exp. Date 1.1 Exp. Date -----'-' __ Exp. Date _!~~.~_ Z-MII.- Exp Date (p II (I f) Exp Date "" tlf) Exp Date ~_~_'-'--- Exp Date ~__~_f_ I ,,^,'L 'I " Exp Date It 1,1ft> Exp Date _,~~ ....JL. Y es No Exp. Date Exp. Date Required $______ County required to be named as additional insured? County named as additional insured? Indemnification Does indemnification meet County standards? Is County indemnifying other party? Performance Bond Bond requirement referenced in contract? If attached. expiration date of bond Does dollar amount match contract? Agent registered in Florida? Signature Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses/notary? Authorization for executor to sign, if necessary: Chairman's signature block? Clerk's attestation signature block? County Attorney', signature block? Attachments Are all required attachments included? Provided $ Exp Date_ ,-""",Yes _ VYes No No ~es Yes No _1,...<'_No _~Yes No ----..L- Y es -LYe, No No ~Yes ~Yes V Yes L/Yes No No No No /Yes ----;.7 Y es ----v- Y es No No No ~Yes No ~ Reviewer Jmtlals: Dale:~ lJ 04-COA-o"r63o 22 www.sunbiz.org - Department of State 16ag 10f4 ~ FLORIDA IhPARrMENT OF STATE ~ :"! ~. D l\'I S 10'\ 0 F COR P [} R.\ fJ () '\ ~ $fflbtz. ~,!;, . ; '" ;;:.,: ~;. " - . ~ -::..'~~~ , ~. Home Contact Us E.Filing Services Document Searches Forms Help PX(;!yiQlJJtQJ1 J.,Jst Next on List Return To List Entity Name Search ~~ No Events No Name History Detail by Entity Name Florida Profit Corporation BON NESS, INC. Filing Information Document Number F19249 FEI/EIN Number 592055219 Date Filed 02/04/1981 State FL Status ACTIVE Principal Address 1990 SEWARD AVE NAPLES FL 34109 US Changed 07/01/2002 Mailing Address 1990 SEWARD AVE POBOX 9140 NAPLES FL 34101 US Changed 04/22/1998 Registered Agent Name & Address BAILIE, KATHLEEN M 1990 SEWARD AVE NAPLES FL 34109 US Name Changed: 01/18/2006 Address Changed: 04/22/1998 OfficerlDirector Detail Name & Address Title ST BARATTA, JANE E 4951 BONITA BAY BLVD UNIT 504 BONITA SPRINGS FL 34134 Title D BONNESS, JOSEPH Dill 6830 SANDALWOOD LN NAPLES FL 34109 Title V WAGONER, STEVE D http://ccfcorp.dos.state.fl.us/scripts/cordet.cxe?action~DETFlL&inCL doc number=F 19249... 3/5/2010 www.sunbiz.org - Department of State totrf24 6236 12TH AVENUE S.w. NAPLES FL 34116 Title D KELLY, DANIEL J 6831 SANDALWOOD LN NAPLES FL 34109 US Title PDC BAILIE, KATHLEEN M 267 CHANNING CT. NAPLES FL 34110 US Annual Reports Report Year Filed Date 2009 01/15/2009 2009 03/30/2009 2010 01/05/2010 Document Images 01/05/2010- ANNUAL REPORT I 03/30/2009 -- ANNUAL REF'OR T [ 01/15/2009 -- ANNUAL REPORT ( 03/24/2008 -- ANNUAL REPORT I 04/16/2007 ANNUAL REPORT ( 01/18/2006 -- ANNUAL REPORT [ 04/30/2005 -- ANNUAL REPORT [ 04/30/2004 -- ANNUAL REPORT I 01/21/2003 -- ANNUAL REPOIH [ 07/01/2002 -- ANNUAL REPORT I 04/04/2001 -- ANNUAL REPOFn ( OS/22/20IJO -- ANNUAL REPORT [ 05/06/1999 -- ANNUAL RlcPORT I 04/22/1998 -- ANNUAL REF'orn I 05/09/1997. - ANNUAL REPORT I 01/25/1996 -- ANNUAL REPORT ( 06/20/1995 -- ANNUAL REPORT I View image in PDF format J View image in PDF format] View image in PDF format I View image in PDF format I View image in PDF format J View image in PDF format J View image in PDF format 1 View image in PDF format J View image in PDF format 1 View image in PDF format] View image in PDF format] View image in PDF format] View image in PDF format I View image in PDF format] View image in PDF format] View image in PDF format l View image in PDF format I ~hiS is not official record. see'docu~;~t-;-i-fQ-~~~ti~~~~flict.l Previous on List Next on List Return To List Entity Name Search I~bmit I No Events No Name History : Hund' I "lilLict lh I r>:)cunIPn\ S(JII,Jd~'; I f:i!lnfj ',"rVI('C i i(i' !'(IS :c!r) I ;ilt; 'ri'n::yh)llciC'; Cl'!"'fflqI11 \, )n:i! ~;rdt(; oj F,,-, ;(101, [::epdl'trW'Il! '"d ~~t.j\C http://ccfcorp.dos.state.tl. us/scripts/cordet.exe?action= D ETFIL&inq" doc _ number~ F 19249... 3/5/2010 16B 4 2) Recommendation to award Bid #09-5264, lmmokalee Road MSTUIMSTD Landscape Maintenance to Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance, Inc. in the estimated annual amount of$I 17,001.58. Contract period is for one year with three (3) one year renewals 3) Recommendation to reject Bid # 1 0-5403, Forest Lakes MSTU Project F-63 Barrier Wall, Due to technical issues related to the location of footers 4) Recommendation to award Bid # 1 0-5415, Radio Road MSTU Phase TIT (Livingston Rd. to Airport Pulling) Part A: Curbing to Bonness Inc. in the amount of$333,753.68 & Part B: Landscape & Irrigation Installation to Hannula Landscape & Irrigation Inc. in the amount of $203,062,02, and to approve the necessary budget amendment. 5) Recommendation to approve the purchase of a Perpetual, Non- exclusive Road Right-of-Way, Drainage and Utility Easement which is required for the construction of the Vanderbilt Beach Road Extension Project, Project No, 60168, Phase I (Fiscal Impact: $10,300.00). Located on the north side of loth Avenue NW containing 0.36 acres Moved to Item #lOD (Per Agenda Change Sheet) 6) Recommendation to approve a Resolution to declare a public purpose for the distribution of bus passes and other promotional transit items by Collier Area Transit (CAT) for the purpose of promoting transit. 7) Recommendation to award contracts for RFP #09-5219, Annual Contract for Bridge Repairs and Maintenance to Quality Enterprises, Walker Contracting Group, and Design-Build Engineers and Contractors at an estimated annual amount of$250,000.OO. 8) Recommendation to approve the purchase of a Perpetual, Non- exclusive Road Right-of- Way, Drainage and Utility Easement which is required for the construction of the proposed four-laning improvements to Golden Gate Boulevard from just west of Wilson Page 9 February 9, 2010 168 4 Colt,. County ~---- -" ...... Adminislrative Services Division Purdlasing Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation COLLIER COUNTY BID NO. 10-5415 COLLIER COUNTY, FLORIDA Design Professional: Agnoli Barber & BrundagelWindham Studio (i) ...,..... PurdlasirrgDepartrrelt. 3301 Tamiami Trail East. Naples, Florida 34112. w'wwco!1iergov,netJpurchasing 168 14 TABLE OF CONTENTS A. PUBLIC NOTICE/LEGAL ADVERTISEMENT (PAGE 1 ONLY) B. INSTRUCTIONS TO BIDDERS C. BID, BID SCHEDULE AND OTHER DOCUMENTS D. AGREEMENT E. AGREEMENT EXHIBITS EXHIBIT A: Performance and Payment Bond Forms EXHIBIT B: Insurance Requirement Form 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 AB&B/Windham Studios and identified as follows: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation as shown on Plan Sheets 1 through 51. EXHIBIT N: Contractor's List of Key Personnel 168 4 eoltr County ~. .- AdrrinislJalive Services Division Purchasing PUBLIC NOTICE INVITATION TO BID Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation COUNTY BID NO. 10-5415 Two separate sealed bids for the construction of Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation, addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government Complex, 3301 Tamiami Trail East, Purchasing Building, Purchasing Department, Naples, Florida 34112, until 2:30 P.M. LOCAL TIME, on the 15th day of January 2010, 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 shall not be held for this solicitation. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation, Bid No. 10- 5415 and Bid Date of January 15, 2010. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid submittal (GC-P-1 through P-13 and GC-CA-14 through 20) shall be removed from the Bidding Documents prior to submittal. Two contracts will be awarded for all Work (Part A - Curbing and Part B - Landscaping and IrriQation) . Bidding Documents may be examined on the Collier County PurchasinQ Department E-Procurement website: www.collierqov.neUbid. 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 cashiers 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 fifteen (15) 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. GC-PN-1 168 4 The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Docurnents. Upon request, the Bidder shall submit such information as deerned necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidders shall be required to finally complete all Work within one hundred and twenty (120) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 14th day of December 2009. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y. Carnell. C.P.M. Purchasing and General Services Director GC-PN-2 168 4 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids rnust be submitted on the standard form herein furnished by the Owner (pages GC-P-1 to GC-P-15 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Collier County Purchasing Department, Purchasing Building, Collier County Government Complex, 3301 Tamiami Trail, East, Naples, Florida 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 GC.IB-1 16B '4 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 cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 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 five (5) 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. Riqht to Reiect Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. GC-IB-2 168 4 Section 5. Siqninq of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, 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 sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes 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. GC-IB-3 168 4 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, a Pre-Bid Meeting is not being scheduled for this solicitation. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said GC-18-4 169 ~ 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. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Purchasing Agent 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. Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non-local business, then the local business GC-IB-5 168 4 with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. If the lowest local bidder meets the requirements of 287.087, F,S" the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287,087 F.S. and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 12.3 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.4 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.orq/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. GC-IB-6 168 4 Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirernents applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the 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 GC-IB-7 168 4 acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 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." GC-IB-8 168 4 CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation BID NO. 10-5415 Full Name of Bidder Bonness Inc. Main Business Address 1990 Seward Avenue Place of Business Naples. FL 34109 Telephone No. (239)597-6221 Fax No.(239)597-7416 State Contractor's License # CBC059904 State of Florida Certificate of Authority Document Number 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: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. GC-P-1 BID SCHEDULE Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation Bid No. 10-5415 Bid Schedule Provided In Separate Files 1. Part A - Curbing 2. Part B - Landscaping & Irrigation Two separate contracts will be awarded for Part A & B. GC-P-2 168 4 168 4 9- '" ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ co 00 ..., en '" ... '" '" ~ 0 co 00 ..., en '" ... '" '" ~ () '" '" '" '" ~ ~ ~ ~ () '" '" 0 '" '" 00 '" '" ~ '" ~ ~ ~ ~ ~ ~ ~ m ;lJ 0 b '" '? ;lJ ..., t- '" ~ ~ en 0 '" '" .... ~ '? 0 0 ;: 1J ... '" ~ f' .:., ~ .:., 0 0 0 & 0 '? 0 '" ~ ~ , , '" '" .... & ill .... ~ ~ , z ~ '" ~ ~ .:., ~ '" , ~ , ~ 0 0 '" 0 -i '1l ~ 9 0 )> OJ () () )> )> en )> !:: !:: -i m m ;lJ ;lJ ;lJ () s: s: 0 ;lJ 0 0 0 en c OJ s: s: -< s: s: m m m r 2': 0 '-- 0 Z '-- '1l '1l () '1l OJ Gl s: s: m C Z C I W m m m OJ )> Z OJ ^ () () m ;lJ ;lJ )> )> c 0 0 en en )> ;lJ ;lJ -i r -i ;lJ ;lJ -i OJ 0 0 "1 z z r :;:; :;:; m N '1l m m r '1l ^ ^ )> Z ~ :;j )> )> () () Z )> m -i -i m en ^ ^ en s: s: ;lJ r r Gl )> ~ m m m ~ () < m ~ m m m 0 0 )> z :;j m OJ OJ Z X 0 en ;lJ ~ () en () C<:j )> )> Z -n -n Z () :;j c :;j 0 )> ~ -i -i () Z ~ 0 en en en ~ ~ )> m m 0 m z m ;lJ z Z '1l -i sn m r X ~ 0 Gl ::2i OJ Gl () N :;:; en Gl z I I m 2': (f) -n () )> ;lJ ~ "l )> ;lJ ;lJ )> s: )> () ~ 0 z :;j :;j :;j C -i r Z m r :;j ~ r m -i 25 -i 'j;: 0 z z OJ ;lJ c ?' 0 :;j -i I 0 !:: )> 0 m z z Gl Gl ~ Gl 0 Gl 'j;: () I Z Z -n ~ m "l -n () -i ~ OJ () Z -n en c z ~ () () ~ 0 ~ 0 ~ ~ -i -i 0 .; () 0 ~ I -i Z () Z '1l '1l () Z m z 0 m :;j '1l ~ (f) ^ () ;: ""- () r () Q ,., < 0 ^ ~ m 0 ;lJ ~ s: '1l ;lJ en C )> ::2i -i Z m s: .r::: )> m m -i en m -i )> r )> -< () -i m 9 < m ~ rJl < (f) '1l -i 0 ~ g m C'l m -i m 0 C r ;lJ '1l ;JO en C'l ~ s: -i r OJ en )> "ii -i ~ 2} )> ;lJ ;lJ OJ ;U < -i (f) )> ;lJ m 0 z ~ -n ~ s: 0 Gl m I -n ~ 0 G) 0 -n 0 ~ m z ;lJ 0 () () 0 z )> r 2 C -i 0 ~ m ~ g z m (f) ~ z 0 - '" 0 m . ~ ;lJ m ;lJ ;JO c N ;u 0 OJ .3 -n )> OJ Z () m c m ::2i c ~ ~ ;lJ '1l IE! ~ )> -i ..3 < 0 m -i s: )> m r Z m (f) en r m (f) (f) en en (f) (f) () () () en en r r r C Z )> -< -< -n )> -< -< -< -< -< -< -< -< -< -< -< en (f) (f) ~ 0 _co '" ... '" ~ :;! '" en ... ... ... m '" " en " ~ w '" 00 '" 0 00 00 00 '" co '" 0 ... 00 en 0 0 '" 0 '" 0 0 ... 0 '" 0 co '" '" '" '" ~ ~ ~ '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" C Z ~ ~ ." _co '" '" ;JO ~ 00 ~ ~ '" ~ 0 co '" en co ~ 00 ~ ~ ~ '" '" m en !" ~ 00 ~ 00 '" ... co '" ... ... co ?' en '" 0 ..., ..., ~ ~ i:n i:n ~ N i:n :.. Co 00 Co N '-J ..., ~ 00 '-J N :.. ..., 00 '" 0 co '" '" '" ..., ... '" ~ en 0 '" '" '" '" '" '" <It '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" . )> ;: 0 c (oJ z '" ~ 00 '" en ... '" ~ -i !D 0 '" ~ ~ '" '" en ,.f>. 9> '" .'" -'" ..., ~ ~ .co '" '" 00 '" '" '" m en io a ..., ..., ..., io '" 00 w ~ '" ~ '" m 0 '" '" ~ 0 ..., .f>. '" '" 00 0 '" en 00 '" '" 00 '" '" ~ 00 ..., 00 '" 0 0 '" :-' ..., '" '" 0 '" '" f> :-' ..., ~ ..., ..., i:n Co :.. en 0 '" en en ..., i:n i:n '" W N ~ ..., '-J ..., N :.. 0 ..., 0 '" 0 ..., 0 0 '" 0 00 0 co 00 0 '" 0 '" '" '" ;u " "- 0' ;u o " "- ;;:: (f) -i C "0 .2.=i '" OJ ~~ "0'" "'''' " "" "' ~ '" '" "''1l (J)> c: ;u iT-i S. )> <0 (J o oo '" 2 ~ 0" oo "' "0 ill oo "' to o ::> ::> ro [/l [/l H ::> o 8- '" - w -=--- '" ..., '!'.. , ~ ~ !!! 0 c 0 g :I> l"'" Z -l Gl m OJ ;:a z :I> ~ I ~ m Z 0 l"'" C 0 m (JJ ::;;: :I> -l m ;U " m ;JJ -l :::! 0 l"'" ~ N m l"'" ;JJ l:Il Slo '" ~ s: g, m 0 '" + ~ :I> Z l"'" Gl -l m ;:a z ~ m I-- (JJ -< I-- '" '" w ~ '" '" g, w '" N '" ... .0 m ..., ~ '-" co 0 :.,. N m w '" '" 168 4 W N N N N N N N N N N 0 co ()) ..., m '" ... W N ~ 0 ..., ..., ..., ..., ..., ..., ..., ..., ::j ~ ~ ~ ~ ~ ..., 0 0 0 ~ ~ ~ ~ ~ ..., 0 ..., 0 0 0 m , W m ~ W W w W ~ 0 .... , N s: ~ "'" ... ()) ..., '" 'f' '" , , W m 9' '? z in in N ~ 0, ... ~ 0 N ~ ~ 9 ~ ~ :: ()) ~ N ~ ~ ~ ~ -l -l -l -l -l 0 s: ;JJ (JJ <;Q <;Q ;JJ ;JJ ;:a ;JJ ;JJ ;JJ :I> m Gi Gl Gl :I> :I> :I> :I> :I> ;JJ " " " " " " m ^ l"'" Z Z Z " " " -n -n 0 m m m (JJ (i (i (i -l m 0 ~ ~ 0 0 i5 ;JJ -l Z (JJ (JJ (JJ (JJ (JJ Z -u <' (JJ (JJ Gl -l -l -l -l -l :I> :I> m :::! :::! l"'" '" '" '" '" '" < Z z m r -U -U -U -U -U -U :I> m ~ Gl -u m m m m m ;JJ s: 2:: ;0 0 (JJ (JJ (JJ (JJ (JJ ;JJ m z ;JJ (JJ 0 0 0 0 0 0 z b m m -l -l r s: Ir !:: !:: !:: !:: !:: ::;;: ;JJ (JJ 0 0 ~ ~ ~ ~ ~ 0 m ~ m l"'" < (JJ n -l :I> :I> ~ ~ -l -l -l -l -l -l ;JJ Z -l (JJ ::j I I I I I I 0 ~ -l m m m m m m m 0 <;Q I m Gl ;JJ ;JJ ;JJ ;JJ ;JJ ;JJ :b z (JJ z :I> s: 0 s: s: s: s: s: s: m 0 z Gl z C ~ 0 0 0 0 0 0 -n (JJ Gl l"'" ~ m -u -u -u -u -u -u r m r m ~ tJl m l"'" r r r r r 0 -< m -u n - :I> :I> :I> :I> :I> :I> -l m -u 0 :!! . (JJ (JJ (JJ (JJ (JJ (JJ (JJ :::! :::! -l -l -l :::! <' r 0 n "'lI tJl l"'" P Ci ~ g ~ ~ ~ .9 m 0 (JJ ~ -l ~ ~ .::! m 0 q q N "1 Gl z z -'C; "1 Gl -< ::;;: ::;;: ::;;: ::;;: 0 m I I ;:a :I> r ::j I I =i -< z r 0 =i =i = c .s ~ ~ ~ ~ . s: c :I> :::! ;:a l"'" ^ ::i z m Gl tJl -l -l -l 0 0 0 -l -l -l :I> :I> :I> l"'" l"'" l"'" m m (JJ m m :I> C l"'" l"'" r r r Z " -n -n " -n :I> :I> -< :I> :I> (JJ ::j 0 '" ~ N ~ ~ CO ~ 0 CO ~ 0 ~ m N CO 0 m w ... N '" w ... '" '" '" '" '" '" '" '" '" '" '" C Z ::j "'lI ;:a ~ (') m '" ()) N CO m 0 0 ... w ~ ~ ", ~ 0 '" 0 Co ()) :..., '" 0 '" m 0 :..., '" 0 . ..., ..., 0 N ..., 0 N ()) ~ ... ... '" ... '" '" '" '" '" '" '" '" '" '" '" ... :I> s: 0 c w Z w _w -l w ~ CO -..., '" ... w w ~ N ..., Co '" '" ... ()) ()) w ~ ()) ..., ~ ~ ..., m 0 w ..., ()) 0 CO N m w ()) 0 0 m ~ '" m N <0 0 '" 0 :..., <0 m N i:n m ~ u. ()) ~ N ... 0 0 N 0 ()) N '" N m 0 ;JJ " "- o' ;JJ o " "- ;;:: U> -; c -u .Q.=i '" OJ ~~ -U'? :r", " ... " ~ "'''' W-u O:J> c ;U 0--; S' ::t> <0 o o ~ ~ <= ~ o' ~ " -u '" ~ " tJj o :> :> CD (!J (!J H :> o 168 4 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Section B (Exception requested to Sid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date; GC-P-3 168 '~If 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. Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 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. Major Category of Work Subcontractor and Address 1. No major subcontractors 2. 3. 4. 5. GC-P-4 168 4 STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Proiect and Location Reference 1. Super Target Kite Realty Group 175 and Immokalee Rd, Naples Bill Poland (317)577-5600 2. Naples Centre The Sembler Company Airport Rd/Naples Blvd, Naples Stan Flack (727)384-6000 3. Collections at Vanderbilt Woolbright Development Airport RdNanderbilt Rd Jim Hanson (239)596-2807 4. Colonial Square Benderson Developement Fort Myers, FL Hampton Village PHI Dave Carney (941)359-8303 5. Haskins Inc. Ave Maria Joel Chambers (239)947-1846 6. Bonita Beach Road Ext Lee County Transportation East of 175 Eyra E. Cash, P. E. (239)533- 8562 Dated 1/15/2010 Bonness Inc. Bidder BY: c /.., <6,,^:zt ' (j GC-P-5 168 4 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 Measure Measure (Quantity) Cost (Description ) (LF,SY) N/A - Less than 5' deep 1. 2. 3. 4. 5. TOTAL $ 0.00 Extended Cost o Failure to complete the above may result in the Bid being declared non-responsive. Dated 1/15/2010 Bonness Inc. Bidder BY: ~ ,;{~-'^-' GC-P-6 168 4 c& County Affidavit for Claiming Status as a Local Business Adminislmtive Services Division Pi.JrcI1asing Bid #:10-5415 Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation (CHECK ApPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business [8] Collier County D Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in [8]Collier County or D Lee County: _1981 Number of Employees (Including Owner(s) or Corporate Officers):_90 Number of Employees Living in [8] Collier County or D Lee (Including Owner(s) or Corporate Officers):_56_ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: _Bonness Inc. Signature cr <6~ STATE OF FLORIDA Date 1/15/2010 Title: Corp Secretary/Treasurer [8] COLLIER COUNTY D LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this _15 _January ,2010_. Day of Notary~ If/ ~o'3 (AFFIX OFFICIAL SEAL) ..p'l,"~'(':~~0 JEANNE CARNES * oW. * MY COMMISSION I DO 904824 .~, EXPIRES:AugusI4,2013 ~'"tOff'.O~Q SoMedThruBOOgetNol~Services GC-P-7 168 4 Co~ty _. .-- Adninislralive SeIVioes Division PurchaiSing Immigration Affidavit Certification Bid # 10-5415 Title: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Sid (ITS's) and Request for Proposals (RFP) submittals. Failure to include this Affidavit with proposal will delay in the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.s.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. Company Name Print Name Sig natu re Son ness Inc. _Jane sarat6 ~ "" ,-;tC Title Corp Secretary/Treasurer Date 1/15/2010 STATE OF FL COUNTY OF _COLLIER The foregoing instrument was signed and acknowledged before me this _15_day of _January 2010_,by _Jane Baratta (Print or Type Name) _personally known (Type of Identifi ation and Number) p who has produced as identification. ary Public Signature -JeaMte.. COffI1~ Printed Name of Notary Public +o\~~Y.~~~t> JEANNE CARNES *.W * MY COMMISSION I DO 904a24 .~, EXPIRES:AugusI4,2013 ~"~OFf"'o.~o. BondedThruBLKIQItNoWyServicel M'1o'l: fiJ..tf A~ ~j dOI~ Notary Commission Number/Expi Ion 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. Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit GC-P-8 168 4 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 undersigned further agrees to substantially complete all work covered by this Bid within ninety (90) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfullv Submitted: State of County of FL Collier Jane Baratta , 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. Jane Baratta , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder IS a FL corporation organized and existing under the laws of the State of which operates under the legal name of , and the full names of its officers are as follows: President Kathleen M. Bailie GC-P-9 168 4 Secretary Jane Baratta Treasurer Jane Baratta Manager/ V.P. Steve Waqoner The _SecretarylTreasurer IS authorized to sign construction bids and contracts for the company by action of its Board of Directors taken , a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is operating under a trade name, said trade name is , and if DATED 1/15/2010 ~:..~ ~~ Witne s Bonness Inc._ Legal entity BY: Jane Baratta Name of Bidder (Typed) ~ur~~~ (?.,.....'t' s.e.c.-\~ Title GC-P,10 168 4 STATE OF FL COUNTY OF Collier The foregoing instrument was acknowledged before me this _15_ day of _January 2010, by _Jane Baratta , as Corp SecretarylTreasurer Bonness Inc , a FL behalf of the corporation. Me/she is personally known to , of corporation, on me or has produced as identification and did (did not) take an oath. NAME: gnature of Notary) JeMMe.. ~M' Y\~ (Legibly Printed) ~ My Commission Expires; (AFFIX OFFICIAL SEAL) ~Q"\~.Y.~~~i> JEANNE CARNES *~. . * MY COMMISSION I DO 904624 . ,EXPIRES' August 4, 2013 'i,'l:'oFf\.rFt:::) BondedThru BlIdgtt Notary Services Notary Public, State of FL Commission No.: DD904824 GC-P-11 168 4 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Bonness Inc. (herein after called the Principal) and Fi delity 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 Schaumburg 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 Ji'ivp Pprcpnr of Amount Hi rl dollars ($ 5% of amt bd ) 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: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation Bid No. 10-5415 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ 5% of amt bd 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 15th day of January , 20~. BY Principal (Seal) Surety (Seal) Eileen C. Heard, Attorney-in-fact and Countersigned Florida Licensed Resident Agent Local Resident Producing Agent for Fidelity and Deposit Company of Maryland GC-P-12 168 4 THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit Completed 8. Certificate of Authority to Conduct Business in State of Florida 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 Center Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 12. The mailing envelope must be sealed and marked with: <:::>Bid Number; <:::>project Name; <:::>Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified openinq 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 Bonness Inc. Bidder Name ~.6..~ ~s.,C/\r-~' 81 nature & Title Date: 1/15/2010 GC-P-13 168 "4 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President. and GERALD F. HALEY. Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the BY-Law~' of said ny, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint Richard P. RUSSO, JR., Tanya L. RUSSO, Pe an . n C. HEARD, all of Tampa, Florida, EACH its true and lawful agent and Attar . - , t , e' e Piver, for, and on its behalf as surety, and as its act and deed: any and a 0 ert eution of such bonds or undertakings in pursuance of these presen 'r</JjIlriid ,as fully and amply. to all intents and pnrposes. as if they had been d \'5 t IWatkn h gularly clected officers of the Company at its office in Baltimore. Md., ~PEer lL'CIflqQ\ 0 5ttorney revokes ~hat issucd on behalf of Richard P. RUSSO, JR., Tanya L. RUSsg?HtrhIfiji. ~:6b,Pi1er A. THOMSON, Elleen C. HEARD. dated September 3,2008. The said Assistant ~~~s ereby certify that the extract set forth on thc reverse side hereof is a true copy of Article VI, Section 2, of the By-r1?~dC:ompany, and is now in force. IN WITNESS WHEREOF, the said Vice, President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this 21st day of July, A.D. 2009. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,~ t:j ;j.,' .~i, - (J By: Gerald F. Haley Assistant Secreta!)' William J. Mills Vice President State of Maryland }ss. City of Baltimore . On this 21st day of July, AD. 2009, before the subscriber, a Notary Public of the State of MaryJand, duly commissioned and qualified. came WILLIAM J. MILLS. Vice President. and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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 dcposcth and saith, that they arc the said otTicers of the Company aforesaid, and that the seal afl1xcd to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal the day and year first above written. \\\\\lllrJl( ...~~~ \ (.,,\~;.! ::,~(;/~/, .." ..\.....'r '..;1'(.-;' :~ / h '.t'v;./\~~ ~~t~)~/'( '- )'-} .,.t.... ['11(. /f..... -; (:;.:..,......~.~ ......' '11;l.CI(JIII\'\," ""111\\\ :~LHA~'--- D Qo~"i2 Maria D. Adamski Notal)' Public My Commission Expires: July 8, 2011 POA-F 031-3055 168 4 THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit Completed 8. Certificate of Authority to Conduct Business in State of Florida 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 Center Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 12. The mailing envelope must be sealed and marked with: ~Bid Number; ~Project Name; ~Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified openinq 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 Bonness Inc. Bidder Name ~6..~ ~s.,<:'-\I'-~' Si nature & Title Date; 1/15/2010 GC-P-13 ~. -~ STATE OF FLORIDA IIC_. '.~'~~ DEPARTMENT OF BUSINESS AND PROFESSIONAL .- r. S ~~~ .' ~ CONSTRUCTION INDUSTRY LICENSING BOARD " -' ",' 1940 NORTH MONROE STREET .8'Q~"'" TALLAHASSEE FL 32399-0783 BAILIE, KATHLEEN MARY BONNESS INC 1990 SEWARD AVE NAPLES FL 34109-1926 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE 16B 4 REGULATION (850) 487-1395 e. STA:ry: ()~FL9~IOA . DEPARTMENT OF . _ . PROFESSIONAL .,.AG~ .~~~:5;7 08 BUSINESS:'AND . REGUW!o';'I()li' . CBC059904 ,:'/:'_<>">:':':~~l"':,~: " 07 /15/0807g1~t65~ CERTIFIED BUILDING CONTRACTOR BAILIE, KATHLEEN MARY C' >':' BONNESS INC' -,,-,', . IS CERTIFIED under th. provideDs of Ch,._"',89 FS bpiration date, AUG 31, 2010 L0807150'0670 ".C. . ~TArE 9F FLORIDA : ~--'- .\,,:....' _:''-..:-,.'',-;~ -'~. ~ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRP;f$f~~ 'IND?,ilTRY LICENSING BOARD SEQ# L080,1500670 LICENSE NBR ,.. AC# 3855708 07 15 2008 078167653 CBC059964 The BUILDING CONTRACTOR Named below IS CERTIFIED '. .-~~;.. Under the provisions of Chapter~~9 FS. Expiration date: AUG 31, 2010 ." .... ~, . -.,.'.,. BAILIE, KATHLEEN MARY BONNESS INC 1990 SEWARD AVE NAPLES FL 34109 CHARLIE CRIST GOVERNOR DISPLAY AS REQUIRED BY LAW CHUCK DRAGO INTERIM SECRETARY 16B ,. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 4B7-1395 BONNESS INC 1990 SEWARD AVE NAPLES FL 34109 Congratulations! With this license you beco~e one of the near~y one million. Floridians licensed by the Department of Busmess and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! . - ,,:-,.'. STATE OF FLORIDA DEPARTMENT OF PROFESSIONAL AC# 443286" BUSINESS AND REGULATION -'QB00167B7 06/0B/09 080514933 QUALIFIED BUSINESS ORGANIZATION BONNESS INC . (NOT A LICENSE TO PERFORM. WORK. ALLOWS COMPANY TO DO BUSINESS IF IT HAS A LICENSED QUALIFIER.) . IS .QUALIFIED under the provisions of ch.489 FS Expir.ation date: AUG 31, 2011 L09060a.o0694 DETACH HERE AC# 4432869 STATE QF FLORIDA bj;jI)'Jl.Rf~tiF,1 GFc~t1SI*~SS~~~~{)F'gSSIONAL REGULATION ,,'1i,rf'?:<'r~~~S'I'.gUC'1'TO.t{- INPq-STRW':'j..'!CENSING BOARD SEQ# L09060a00694 LICENSE'NBR' 06/08/20090B0514933i, B?'0167B7 The BUSINESS ORG~iZAID~QN Named below IS QUALIFIED , , Under the provi"ionsolChapter 489 FS. Expiration date: AUG,31,2011 (THIS I.S, NOT Ar,ICENSE TO PERFORM WORK. THIS ALLOWS COMPANY 1'0 D9 .!3V~!NESS ONLY IF IT HAS A QUALIFIER;) BQNNESS.cI~{; :: 1990iSEWl\;RJ) AVE NAPLES -. FL 34109 CHARLIE CRIST GOVERNOR nlcnl ^\I ^" nr.r-., 'Inr... '-'\1 , ^'^, CHARLES W. DRAGO SECRETARY ~--l ooz -~ rrc Qg-Cii' ~J>~ a.ma. (J)(J)IJJ OUlO C/)(f)m m ::J 2 ;:;:;;)J ;::0:9. 3 n n 0 m"O CD ):>):> 'Tl ~~a. -1:jm 3~. {ii' 00 s:: "'C......1ll Z Z "'U ;:::~O" o'lJr- ~~~ Ol>O =. ~ir S' 0::; r;i ~::J g: ~ B ~ ~~~ ~o %~~ ~~ a ~ g w;ti 3 0'-'< g l> ~ Ql [~ () ..... ::J CD ::r -I 0 '< D.l iji" 0 0 5:~ (ii" ;0 m <tl m :J 0 s:: -. x 0 0 ;:9 Q)~; s:: 0 ~3'~ 5:-< (IlCQ_. mm o-.:::!l ::0 m -'~!J 0 (I) ~ s. g. >' ....m::J r 2.0 ~ c U;'< m i 5'r:: = i. ~::J n'_~_ ;!h 3~'~_ rri.... ~Q)%\ ;- :$h. ,- ro ~i , ~a I !~I -:.~ I ~~\ I ~'~ , g('i, '.. Q. /.~ It. " g. 0 . ,. U> ,'~ ...' ;,:' , j". ~f" R ::u):.~ ~ m;;: ." ~.~ (')0--< r !!!cm "oz --<--< w ~ )\3 0 '" '" ~ 0 '" "'''''" ~~~ "" 0 ,,"00 00'" '&..,...... ..... """". j; "0 r m en (') CD N r 0 C 0 0 C en z (') z Z m )> :;J m CJ --< en 6 r en ;z 0 "0 Z X )> '" N 0 <D Z "0 0 '" r '" rn rn en '" en rn '" ~ <D '" m ;ll '" 0 ~ ~ rn "", C(, )< ", '\ (..-8 hi . .~,Gl , . )> i ~~ 1 ~J~ : ~;;: ,..,. '0 ~ ""." ,. l.., . , .. ,\:Joo '\. \" ~ j;\ 0 E ~ .m rn en en Z (') , }, . ,--,' . o in """0 !:\: E-< ;0)> .... m--< X --<" in 0 \: .... on )> om >< '" 0 Cii Con z (i;m o n C z o~ .In ZZ ~ ....m ~ ~g; z ~o ~ -4;0 '" 0" r rC m 0'" n!: )>n r_ \:tl ::;;;ll "'n '--< 6 z "0 o CD o >< ~ ... o ~ --< X r m m z ;;: 168 4 (') o r r m ;ll (') o c z :;J ~ (') on ro hl.- ~ (") c: en (jm :;o:=;;::o::tl mCl.l, 0 O=iNQ !!! o~ c: "Ccoz ;;:;llZ -i ><:ex -< "mo lIJ $CD;::oc: m~cncn (I) -Im_ C/)mcn Z m):>:r m "-10 en ....~.. m en m D-i ~ ~ > mn<m>< ;02- ~ ~z . :l)> I'\)~"'O ~gfn 03en "" rill Oc <:!en ~z wm ""en Den ""-i ';po B>< "'z ;:;c "'S: ':-'lll ~m ::j~ co Ch ~ ..., Ch co ,,--i 0;;:2: ~ 0 0 0.,,0. 000 Bl ::) g :+2.3 ,,"C " X" " ~~. ~ "C - ~ .::~o- "'''C "_0 = 0" S' g~m " 0 0 0" _ " " ~ " _ X ::rOO 0<" 3 0'-< tui[:"; ""'" '< t\.l V,i" 5:~ Vi' "" " ::~. 9- ~ ~ ~ m~ :3-. O.....:::!'l ..... ,E ~ a: s. g: 3S:: ~-< ~ \ - N - =:r 0 _. 1 ~,. ~=.@,,~. ,.., 3 <.5~-Jl._' ,- ~ iiJg: \ ,.- g-n ' Iii / ~~-Z. ,,~ 0'" ~~... 1 ~~ . :::l',' \ ~('. \ Q....).. "", nr ~ ,...-~ "- (Jl l.> /_, .- .. , 00 S;S; (/)(/) (/)(/) =n =n Q~ -i -i 66 z z om OX 00 m> '. ); 8 -i '" Z 2Gl o C/) ~ Olgjm ~ s: m;'! o -< m m (/) > z o c " l~ ~ ~<. .~ ,~ ....j :{, ;0>0 mso> OO-i mcm 1jz -i-i ,/\1 ~ ,~ o '" o ~~~ ,",DO ':"00 00.0 c" .... Lr . , '" .r'- ~ t: 0 r \. ~'..,..vQ _.m '. U'\~ i :!2i:;; ~...o -i ;0 - so I ~: z C so OJ m ;0 o -" m so " e- O -< m m (/) ......~ .......... .~ ", ~ . J... 1'"" " , . '> >. . "1l., " '" , ......!,.. ~, ,;~ ~ " OJ 0 > 0 " OJ ;= Z e- ~ m z m m (/) ~ (/) "i .(/) .... -i Z 0 :r e- o m m z so -" e- w :: ':? 0 OJ N e- O C 0 0 c (/) z 0 z Z m > ::< m q -i (/) 6 e- (/) :z 0 " :r .0 '"' 0 .0 '" Z 0 '" rn (/) 0 m '" ~ .0 '" 0, ;0 '" 0 ~ > < m . , r., I, , '-" c Cii ."" ~j; t:-< "'> m-i -i" OJ; 00 Om "'0 0." CiilD Oc o!!? zZ -im ?:~ ;0." -<0 -i;o 0" e-C OlD oC >0 e-_ j;Bi ::;~ (/)0 '-i 6 z -i :r Cii ~ x Cii z o z ::0 m ." c Z o ,. lD e- m 168"4 o o e- e- m ;0 o o c z ::< S o on e-o e-r- -i mr- :r 0_ - -i m (1)<0 ::0 "'_;0 mCf.l, 0 n::jf\,l 0 !!! o~ c: "'tl'coz -t;;oZ-i ~~I-< :Brooco ;0 (J);::O c: ~=i~~ cnmcnZ m):>.:I:m "'tJ -10 en -f" fTl en m~D-f ~~~)> mo<)( ;02.fTl w:O: I o"z . ",. l'>.J~""O oor ~om 03(/) -" e-m Oc "!en c- >z wm ....en 0; en ....-; ')> NX w .oZ ;:;c "'3: ~m ~m -.j;7J -.j.. '" '" o ..., en '" -- --- ---_._--~--_._-------_._---- ------._~-----_._----~- -._~---.---T"------ _______ : DATE: (MM/DDIYYYY) - J.,05/28/2009 THIS CERTIFICATE IS ISSUED AS A MATTER OF I~MATlON ONLY AND CONFERS NO RIGHTS UPON THE CE~TIF C T HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEN6 AO~ ALTER THE COVERAGE AFFORDED BY THE POUCIES BE LOW. i " I I, ..----- - 00- - .----. -- .. _______LINSURERS AFFORDING COVERAGE .l~~_1 ~NSURER A: Travelers Proper1y Casualty Company Of 125674 I ~------J : INSURER 8: Everest Nalionallnsurance CO J~__ i L~~RER~~_.__ ---~--~.J-_ . I I INSURER D " __________~ I,NSURERE---==--_--===---=----i- j 168 4 ACORD~ CERTIFICATE OF LIABILITY INSURANCE 1---- __________- - ___,______ , PROOUCER Marsh 3031 N Rocky Point Drive, Suite 700 Tampa, FL 336~7 Attn: Erica connick 813-207-5121 , , [. COVERAGES 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 I CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1----0-.00.' I OL CY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ~NS""I '. TYPE OF INSURANCE PI! DATE (MM/DDIVV\ DATE (MM/DD1VV\ ,lTR INSRD , "'/ "'1 GENERAlllABIUTY I IVT J EXGL 5800B671 ! X i COMMERCIAL GENERAL LIABILITY I-J r;;-l I 1---1-- CLAIMS MADE L 0_ J OCCUR ~~~)R,'t?t;nnn(} _ I , I 1 'I GE~ERAL AGGREGATE LIMIT APPLIES PERI PRO- ,..---, fxl POLICY JEeT LOC AUTOMOBILE UABllITY /VTC2J CAP 58008683 c-.] IX I ANY AUTQ 1----1 ALL OWNED AUTOS i-1 SCHEDULED AUTOS I~ HIRED AUTOS H NON-.QWNED AUTOS , , !] r, 1 01266-Bonn-CaS_09_1 0 INSURED Bonness InC. 1990 Se';"ard Avenue Naples, FL 34109 --------~-_. ~' A 06/01/09 06/01/10 A ! 06/01/09 06/01/10 I 1 I I I I GARAGE UABllITY i___, I I ANY AUTO 1---1 i i 'EXCESS/UMBREUA lIABlllTY ~I OCCUR [] CLAIMS MADE ~ DEDUCTIBLE r-I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS'lIABllITY ANY PROPRIETORlPARTNERlEXECUTIVE OFFICER/MEMBER EXCLUDED? ,uyes,desrnbeunder SPECIAL PROVISIONS below ,OTHER Aula Physical Damage B ; 71C10001117091 06/01/09 06/01/10 VTC20 UB 5800B66A 06/01/09 ! .1 106/01/10 I I I rT J BAP 5800B695 I 06/01/09 106/01/10 ! I I I ! OF OPERATlONS/LOCATlONSNEHICLES/EXCLUSIONS ADOED BY ENDORSEMENT/SPECIAL PROVISIONS .SCRIPTION 'RTIFICATE H.O~DE"- A TL.001491629-13 CANCELLATION LIMITS I EACH OCCURRENCE ~~~~~~l~:;~~;~ce $ ! MED EXP (Anyone person) )$ . PERSONAL &. ADV INJURY $ $ $ GENERAL AGGREGATE PRODuCTS. COMP/OP AG COMBINED SINGLE LIMIT $ IEaacC'dent) j'" BODilY INJURy ~ (Per per50n) I'" --1.--------- I BODll Y INJURY +-$ i(peraCCidentJ ----- PROPERTY DAMAGE (PeraCC'denl) ,$ I 2,000,000 AUTO ONL Y - EA ACCIDENT $ EA ACC $ _J ------ OTHER THAN , AUTO ONL Y AGG $ LEACH OCCURRENCE --J$ 1,OOO,OO( tl AGGREGATE 1$ 1 OOooor . ----------rs--- ' ,vc . ---c---.-~- J !:--~- jx iT~~,;>J~IN~1 I~ I ~L EACH ACCIDENT $ 1,000"]00 ~ l DISEASE - EA EMPLOYES $ 1,OOO,OOC ~ l DISEASE. POLICY LIMIT f$ - 1,000,00 i Comp/Collision Deductible' i 2004 vehicles or newer: $5,000 120,000 Ibs or heavier $10,000 I , Bonness Inc 1990 Seward Avenue_ Naples, FL 34109 SHOULO ANY OF TI-fE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO /tAIL ~.- DAYS WRIITEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAJlURE TO DO SO SHALL IMPOSE NO OBLIGATION OR lIABIUTY OF ANY KlND UPON THE INSURER, )RO-Z5(2oriiiOB) AUTHORIZfDREPRESOiTATIVE ofMarYi USA Inc Er,ca Connick ITS AGENTS OR REPRESENTATIVES 6.~." --0- AC-ORD CORPORATiOTf198B 168 4 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmati-",ely Oi negatively amend, extend or after the coverage afforded by the policies listed thereon. cord 2S (2001/08) Reverse of Page 1 168 4 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Bonness, Inc. ("Contractor") of 1990 Seward Avenue, Naples, FL 34109, a Florida Corp, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation, Bid No. 10-5415 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Agnoli Barber & BrundageIVVindham Studio, Inc., the Engineers and/or Architects 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 for Radio Road MSTU Phase III (Livingston Rd. to Airport Pulling) Part A: Curbing required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Three Hundred Thirty Three Thousand Seven Hundred Fifty Three Dollars and Sixty Eight Cents ($333,753.68). GC-CA-14 168 4 Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.Qov/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 Damaaes. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within ninety (90) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable. acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to GC-CA-15 168 4 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, Part A - Curbing, one thousand one hundred and forty eight dollars ($1,148) and Part B - Landscaping and Irrigation, five hundred and sixty six dollars ($566) 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 darnages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. GC-CA-16 168 4 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: Exhibit B: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit G: Exhibit H: Exhibit I: Exhibit J: Exhibit K: Exhibit L: Exhibit M: Exhibit N: Performance and Payment Bond Forms Insurance Requirements Release and Affidavit Form Contractor Application for Payment Form Change Order Form Certificate of Substantial Completion Form Final Payment Checklist General Terms and Conditions Supplemental Terms and Conditions Technical Specifications Permits Standard Details (if applicable) Plans and Specifications prepared by ABBNVindham Studios and identified as follows: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation as shown on Plan Sheets 1 - 58. 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: Darryl Richard, Project Manager Alternative Transportation Modes 2885 S. Horseshoe Drive/Naples Florida 34104 (239) 252-5775 GC-CA-17 1613 *' Alternative Transportation Modes 2885 S. Horseshoe Drive/Naples Florida 34104 (239) 252-5775 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: Bonness, Inc.. 1990 Seward Avenue, Naples, FL 34109 Jane E. Baratta, SecretarylTreasurer 239-597-6221 Telephone; 239-597-7416 Fax 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 Assiqns. 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. Governinq Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. GC-CA-18 16B 4 Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time anyone or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire AQreement. 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. Severabilitv. 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.IN GC-CA-19 168 4 WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. ::J ea;M\ e. Ca-.t Yl~ Type/Print Name ~n~) SECO WITNESS cf..'7 jU.(0. Type/Prin Name Date: Mo.lch q-Jm'D A TTESL,< -";'.' '\:. . ~. , . [ Dwi htE. B:fock: Clerk _: ". ',' "'. .- , . - BY: .twIt It to ~~ 11 Qnatur. . On u; : ' )." ' Approved As To Form and Legal Sufficiency: P'ot N,me ~ tJ- (? LA A,,,;,,l,,,,,t"Cou y Attorney ~/ CONTRACTOR: By: Bonness, Inc. '') A ~ ' .,L~(~ JMle f)OKD.-fto... (J~ ;;;;(;C~ / Type/Print Nam~ and Itle Ttet1t.~ OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA By:---A~ W. C~ Fred W. Coyle, Chairma ~ GC-CA-20 PCJ{O:NI' CP}IqP. OCE cpVCBLIC CO:NS'TCJ{VCTIO:N CP}I ry:M.P.:NI' CBO:N(j) 168 4 THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05, FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2), Florida Statutes CONTRACTOR: SURETY: AGENT: OBLIGEE: CONTRACT BOND AMOUNT: BOND NO, 8974929 BODness Inc. 1990 Seward Ave Naples, FL 34109 239-597-6221 Fidelity and Deposit Company of Maryland 1400 American Ln, Tower 1 Schaumburg IL 60196 847-605-6000 Lykes Insurance, Inc. Construction Services Division 400 North Tampa Street, Suite 2200 Tampa FL 33602 (813)223-3911 The Board of County Commissioners of Collier County FL 3301 ETamiami Trail Naples FL 34101 239-252-8941 $333,753.68 PROJECT: Part A: Curbing Contract No. 10-5415, Radio Road MSTU Phase ill, Part A:Curbing and Part B: Landscape & Irrigation (Livingston Road to Airport Pulling), Collier County FL EXPERIENCE the POWER of PARTNERSHIP 1b~1<<~. - }~!URANCE' INC. 16B 4 EXHIBIT A PUBLIC PAYMENT BOND Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation Bond No. 8974929 Contract No. 10-5415 KNOW ALL MEN BY THESE PRESENTS: That Bonness. Inc. 1990 Seward Ave., Naples FL 34109 (239-597-622]) , as Principal, and Fidelity and Deposit Company of Maryland , as Surety, located at 1400 American Ln, Tower 1. Schaumburg IL 60196 (847-605-6000) (Business Address) are held and firmly bound to The Board of Co un Commissioners of Collier County FL as Obligee in the sum of Three Hundred Thirty-three Thousand Seven Hundred Fifty-! ee an 68/1 00 Dollars ($ 333,753.68 ) 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 q+tl day of 'Fe-~...." n ~~ 2010, with Obligee for Radio Road MSTU Phase III (Livingston Rd to Airport Pnlling) ill Part A: eu ing, in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined In Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for In the Contract, then this bond is void; otherwise it remains in full force, Any changes In or under the Contract and compliance or noncompliance wIth any formalities connected with the Contract or the changes do not affect Sureties obllgallon under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claImants. IN WITNESS WHEREOF, the above parties have executed this instrument this ~ day of February 2010, the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. GC-CA-A-1 168 4 Bond No. 8974929 Signed, sealed and delivered in the presence of: 1:~~ ~/A(;;;p Witn es as to Principal PRINCIPAL Bonness Inc. BY~ NAME: e.. ITS: 1J..e4.g STATE OF COUNTY OF Florida Collier The foregoing instrumlWt was acknowledged before me this day of 20...!Q.... by Ja.,1\.€- ,..,~ , as "L'N.A'lSe.crf!:hH~ /T}-eRs. of Bonness Inc. . a Florida ~r corporation, ri 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: ~o"'''';~Y':~~0 JEANNE CARNES ~. . * MYCOMM~IONIDDOO4824 * EXPIRES: August 4, 2013 "'-;'r., ,,~<;:,~ BondedThruBudgetNolatyServites o,,\.v NAME: ignature of Notary) 0eaA<.M e. C(U- J14:J (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Ft-. Commission No,: D~ '10'f x-J...'f SURETY: ATTEST: Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln, Tower I Schaumburg IL 60 I Y6 (Business Address N/A N/A (Authorized Signature) Witnesses to Surety (Printed Name) GC-CA-A-2 Bond No. 8974929 ~~ ~ Witnesses STATEOF Florida COUNTY OF Hillsborough OR 168 4 <-- ~cL As Attorney in Fact and Florida Licensed Resident (Attach Power of Attorney) Agent Eileen C. Heard (Printed Name) Lykes Insurance, Inc. 400 N Tampa St #2200 Tarnoa FL 33602 (Business Address) 813 223-3911 (Telephone Number) The foregoing instrument was acknowledged before me this 17th February , 2010, by Eileen C. Attorney-in-fact & FL Licensed Resident Agent of Surety. on behalf of Surety. He/Sh Is personally kn n to me Q!&lliIlbcwmwliM. known as iden cation and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) GC-CA-A-3 (S (Legibly Printed) Notary Public, State of: Commission No.: day of , as PETER A. THOM SON Notary u IC, State of Florida My comm. expo Dec. 15. 2011 Comm. No. DD 738410 168 4 EXHIBIT A PUBLIC PERFORMANCE BOND Radio Road M5TU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part 8: Landscape & Irrigation Installation Bond No, 8974929 Contract No. 10-5415 KNOW ALL MEN BY THESE PRESENTS: That 1990 Seward Ave. Naples FL 34109 , as Principal, and , as 1400 American Ln, Tower I. Schaumburg IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier Connty FL , as Obligee in the sum of Three Hundred Thirty-three Thousand Seven Hundred Fifty-three and 68/100 Dollars ($333,753.68---------- ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. Bonness Inc. Fidelity and Deposit Company of Maryland Surety, located at WHEREAS, Principal has entered into a contract dated as of the q-f>1 'F""ebrLUlrj 2010, with Obligee Contract #10-5415 Raaio Road MSTU Phase III (Livingston Rd to Airport PullIng) Part A: Curbing 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. day of for 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 Prlncipai 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 noncompllance with any fonnalltles 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. GC-CA-A-4 168 4 This instrumerlt 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 qtll day of February , 2010, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered ~ ~s~nciPal PRINCIPAL Bonness Inc. BY: ~ h'ati~ ~e. ~~ I ~ ec 1!~ NAME: ITS: STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this ~ day of ~b''W1.~D10, by .:J~e. ~(J'r~:tt~ , as C See / 'fl..f> --' ~ of Bonness Inc. , a Florida . corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) ta e an oath. My Commission Expires; .fl'\~'(.~~~'b JEANNE CARNES *_- . * UYCOMUISSIONIOO9Q4824 , EXPIRES: August 4, 2013 ~I'tOff""rit'~ BondtcIThru8udgtlNMyStrvical (AFFIX OFFICIAL SEAL) ignature) Name: :)eaA<.4(.e... Ca.-r- h~ (Legibly Printed) Notary Public, Slaty of: ~ Commission No.: lit) qi> If-')'''f GC-CA-A-5 Bond No. 8974929 ATTEST: N/A Witnesses as to Surety /~ ~q STATE OF Florida COUNTY OF Hillsborough 168 ~4 SURETY: Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln, Tower 1 Schaumburg IL 60196 (Business Address) N/A (Authorized Signature) (Printed Name OR ~~ ~ As Attorney in Fact and Florida Licesned Resident Agent (Attach Power of Attorney) Eileen C. Heard (Printed Name) Lykes Insurance, Inc. 400 N. Tampa St #2200 Tampa FL 33602 (Business Address) 813-223-3911 (Telephone Number) The foregoing instrument February , 2010, by of Fidelity and Deposit Compan of Mary Ian behalf of Surety. He/She Is known My Commission Expires: (AFFIX OFFICIAL SEAL) PETER A. THOMSON Notary Public, Stale of Florida . expo Dec. 15,2011 Comm. No. DD 738410 Notary Public, State of: Commission No.: GC-GA-A-6 168 4 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~fthe S aryland, by DAVID S. HEWETT, Vice President, and ERIC D. BARNES. Assistant Secretary, in pursu f Qt nted by Article VI, Section 2, of the By-Laws of said Companies, which are set forth on t l3 Ki 0 reby certified to be in full force and effect on the date hereof, does hereby nomina f po' 0, JR., Tanya L. RUSSO, Peter A. THOMSON and Eileen C. ,@ a I 0 . s true and lawful agent and Attorney-in-Fact, to make, exec~te, sea Ii v, , d ~ ~ , and as its act and deed: any and all bonds and undertakings, . ~uc ~~mgs in pursuance of these presents, shall be as binding upon said 0 S~y 1\JW!J'eii(s and purposes, as if they had been duly executed and acknowledged by th e ar e r t e Company at its office in Baltimore, Md., in their own proper persons. The said Assistant ~~~els ereby certifY that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the BY-L~Ompanies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have herelUlto 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 24th day ofJuly, A.D. 2009. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY L}),~ By: Assistant Secretary David S. Hewett JJc,~2. V Eric D. Barnes Vice President State of Maryland } ss: City of Baltimore On this 24th day of July, A.D. 2009, 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 oHicers 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. ,\ \';~ ~I ~~~~ill" /~~~i;~~;;~l) 'Iirnl\I\\ Cr~vOft.(.2- a . ,(:JJJ/O"-7'_ Constance A. Dunn Notary Public My Commission Expires: July 14,2011 POA,F 031.3055 168 4, EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chainnan 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 anyone 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 ofmortgages,...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 Chainnan 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 anyone 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 ofmortgages,...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 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 day~_,cpIU Q ~f:... !11{1,O Assistant Secretary 168 4 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. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the rninimum 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. Coverage12l. 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 GC-CA-B-1 168 JJ. . notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverageill required herein, the County rnay terminate the Agreement or at its sole discretion shall be authorized to purchase such coverageill and charge the Vendor for such coverageill 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 coverageill purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverageill 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. GC-CA-B-2 Insurance I BondType 1. ~ Worker's Compensation 2. ~ Employer's Liability 3. ~ Commercial General Liability (Occurrence Form) patterned after the current ISO form 4. ~ Indemnification 4. ~ Automobile Liability 16B~4 Collier County Florida Insurance and Bonding Requirements Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements $1.000.000 single limit per occurrence Bodily injury and Properly Damage $2,000,000 single limit per occurrence To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Coilier 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. $ 2,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. 0 Other insurance as 0 Watercraft noted: $ Per Occurrence o United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence o Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence o 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. o Pollution $ $ Per Occurrence Per Occurrence o Professional Liability $ . $ 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 Per Occurrence o Project Professional Liability o Valuable Papers Insurance $ $ Per Occurrence Per Occurrence GC-CA-B-3 168 4 6. [8J 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 proposai 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. [8J Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award 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 AM. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. [8J 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. [8J Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. [8J Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier County. NOTE: The "Certificate" should read as follows: . For any and all work performed on behalf of Collier County. . Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 11. [8J Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number GC-CA-B-4 168 4 ---/"1--------- ABRd CE~TI'=_ICA TE OF L1ABILlTy!~~_LJRANCE PRODUCER Marsh 3031 N. Rocky Point Drive, Suite 700 Tampa, FL 33607 Alto: Erica Connick 813-207-5121 DATE (MMIDDIYYYY) 02/16/2010 ---- --- ------ ---- THIS CERTIFICATION IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POliCIES BELOW. 1 01266~Bonn~Cas-09-1 0 Bonness, Inc. 1990 Seward Avenue Naples, FL 34109 INSURERS AFFORDING COVERAGE INSURER A: Travelers Property Casualty Company Of : NAIC# ,25674 INSURED INSURERS: N/A INSURER c- NIA ----I INSURER 0 INSURER E: COVERAGES --- ---------------- 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 I CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lNSR ADD'~ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE I POLICY EXPIRATION iLTR INSRq DATE (MtNDDiYYYY) OATE(MMlDDIYYYY} GENERAL LIABILITY ---.r-- LIMITS A VT J EXGL 5800B671 06/0112009 0610112010 EACH OCCURRENCE ~~~~~~J~~~~~~nce $ MED EXP (Anyone person) $ $ $ $ 750 ODD! 500,000 COMMERCIAL GENERIl.l LIABILITY I _ CLAIMS MADE W OCCUR IX SlB.~$25Q.QQO______ x i 750,000 I 2,000,000.1 . 2,000,000 PERSONAL & ADV INJURY !A GENERIl.l AGGREGATE LIMIT APPLIES PER i---: POLICY Ixi jrg I' LOC ! AUTOMOBilE LIABILITY ai X :: ::~D AUTOS SCHEDULED AUTOS I HIRED AUTOS Y NON-OWNED AUTOS I ! GARAGE LIABILITY GENERIl.l AGGREGATE i : PRODUCTS'.- COMP/OP AG VTC2J CAP 5800B683 06/01/2009 06/01/2010 COMBINED SINGLE LIMIT (Eaaccident) $ $ 2,000,000 I I BODILY INJURY ! {Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE I (Per accident) $ ,$ EXCESS I UMBRELLA LIABILITY OCCUR 1--1 CL4IMS MADE EACH OCCURRENCE AGGREGATE AUTO ONLY - EA ACCIDENT $ EA ACC $ AGG $ $ $ $ -~I ANY AUTO OTHER THAN I AUTO ONLY DEDUCTIBLE : RETENTION $ ; A I WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 'I ANY PROPR. IETORJPARTNERJ. EXECUTIVE Y / N OFFICERJMEMBER EXCLUDED? 'N-- I (Mandatorym NH) If yes, des en be under ' SPECIAL PROVISIONS below : A ! OTHER Auto Physical Damage ! IVTC20 UB 5800866A 06101/2009 06/01/2010 :X WC STATU- OTH- L. EACH ACCIDENT ~r L. DISEASE - EA EMPLOYE $ fL. DISEASE - POLICY LIMIT $ Camp/Collision Deductible: 2004 vehicles or newer: $5,000 20,000 Ibs or heavier: $10,000 1,000,000 1.000,000, 1,000,000. VT J BAP 5800B695 06/01/2009 06101/2010 , DESCRIPTION OF OPERATIONSILOCATIONSNEHIClES/EXCLUSIONS ADDEO BY ENDORSEMENT/SPECIAL PROVISIONS : Re: Contract #1 0-5415 Radio Road MSTU Phase III (Livingston Rd to Airport Pulling) Part A: Curbing and Part B: Landscape and Irrigation Installation Collier County Board of County Commissioners is included as Additional Insured where required by written contract or agreement with respect to General Liability. CERTIFICATE HOLDER ATL-002111542-01 CANCELLATION Collier County Board of County Commissioners Naples, FL Ronda Cummings, Contract Specialist 3301 Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAil ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, aUT FAilURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ~ll:,~~~EBgiPI~~~ENTATIVE Erica Connick iTS AGENTS OR REPRESENTATIVES. 0'~"-"-- ACORO 25 (2009/01) @ 1998-2009 ACORD CORPORATION. All Rights Reserved The ACORD name and logo are registered marks of ACORD 168 4 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Acord 25 (2009101) 168 4 EXHIBIT C RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER STATE OF FLORIDA) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated 2010 for the period from to , excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ day of , 2010, by , as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFiX OFFICIAL SEAL) Notary Public, State of Commissioner No.: GC-CA-C-1 168 4 EXHIBIT 0 FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) Bid No. Project No. Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: % % 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: $ 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 $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through _ inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR; (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) GC-CA-D-1 '0 ~ ~ ." c: o u ;;f.-- I II en ,w ,:;) I...J ~ U. o W ...J I~ o en ,II ,~~ IE' , z , 0 I- ~ "tJ o $ .g a: t3 ,f ~ ~,!..~ . z Ii Iii We ..J~..J ~z~ O<(I 1-1-1- ::! s: W " ~ ~ ~ .; I <( ~ tu ~ '" .. W " ~~ o ~<( I- W '" WI 0'" ::;z -,"- ~~ I-W ZI- WW 0-' ",0. w:;; 0.0 o iiJo -JI-WW ~~c::~ OD..~C1 I-:=(/)O 8C(S1- o~ W<( "'''' Ow 1-1- "'''' :;; o W I- W -' 0. :;; o u '" I>: o s: o ",0 II>: I-W 0. "'~ Z'" 00 I-w "'0 "'Z -'- D.'" 0. "'W "'I- "'" 00 ;::" w'" "'I 0.1- o W -,W "" 0-' W'" I> o '" ~I 1-. 0. ii: o '" W o '" :;;W w'" I- :;; -" Z I 1 I '" -' ~ o I- 00 ~ E o u ~ ~ 00," .Ult) ~ 00 rni: .s:1- im . ~ E 0-5 c u .Q (I) tlm .go ~ " ~ u o .S: ~(I) 00 " ~~ ,,- il) .!::: I~ "C It/) ~ 1m ~ ~ .w " " ~~ "-- E ~ o~ u:;: .!!!~ U ~ '~ c _ 0 6:g U E " ~ ~ 0 .:E~ c . ~ c c E ,0 ~ ~8 E " ,Ern .!:O = ~ ~~ ~I- ~ " ~ :~~~l ~ '0; 3", 00 ~ ._ c i2 "m 1m (j) Ili lD ~ I ..c..c i _;1- u' (ti~ -I- c " .2..c m:::: U 0 ::::: Q) L<(~ ' '(I) Q) a} , ~ '" .Q...... ro if) B.!: .... 0..19 0. ~ " ID 5 .~ ,U .- I'~ ~ ~ 00 ~ ~ E~-5 1.2:'= (I) gCilEi 10 1Il- (\.) I~ ~ .~ ~ ~~ -: ~ ~ 1~~ ~ ~ '" ~ ;ij ~ i@ !Ci Q. ..c iQj.3 ~ !.. .c 3: I~ l I i J~ , , I i IP 168 4 N , o <I: <.> o (9 168 '4 'E o u '" 0:: '" c; .;: '" - '" :;; 'tl '" ~ o - <Il 0 I- '" c; w u - c '" '" -= c; lD 'tl 'tl 0 I ~ .;: 0 c; '" - 0- , '" .!/! -= .s:: , I- ,., iii 'tl :l ~ () 0 c; os: - '" ~ C 0- 'tl 'tl 0 '" .;: > '" OJ '(jj 0- u '" '" 0:: :c I- ~'tl ! '" '" :l > -0: 0'- .- '" > U '" '" .to:: '" ~ .!.! '" ,Q 0 E > -= :l Z ~ '" ~ :l <Il c 0 ~ ~ U In '" C '" - '" c ---~'--, (") , o <l: () U (9 W I o () 00 + -0: .!!! :::J E ~ o u.. '0 Q) :::J C :g o S:!. o - :a :c x w 168 4 EXHIBIT E CHANGE ORDER TO: Project Name: Sid No.: Change Order No.: Change Order Description FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount ...........................................................$ Sum of previous Change Orders Amount .......................................$ This Change Order Amount ...........................................................$ Revised Agreement Amount ........... ... ......................... ... ........... ...... $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Design Professional Date: Accepted by: Date: Contractor Approved by: Date: Department Director Approved by; Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Director Date: (For use by Owner: Fund Number: ) Cost Center; Object Code: Project GC-CA-E-5 168 4 EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof; To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. GC-CA-F-1 168 4 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 ,2010 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2010 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,2010 OWNER By: Type Name and Title GC-CA-F-2 168 4 EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.; Project No.: Contractor: The following items have been secured by the for the Project known as Date: ,2010 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. explanation. Acknowledgments: By Contractor: If NO is checked for any of the above, attach (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) By Owner: GC-CA-G,1 168 4 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 arrangernents, 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; GC-CA-H-1 16.B 4 availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. GC,CA-H,2 168 4 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. 3.4 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. GC-CA-H-3 168 4 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit 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. 4.5 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 through out 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. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. GC,CA,H-4 168 4 4.7 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 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. 4.9 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. 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 payrnent previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, GC-CA-H-5 168 4 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. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project GC-CA-H-6 168"14 Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly frorn acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS-BUlL TS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding GC-CA-H-7 168' 4 week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 8.1.3 personnel; Soil conditions which adversely affect the Work; The hours of operation by Contractor's and Sub-Contractor's 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Docurnents, including. but not limited to, all drawings, specifications, addenda, arnendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent GC-CA-H,8 168'4 to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned 'No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. GC-CA-H-9 168 4 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work 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 rnight otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. GC-CA-H-10 168 It. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Clairns shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. GC-CA-H-11 168 4 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. GC-CA-H-12 16B~4 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be GC-CA-H-13 16Bt4 bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion GC-CA-H-14 168 4 of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is cornpleted. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-Ietting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, GC-CA-H-15 16 B '~4 terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly issue a final Certificate for Payment, recommending that, on the basis of their GC-CA-H-16 168"4 observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or 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 darnaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. GC-CA-H-17 16 B !~4 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non- GC,CA-H-18 168 4 defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and GC,CA-H,19 168 4 suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or GC-CA-H-20 168 4 anyone for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to GC-CA-H-21 168 4 prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. 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; GC-CA-H-22 168 4 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the GC-CA-H-23 16 B 14 Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Purchasing Departments, and on-line at colliergov.netlpurchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within 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 GC-CA-H-24 168 '''4 Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is perforrning, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any GC-CA-H,25 168 4 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 terrnination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a sirnilar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 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 c1airn 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. GC-CA-H-26 168 14 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 34.1.2 34.1.3 34.1.4 34.1.5 34.1.6 34.1.7 34.1.8 34.1.9 34.1.10 34.1.11 34.1.12 34.1.13 34.1.14 34.1.15 34.1.16 34.1.17 34.1.18 34.1.19 34.1.20 34.1.21 34.1.22 34.1.23 34.1.24 34.1.25 34.1.26 34.1.27 34.1.28 34.1.29 34.1.30 34.1.31 34.1.32 Subcontracts and Purchase Orders Subcontractor Licenses Shop Drawing Submittal/Approval Logs Equipment Purchase/Delivery Logs Contract Drawings and Specifications with Addenda Warranties and Guarantees Cost Accounting Records Labor Costs Material Costs Equipment Costs Cost Proposal Request Payment Request Records Meeting Minutes Cost-Estimates Bulletin Quotations Lab Test Reports Insurance Certificates and Bonds Contract Changes Permits Material Purchase Delivery Logs Technical Standards Design Handbooks "As-Built" Marked Prints Operating & Maintenance Instruction Daily Progress Reports Monthly Progress Reports Correspondence Files Transmittal Records Inspection Reports Punch Lists PM IS Schedule and Updates 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. GC-CA-H-27 168 4 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY If required, Contractor shall be responsible for the costs of providing background checks and drug testing 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 (FA 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 GC-CA-H-28 loB 4 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, FAC. and 62-762, F.A.C. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. GC-CA-H-29 168 4 EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS 1. 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. GC-CA-I-1 168 '4 EXHIBIT J TECHNICAL SPECIFICATIONS GC-CA-J-1 16B 4 EXHIBIT K PERMITS GC-CA-K-1 168 4 EXHIBIT L STANDARD DETAILS GC-CA-L-1 168: 4 EXHIBIT M PLANS AND SPECIFICATIONS Provided in Separate File GC-CA-M-1 EXHIBIT N CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT GC-CA-N-1 168 4 MEMORANDUM Date: March 26, 20 I 0 To: Rhonda Cunnnings, Contract Specialist Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #10-5415 "Radio Road MSTU Phase III (Livingston Road to Airport Pulling Road) Part B: Landscape & Irrigation Installation" Contractor: Hannula Landscaping & Irrigation, Inc. Attached, please find the original contract document referenced above, (Item #16B4) approved by the Board of County Connnissioners on Tuesday, February 9, 2010. The second original will be held on file in the Minutes and Records Department as part of the Board's permanent record. If you have any questions, please contact me at 252-8406. Thank you. Attachment (I) 1684 f FILE NO.: /J/?IlC-()/5V~ DA TEJR-~,9~"~t 4 ,":ou~ny l\TTORNEY ITEM NO.: Date: March 3, 2010 ~Olnll")22 P,'"2,1.5 ",,,,,,",1 f'4 ~ f)V tL DO NOT WRITE ABOVE THIS LINE . ~'t/, ~ ~ ." &t\ ~~.~ -II)'} p ~ 'L )tr7 1 / ~t REQUEST FOR LEGAL SERVICES ROUTED TO: To: County Attorney's Office Attention: Jeff Klatzkow From: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department, Extension 8941 S (2., "\ 'O\~v. ~ Re: Contract: #10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part B: Landscape & Irrigation Installation" Contractor: Hannula Landscaping & Irrigation, Inc. BACKGROUND OF REQUEST: / This Contract was approved by the BCC on February 9, 2010, Agenda Item JJM5.lF-.. I~~q- ~ '!>/tdto This is a standard contract with no changes. This item was not previously submitted. 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. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Darryl Richard, ATM ~ta ~\"L~ \ \0 1684 MEMORANDUM FROM: . CP"- Ray Carter '_/ Risk Management Department . (I..p.-<Y' -f,"' Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department TO: DATE: March 3, 2010 RE: Review of Insurance for Contract: #10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part B: Landscape & Irrigation Installation" Contractor: Hannula Landscaping & Irrigation, Inc. This Contract was approved by the BCC on February 9, 2010, Agenda Item 10.B.4 Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. D!\n RESEIVttl 'H]'W L.. .,; ~i:,' M~~ "" ,:/]tv? vl1 0 dod/RC C: Darryl Richard, ATM www.sunbiz.org - Department of State 16 B lfage 1 of 2 Home Contact Us E-Filing Services Document Searches Forms Help PreviQ!t~._ QftList Next"n Lis! Re!ynLI." I.-ist !;ver!!,l; f\!~me Hi$t,,1)' IEntity Name Search Submit I Detail by Entity Name Florida Profit Corporation HANNULA LANDSCAPING AND IRRIGATION. INC. Filing Information Document Number P92000010592 FEI/EIN Number 650375795 Date FiledF 12L/08/17992 State Statu$ ACTIV Last Event NAME CHANGE AMENDMENT Event Date Fited 07/18/2008 Event Effective Date NONE j Principal Address 28131 QUAILS NEST LANE BONITA SPRGS FL 34135 US / Changed 04/29/1997 Mailing Address 28131 QUAiLS NEST LANE BONITA SPRGS FL 34135 US Changed 04/29/1997 HANNULA. DALE F 28131 QUAILS NEST LANE BONITA SPRINGS FL 34135 US Address Changed: 04/29/1997 Officer/Director Detail Name & Address Title PST HANNULA. DALE F 28131 QUAILS NEST LANE BONITA SPRINGS FL 34135 Annual Reports Report Year Filed Date 2007 04/30/2007 2008 04/28/2008 http://www.sunbiz.org/scripts/cordet.exe?action=D ETrIL&inq_ doc _ number= P920000 1 05... 2/12/2010 www.sunbiz.org - Department of State 16 B 4 Page 2 of 2 2009 04/14/2009 Document Images 04/141<0.0.9= A)\I!'II.JA1BEPDRT 07/18/20.0.8 "NamE!.C_hj,nge 04/28/2008 -- ANNUAL REPORT 04/301~0_01=-AN NUAL BEpQRT 04/11LZo.06 "ANNUAL REPaSI 04/29/2o.o(1=-IWNuAL REPoRT 0.4/:18/2004 "ANNUAL REPORT 04L4(1/:1003,,_ANNUAL REPORT 05/15/2002 "ANNI.LAL REPORT 05/02/2.001 -,8NNUAL REpQRT Q5J16/:1000 -- ANNUAL Ri;:POBI 05/0.30999-- ANJ'tUAL SEpOBI 0(1/06119.98 -- At\i!'lI.JAL B8'QRT 04/49/1997 "ANNuAI.-Bi;:PaRT 05/01/1996 - ANNUAL REPORT 05jo.1IJ995_ -- AN!'II.JAL FLE;,pORT View image in POF format View image in POF format View image in POF f"rmat View image in POF f"rmat View image in POF f"rmat View image in POF format View image in POF format View image in POF format View image in POF format View image in POF format View image in POF format Viewimagein POF format View image in POF format View image in POF .format View image in POF format View image in POF f"rmat II Note: This is not official record. See documents if question or conflict. I prevt9JI1t on Lis! Events Name. History f'olE!."t on List R!1.t!!m To list IEntity Name Search Submit I Horne I Contact us I Document Searches I E-Filing Services I Forms I Help I Copyright and Privacy Policies Copyright @ 2007 State of Florida, Department of State. - ..~..~_._.._._.- _._-----^-,_..~,-~,---,.._.._-,- http://www.sunbiz.org/scripts/cordet.exe?action~DETFlL&in'L doc _ number=P920000 1 05... 2/12/20 10 1684 . mausen g From: Sent: To: Cc: Subject: RaymondCarter Monday. March 22. 2010 11 :00 AM CummingsRhonda mausen_g; RichardDarryl Contract 10-5415 "Radio Road MSTU Phase III (Livingston Rd to Airport Pulling Rd) Part B: Landscape & Irrigation Installation" All, I have approved the certificate(s) of insurance, payment, and performance bonds provided by Hannula Landscaping & Irrigation, Inc. for contract 10-5415. Thank you, Ray ~~ Manager Risk Finance Office 239-252-8839 Cell 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 ~~/ RLS/l----lQ~5..Q B 4 W '-"" CHECKLIST FOR REVIEWING CONTRACTS ~ Entity Name: _ \-ta.fV\U ~ L-.rcl~ p11'l-'lcd::r:(fY3oJ-.bnl ~ . Entity name correct on contract? ~ . No Entity registered with FL Sec. of State? __~es ___ __No f Insurance Insurance Certificate attached? Insured registered in Florida? Contract # &Jor Project referenced on Certificate? Certificate Holder name correct (BCC)? Commercial General Liability General Aggregate Required $ Provided $__~;\ \ Exp. Date ~\\O\,\\ Products/CompVOp Required $ _._~~ Provided $" , I Exp. Date _-'--'--"-~ Personal & Advert Required $ Provided $. \ "",', .~ Exp. Date--....!..L---'-'- 1:!Ir.\i',..~..Qblccurrence Reqnired $'2..mi.\\ Provided $ \rt'\~~ Exp. Date ~~_-'-' T--m~opDamage Reqmred$__ Provided$_\OD)~ Exp.DateJ....+--_" Automobile Liability I \ ,~\., Bodily Inj & Prop Required $2\'Y\ \ \ \ Provided $ \-rt\i \1 Exp Date ~ Workers Compensation ~ Each accident Required $ S~ p Provided$!"5rDV- ExpDate ~ Disease Aggregate Required $ v, .'tfI"-_ Provided $ t{ , I Exp Date ~_-.LI Disease Each Emp] Required $ ==r:=-.. Provided $ ,. I / Exp Date .'.L......-...L I Umbrella Liability ~ Each Occurrence Provided $ ~,\t Exp Date \ \ \ Aggregate Provided $ _('--~..J.. Exp Date /I I Does Umbrella sufficiently cover any underio.'jured portion? X- Yes-------- No DM~~i811:11 Liability~~..s Each Occurrence Required $ \ 1\'"\ ~ 'I Provided $ Per Aggregate Required $ Provided $_.___ Other Insurance Each Occur Type:__~ ~Ye: J2~ ~es No No No No Exp. Date Exp. Date Required $ _..__ Provided $ Exp Date_ County required to be named as additional insured? County named as additional insured? 7 es ~ ~s No No Indemnification Does indenmification meet County standards? Is County indemnifying other party? No ~NO Performance Bond Bond requirement referenced in contract? lfattached, expiration date of bond <'* A,..)"cl. Does dollar amount match contract? Agent registered in Florida? ..."L Yes ~ ~Yes No No No Signature Blocks /. Correct executor name in signature block? '_ /"'Yes No Correct title of executor? J2::?y es No Executor authorized to sign for entity? ~ ~s No Proper number of witnesses/notary? ---v- y ~s No Aoili""""M '"' ~'",m' '" ".". """''''~ _ ~ _, ~~ ChaIrman's SIgnature block? _ es __No Clerk's attestation signature block? es ~No County Attorney's slgnature block? ._ Yes _No Attachments =---- ~/ Are aJJ reqmred attachments mcluded? V\res _~No 5 ~ ReViewer Imtlals ~D Date l!4 CO 101 I _ Colt, County Administrative Services Division Purchasing Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation COLLIER COUNTY BID NO. 10-5415 COLLIER COUNTY, FLORIDA Design Professional: Agnoli Barber & BrundagelWindham Studio G) F\.m::hasm-g ~l' 3301 Tamiaml TraJ East. Nap[Bs, F!orida 34112 . \f{,\W coiliergovneVpun:nasiFfg 16B4 1684 . TABLE OF CONTENTS A. PUBLIC NOTICE/LEGAL ADVERTISEMENT (PAGE 1 ONLY) B. INSTRUCTIONS TO BIDDERS C. BID, BID SCHEDULE AND OTHER DOCUMENTS D. AGREEMENT E. AGREEMENT EXHIBITS EXHIBIT A: Performance and Payment Bond Forms EXHIBIT B: Insurance Requirement Form 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 AB&B/Windham Studios and identified as follows: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation as shown on Plan Sheets 1 through 51. EXHIBIT N: Contractor's List of Key Personnel 1684 eoltr County ~. ~ Adrnnistrative Services Division PlJI\:hasing PUBLIC NOTICE INVITATION TO BID Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation COUNTY BID NO. 10-5415 Two separate sealed bids for the construction of Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation, addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government Complex, 3301 Tamiami Trail East, Purchasing Building, Purchasing Department, Naples, Florida 34112, until 2:30 P.M. LOCAL TIME, on the 15th day of January 2010, 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 shall not be held for this solicitation. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation, Bid No. 10- 5415 and Bid Date of January 15, 2010. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid submittal (GC-P-1 through P-13 and GC-CA-14 through 20) shall be removed from the Bidding Documents prior to submittal. Two contracts will be awarded for all Work (Part A - Curbing and Part B - Landscapina and Irriaationl . Biddina Documents mav be examined on the Collier Countv Purchasing Department E-Procurement website: www.collierqov.netlbid. 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 cashiers 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 fifteen (15) 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. GC-PN-1 16 B~4 The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidders shall be required to finally complete all Work within one hundred and twenty (120) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 14th day of December 2009. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y. Carnell. C.P.M. Purchasing and General Services Director GC-PN-2 1684 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages GC-P-1 to GC-P-15 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Collier County Purchasing Department, Purchasing Building, Collier County Government Complex, 3301 Tamiami Trail, East, Naples, Florida 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 GC-IB-1 1684 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 Reauirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 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 five (5) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reiect Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. GC-IB-2 168.4, Section 5, Sianina of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. . 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, 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 sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes 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. GC-IB-3 1684 . 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, a Pre-Bid Meeting is not being scheduled for this solicitation. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Reauirements 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 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said GC-IB-4 1684 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. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Purchasing Agent 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. Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non-local business, then the local business GC-IB-5 1684 with the apparent lowest bid offer (I.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 12.3 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.4 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.orq/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. GC-IB-6 1684 Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the 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 GC-IB-7 16B4 acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 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." GC-IB-8 1684 CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation BID NO. 10-5415 Full Name of Bidder Hannula Landscaping & Irrigation, Inc. Main Business Address 28131 Quails Nest Lane Place of Business Bonita Springs. FL Telephone No. 239-992-2210 Fax No. 239-498-6818 State Contractor's License # N/A State of Florida Certificate of Authority Document Number P92000010592 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: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. GC-P-1 1684 '" c " a: '" c o n 2 .. c o o 0> <:(.!: I-€ 0: ~ <{o a.'"' '" w - '" '" " ",.c 'a. ~t> OJ.!!t !::: e a. ::;) I- en :;; ." " o 0: o '0 " 0: 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N '" ~ - en '" 0 0 0 0 0 0 0 0 0 ... 0 0 ori 0 ..: 00 - 00 0 ori N 0 0 cD cD ori 0 0 ..: ... 0 ~ N 0 " en on on '" 0 <D " l!l en '" <0 0 " co '" '" '" - N_ "'- - <D '" co 0 N_ co. - N_ co. <D - "! I- '" cD on - ...- ...: .... M 0; <D t- ori M 0; - --i' --i' ~ z - - - N on <D " ~ ., - :> '" 0 :l; <( ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 0 0 0 0 0 0 0 0 '" 0 0 0 '" 0 0 0 0 '" 0 0 0 0 <D - on ... - " on 0 0 " ... 0 on 0 ~ 0 W 0 ori 0 ori co 0 N ori cD 00 ..; 0 cD 0 ori oi 0 co ori U - N 0 - - - - - - " - - 0 co '" N " '" - N N_ N ii: '" cD .,,- - ll.. - - - I- Z :> .,. ... .,. ... .,. ... ... ... ... .,. ... ... ... ... ... ... ... ... ... - - - N on '" '" en 0 N 0 " 0 0 '" 0 '" 0 0 <D co " 0 on en on co co co 0 N co '" >- "'- - " <D " on <D '" " " <D '" I- - .,,- --i' N 0; 0 I- >- >- >- >- >- >- >- >- >- >- >- L'5 W- >- >- <( Z rn rn rn -' -' -' rn rn () () () rn rn rn rn rn rn -' rn rn w :> ~ <( W I- > , 0 m <{ ~ l- ll.. >- 0: :; 0: ~ :::> w () w OJ z , OJ Cl w- <( 0: ~ :::> 0 0: W - ~ a: w 0 0 z ~ '" rn , w z oi - 0 "2 () w >- I- "2 () -' ~ z 0 () !!:: a a: w 0 0 u: I 0 l? z 0 - 0 :;; - w- w z Cl 0 W 0: <{ rn <{ u: w ;:: ;;: 0: OJ ~ 0: ::;; W l- I- ll.. rn OJ ~ :::> <( rn ii: "- 0: -' 0 0 W I- U w "0 w is 0 W I- ~ rn > u w > :J w I- () ~ -' en <{ I- <{ W ::;; W z rn ;;: w w :;; 0: I- ><: <D 0: "- 0 ii: a w 0: C C2 () ~ J. ..; () ><: rn eo ;:: -' w 0 z :l; '= () eo z () ~ ~ I a z "- 0 - w () 0 C2 0 ><: C2 I- ;:: !:: u: l? W ><: ~ () z :::> rn <{ ~ () OJ I- () w- <{ l? <0 w w- l? l? z z z z I I () W 0 0 l? <{ OJ ::J 0 I- 52 ;:: 0 >t!. :::> C2 0: OJ Z Z 0 <{ ;:: I- -' I- W Z -' -' :::> ;:: ;:: ~ z 0 b ~ w ::;; ~ 0: I- <( ~ <0 <{ 0: <{ () w- 0: rn rn w - I I ~ l? X X e e ui I- "- () l? OJ l? a <{ ::J w rn z z 0: W Z W 0 W W () l- I- iii rn rn ~ <{ 0 ;:: :::> 0 rn ;:: z z <{ <{ Ui 0: a () w- w- X Z Z <{ () rn () rn z <{ a 0 w w W I- OJ OJ W W X w X ;:: > () w w <{ l? ::;; :;; rn " ><: rn l- I- > ~ -' -' 0: () <{ <{ 5 w <{ w z z ;;: ;;: :"i " " ~ () "- w w "- w C2 z z a a OJ I- 0: 0: I- ::J 0: <{ rn rn I- a a :::> <{ <{ 0: 0: '" () () ><: iii z <{ w w , W I :::> () :::> w ::;; ::;; l? OJ OJ "- W () "- "- -, z z -, a <( -' w w w :;; ::;; ~ ::;; ::;; OJ :::> rn 0 0 0 C2 0 ::;; ::;; () 0: 0: 0: W w ::J ::J <{ rn <{ <{ () () OJ <{ d "- 0 '" 0 0 - I- ... 0 z - - , 'f OJ - <D J, 'f N N N - r-' - - N - , N - .,J- 0 , , 0 ... , z , N " ri: :l; 0 0 0 0 0 0 0 ,;, - r-' - 0 - 0 N N <D N - .,J- 0: , N 0 0: W - - - - - ~ N - N co '" 0 0 on c..\ ~ '" N !:: - - - N '" '" on () - N '" " '" <D ... co en 0 - N '" " on <D ... co en ~ - - ~ - - - - - ~ N "0 N "0 ~ c '" a: ~ c o 'B 2 :;; c o U 0> ~ .!: I--e 0: ~ <{u 0.<'> '" ~ - ~ v '" ",.c ,a. ~1"l CII.~ !::: e a. ;j I- 'fi :; "0 '" o 0: o '0 '" 0: 0 0 0 0 0 0 ~ 0 0 0 0 0 .. .. 0 0 0 0 '" 0 '" 0 ~ "! '" ., N ci ci .0 ci N 00 oi oi ... N ~ r--: .,; N ., ~ 0 0 ~ '" N '" :;;: ~ 0 '" '" 0; "!. ~ "'- N '" ~ ~ "' .. I- ~ ~ ... oi z ~ '" '" => 0 :E <( '" '" '" '" '" '" '" '" '" '" '" '" '" '" 0 0 0 0 0 <Xl "' .. 0 0 0 0 0 0 0 0 .. '" ~ '" ~ ~ w ci .0 ci <'i r--: cO ~ ... .0 ~ ~ 0 .. '" 0 <D '" ii1 N ~ l1. I- Z => '" '" '" '" <F> <F> <F> <F> <F> <F> <F> ... '" "' N ... '" ~ 0 '" N '" ~ ci ~ 0 ~ '" ~ >- N ~ "' I- 0 I- (f) L:i <( >- <{ <{ Z LL LL LL LL LL <( W (f) W W ...J ...J ...J ...J ...J => <i! <( ...J l- I- ~ 0 0 0 l- I- ?- m C) w z ;::: 52 ::; ~ a: ;::: W W W <( => W :E . l- I- != ~ ~ != ...J C = I ~ ...J Z >- s: w <( a: 10 .. >- C) 0 ~ ~ ~ ~ z C) f= G ~ ~ i!!: 0 w z f= (f) w U U U U U ;::: I- ...J > ;::: ;::: ;::: ;::: ;::: ;::: C) <( 0 ...J (jj l1. 0 (f) a. w ;::: (f) (f) (f) (f) (f) (f) ii1 0 >- u :') :') :') :') :') :') . 0 N a. w w ...J 0.. 0.. 0.. 0.. 0.. 0.. - m ~ w C) W ...J 0 0 0 0 0 0 >- W ...J (f) LL C Z C) Z 0 W ::;; ::;; ::;; ::;; ::;; ::;; a: :E <( z ~ z a: 0: 0: 0: oc oc oc 0 I ~ c 6 w w w w w w C) W I- W E E E E E E w != (f) !;;:: z oc I- W :') I- <( (f) > u w ~ c 0 0 0 0 0 w 0 (f) oc 2 0 :J :J :J :J :J ::;; ...J "" I- 0 0 0 0 0 0 I- w W I- Z oc (f) (f) rtl rtl rtl rtl e; e; z w 0 ;;;' ::;; oc w w w w W 0.. C) C) 0.. W <( 0.. 0.. 0.. 0.. 0.. W Z Z > ...J ~ ~ ~ ~ ~ ...J ;::: ;::: w <( <( l- I- l- I- I- C) rtl S2 > 0.. Z rtl rtl rtl rtl rtl ;::: 0 z >< >< u oc ;::: u u u u ~ ii5 w w w w u: u: u: u: LL " U z z Z ...J oc W LL LL LL LL LL C) C) Q LL 0: <( ~ <( <( <( w <( oc oc oc oc ii5 ii5 rtl oc ::;; (5 l- I- l- I- I- ei ~ ~ ~ ~ ~ :;;: ~ ~ ~ ~ N 0 N <Xl <Xl <D '" Z 0 <D <D ~ 't J, :b N ".:. , '" , J, <Xl :E N 't 't , ;b ~ '? '? '? , 0 ~ '? '" w 0 0 0 ;::: '" ~ , ~ ~ !:: 0 0 0 0 ~ ~ ~ ~ '" '" '" '" '" ~ ;::: '" '" '" 0 ~ N '" .. "' '" '" <Xl '" 0 N N N N N N N N N N '" 1684 ~ <Xl "' cO 00 '" 0 N "'. '" - "' ,,; 0 N N N ... .. <F> <F> q N <F> ~ <Xl N ~ I-- >- rtl I-- w I- <( Z a: G" w I- Z ...J :;e <( 0 + N w - ::;; 0 m N o1S <( oc III w ...J N <( :J I- ;::: 0 oc I- w LL oc. w I- ~ rtl W 0 ~ ...J U Z W ~ l- I <( <( z !'3. oc w C) I- Z ...J (5 <( c 0 0 iii ---5!2 ~ , ~ , "' '" "' - ;;; - "' c '" a: "' c o 13 2 1;; c o o en <{ .s f--e '" " <to "--", co Q) ~ "' " '" CO.c 0"-- ;;~ c"e- "-- :0 f- (/J ::; "0 '" o '" o '" '" '" 1L. ) J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~8 '-'0 J 0 0 0 0 0 0 0 "I co co ~ '" '" 0 0 0 0 0 0 0 0 0 ": 0 0 Iii 0 "" '" ~ '" 0 '" N 0 0 '" '" '" 0 0 "" N c;j ~ "I 0 " '" '" co '" 0 '" " '" '" '" ~ 0 " '" CD '" "- '" ~ ~ ". ~ "'- '" '" 0 "1_ '" "'- '" "1_ '" '" ~ "I ",- m - .. '" co ~ ~ "" "" "" '" '" "" '" '" ~ ~ " ~ f- ~ ~ ~ "I '" '" " '" ~ co ~ Z '" :;) 0 ::;; <( '" '" '" '" '" '" '" '" '" ffl ffl ffl ffl '" ffl ffl ffl ffl ... ffl 0 0 0 0 0 0 0 0 '" 0 0 0 co 0 0 0 0 '" 0 0 0 0 '" ~ '" "" ~ " '" 0 0 " "" 0 '" 0 '" 0 w 0 Iii c;j '" '" c;j "I '" <0 '" M 0 <0 0 '" 0; c;j <Xi '" ~ "I 0 ~ ~ ~ ~ ~ ~ " ~ ~ 0 '" '" "I U " '" ~ "I ~ "I a: ri cD '" ~ Q. ~ ~ ~ f- Z :;) ffl ffl ffl ffl ffl ffl ffl ffl '" ffl '" ffl ffl '" ffl '" ffl ffl ffl ~ ~ ~ "I '" '" '" '" 0 "I 0 " 0 0 '" 0 '" 0 0 '" '" " 0 '" '" co '" '" '" 0 "I '" '" ~ '" ~ " '" "- '" "'- " " " '" '" ~ u1 " "I m a f- >- >- >- >- >- >- >- >- >- >- >- <t >- >- <( z (fJ (fJ (fJ u.. -' -' -' (fJ (fJ 0 0 0 (fJ (fJ (fJ (fJ (fJ (fJ w -' (fJ (fJ w :;) Z ..J W <( :::; f- W 0 > ;- f- m <( ?i >- 0.. ~ '" s '" ::::l W 0 0 W III <( Z ;- III 0 u.. a:: ~ ::::l a:: a:: w ~ ~ . w 0 ?1 - 0 z '" (fJ >- w z 2 0 '" w a:: 0 f- 2 0 -' 0 <( z 0 0 a a:: z w 0 0 u: f!: I Cl Cl 0 :::; 0 ~ u.. w z w ~ f- a t= w a:: <( (fJ <( i:L Q. > a:: III a:: a:: :::; W <( f- a: <( (fJ III -' t:: ::::l U (fJ a:: -' is a w f- W 0.. is a u -0 w W f- 0.. (fJ > Ul W > :::; W f- 0 >- <( -' w <( f- <( W :::; W Z (fJ C S ;;; 0 W 0.. :::; a:: a f- ~ '" a:: 6 a:: w a:: M 0 0 "'- ::;; 0 ~ a:: ~ >= -' w 0 z (fJ fO: z z 0 a w ::: z 0 0.. 0 f- I ~ t: 0 Cl a a:: W a ~ a f- f- (fJ >= u: ~ 0 0 a:: z ::::l Z 0 III f- ~ u.. <( (0 w <( u.. Z I 0 Cl 52 in Cl Cl z z z Q w 15 0 <( a I f- >= 0 ~- III Z Z a ::J <( f- W ::::l a:: a:: >= f- -' Z -' -' ::::l >= >= >= z 15 0 0 w :::; <( a:: f- <c <( (0 <( a:: <( 0 '" (fJ (/J ;;; w ~ I I S ~ u.. N 0 Cl III Cl a Cl X X ~ ~ ::J W w- f- 0.. W <( (/J z z a:: z z w 0 w w 0 f- f- in (fJ (fJ ~ <( a >= ::::l 0 (fJ >= a 0 z u.. u.. X Z Z <( <( <( 0 (fJ 0 Ui a:: (f) z <( a a w w W f- III III W W X w X >= <( (fJ " ~ (fJ > 0 w w > ;'S Cl -' -' a:: ::; :;;; 0 <( <( >= W f- f- <( W Z Z ;;; ;;; <( ~ ~ 0 0.. W W ~ a a III -' f- 0.. f- ::J w a:: -' z z a:: <( (fJ a:: a:: (fJ f- a a ::::l <( <( a:: a:: '" 0 0 ~ in z <( w , W I ::::l ::::l W :::; :;;; Cl III III 0.. W W 0 0.. 0.. -, Z Z 0 -, a <c -' w w w :::; :::; >- :;;; :::; III ::::l (fJ 0 a a n:: 0 :::; :::; 0 a:: n:: '" w W f- ::J ::J <( (fJ <( <( 0 0 III <( d 0.. 0 '" 0 0 ~ III f- ~ "" ~ 0 z , " ~ '" J, " "I N "I .:. ~ "I ~ , N 0 .... 6 6 6 6 6 "" , z , N , ~ ~ " ::;; ~ 6 6 ,J, .... .:. 6 0 a:: 0 0 ~ 6 "I "I '" ~ a:: "I U a:: w ~ ~ ~ ~ ~ ~ ~ "I ~ "I "I '" '" '" 0 "I '" t: ~ ~ ~ "I <'") <'") '" 0 ~ "I <'") " co '" "" '" '" 0 ~ "I <'") " '" '" "" '" '" ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ "I - o "I o -..f .---., --:c..:> 0 0 0 0 0 0 ... 0 0 0 0 0 ... ... 0 0 0 0 CD 0 ... CD 0 ~ N CD on N .:; 0 on 0 N <Xi '" '" ... N ~ ".: c>> N on CD 0 0 ~ '" N '" ~ ~ 0 CD '" ~ "!. '" ~ on N <') ... ~ ~ on ... '" ~ ~ ... '" f- ~ '" Z <') ::::> 0 ::;; <l: ... .,. .,. .,. .,. .,. .,. .,. .,. .,. .,. .,. ... .,. 0 0 0 0 0 00 on ... 0 0 0 0 0 0 0 0 ... <') ~ '" '"": ~ LU 0 .,.; 0 <') "" cO ~ ... on ~ ~ ... <') 0 CD "" U N ~ 1i: ll. f- Z ::::> .,. .,. .,. .,. .,. .,. .,. .,. .,. .,. .,. ... <') '" N ... <') CD 0 '" N CD ~ 0 ~ '" 0 ~ '" ~ >- N ~ '" f- a f- 00 <( <( >- <( <( Z LL LL LL LL LL <( LU LU 00 LU LU ...J ...J ...J ...J ...J ::::> ..J ...J ..J ~ <l: ~ f- 0 0 0 f- f- f- rn Cl LU Z i= 52 :J C<: i= ~ <( ::::> W W ::;; , w w c !:: !:: 0 = !:: !:: ...J Z ~ I I ...J <l: I s: s: I LU 0 s: s: >- Cl z Cl ~ ~ Co .,. ~ ~ Ci!: 0 LU >= G ~ ~ Z f- Cl i= <l: >= 00 0 w U U U U u iii ll. U 0 ...J > i= i= ;:: ;:: ;:: ;:: ...J 1i: 00 Q. W ;:: 00 00 00 00 00 00 , u 0 >- u :"i :"i <( :"i :"i <( - N Q. W W ...J ...J rn w ...J W ...J Q. Q. Q. Q. Q. Q. >- LU ~ ...J C9 00 LL 0 0 0 0 0 0 C<: C Z C9 z 0 w :;: :;: :;: :;: :;: :;: 0 ::;; <( z ~ z a:: a:: a:: a:: a:: a:: a:: Cl w I ~ 0 w w w w w w w !:: f- W 0 I I I I I I f- 00 f- Z a:: t: t: t: t: t: t: <l: w <( :"i f- U 00 > w w U 00 0 0 0 0 0 '=' 0 0 00 a:: s: ::J ::J ::J ::J ::J :;: ...J '= f- a 0 a 0 a a f- w W f- Z 00 ~ ~ z w a:: 00 00 00 00 00 a <( :;: a:: w w w w W Q. C9 C9 Q. W <( Q. Q. Q. Q. Q. W Z Z > ...J 1i: a:: a:: 1i: a:: w <( ...J ;:: ;:: > <( Z f- f- f- f- f- C9 00 00 ;:: Q. a 00 00 00 00 00 z X x u a:: ;:: u u ~ u u 00 w w w W LL u:: LL LL u:: '" u z z Z ...J a:: w LL LL LL LL LL C9 C9 C9 LL <( a:: <( <( <( <( <( w a:: a:: a:: a:: a:: (jj 00 00 a:: :;: 0 f- f- f- f- f- d ~ ~ ~ ~ ~ ~ ~ ~ ~ N N 00 00 ... CD CD '" <b , 0 ~ ... .;, ~ N , 00 z CD <') , ~ .;, .;, "" N ... ... '" ~ '? '? '? ::;; '" '" '" ~ <b ~ '? '? w "" ~ 0 0 0 "" 0 ~ ~ ~ ~ ~ !:: "" ~ ~ "" "" "" "" "" "" "" "" 0 N <') ... on CD "" 00 '" 0 N N N N N N N N N N <') .C' \5' :-to "' <= '" a: "' <= o t5 2 1;; <= o <..) co <( .S f--E? '" " <(<..) 0..", '" '" ~ "' ... '" "'-'" 60.. ~~ f- .~ - " 0.. :> f- (f) :2 '" '" o '" o U '" '" "'___~___'__'~,~_,~_. w,....._..~~.__,___'.... ... 00 684 <') on CD <Xi '" 0 "" "" on '" N N N "0 ... N .,. .,. o N .,. ... <') 00 N ~ >- 00 W f- <l: z C<: w 6" f- ..J Z <l: s: + N a w "0 :;: rn N <l: o<S III a:: ..J w <l: N f- ::J 0 ;:: f- a:: w LL ri w f- <( s: 00 w 0 :::l ...J U Z W ~ ~ I <( z '!C C<: w C9 f- Z ..J 0 ct 0 0 a iii 00 ~ .;, "" '" 0') .. " " o z w o o "' o o ~ ~ !; ~ o ~ ~ '" . >-~ "'= cf'i ~ . ~if on ~.~ >-0. -" >- "' " ~ . o '" o 'C . '" - ~ o () Iii o >- -;; o () " c " - '2 " ~ a c .5! Q. " u ~ ~ c 000 000 ci Lri ci "' M ... ... ~ .. ~ti) o 0 00 ci ll'i 0 "' M 0 "lit co ci M _ ... ~ ~ ~ '1i ... ..... .... -+ ~ o jj = 'iij E "0 = ~ U ID '" "0 ~ 'S: _ e '0 ~ ~ ~ lij ~ = - Q) = - " = .0 'n; J.. ::; <( _ N M "0 = o .0 ID U = ~ E .g ~ "0 = ~ " ID ~ ~ "'- ~ = ID E " g "0 U ~ " 8 " ID E .s ~ ID 5 ~ .Q o o ,. " ~ = " o -' U <( " fI) :2 ~ '0 !!! ':! c ~ ~ ~ <( " z ~ Q ~ >- ID ~ ~ '" = a. ;;;;; ~ .~ .. ~ z ~ o 0 E ~ -' - o ID :IE .s '<t~~ W >- ;; o "' oi M ... .. o o <ci '" ... <0 N .. o M ,,; N o M ..; '" :I: ~ ~ "' ~ o N <0 "- Ul N .5! 10 .l;! u I~ ~ I! ~ :Ei :8 u . . U .Q ;; loC "(j E a. III @ "- Ul <0 M ...- ... '" ~ 0 ! j -g c :s ~ u: : - c I:!.. :g = U .5 5 o ~ " o o ID '" ~ ;;; ID 5 "- .s ~ . z c o E _ E c 0 ~ () ii: ~ ~ u ! '2 = J! = " ~ .c u ~ C {' ~ ~ r:: E ~ ~ i 1i i 1i 1TI ; 'S en e :i!! ...J a.."ffi ~ ~ :$ -0 ~ - Ir ai Q) ~ W -'0 - .... co Q)I~ ~ c: > CI) :::i.9 e ...J w~rt'" lii 9-~ ffi E c U) c: I- ~-::: w ~ ~ oc( (I) ....l ..... 0 :E ...J~ 1-1- U) c( (0 Z W :n '" w !: t. f!: -5 s ::; "0 e o <5 u o o <ci ... "' N .. o o N ~ w M N '-' "'- '" '" o ~ .0 ;; " ~ 0. ID 0, = 'in '" ~ s ::; = ~ 0. ID 0, = 'in '" or E " ~"ffi~ 7; " "'~ "' " NO :E ID e >- o ~ "'- ~ f e ;; -;: u :~ Ul ~ E = ~ .-g ~ f e ;; , =; ... 5 '-' "'- '" '" o ~ .0 ;; m_ o ~ Co ~ - ;;; ID ~ ::; ~ e u ~ o ~ o = ::; -ID g ~ o = ;; ~ E ID e i!! ~ ~ o o .,; <0 "' .,; .. o 0 0 0 0 0 000 MOO 0 "lit 0 o ~ 0 0 0 0 0 ~ 0 ~ N 0 0 "lit ~ go;tig~ffig....gg~~g;r:: M (0 ~ ~ v (0 0 ~ ~ 0 co co <DNt.'J- C',iC")(")"IIt NMM MM _w __;;;.(,1)- ___ __ o "' " '" M 000 "'00 r--: r--: ai '" 0 <0 M N -= o o = ~ o -ID , 'ii Iii " ~ ~ ;r: !,is ~ ~ ~ "S: "S: = = .~ .~ " " o 0 Ul "' "' '" w :! J: 0:: > 0:{ :J UJ 0 ::I: ~ en 0 Ul C III "' Z ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 5 ~ ~ '" :I: '" .. III " ~ UJ ~ ~ ~ UJ W UJ ;': ~ ~ M 5 '-' "'- '" '" o ~ .0 ;; = ~ 0. ID 0, = 'in 7; ~ ID 5 '-' "'- 7; '" ~ " ID U o C; '-' "' "'- N '" "0 1i ~ ~ ~ ~ ~ o 0 ~ N ~ s ::; m- o ~ d ID ID ~ .~ e :!: "'5 ': ~ ~ ~ Gi ro E " ::; 2 ~ E I- ID ID = ~ ~ ID .B '5 :!2 ~ 0 0 z Ul '-' 1;; e Iii = 'iij -~ ;E (II ~ -5 .B ~ E ~ 0 0 Z !E 0 . "0 0 .~ ffi ~ ~ c TI g ~ .~ ~ 0 .0 ID ~ 2 g II) <II ~ ::; >- :J z '-' U ::::i::E I- ~ o 00 ci g 0 ~ co cO ~ c;:; '" N n:l (ll (ll (ll UJ UJ UJ UJ c:: ~ ~ N "0 ~ ID ~ g ii E ~ -c ~ ID E "0 I:::: ~ ~ ;g $ ~ ~ ~ co ~ $ b :::: .5 (ll C"') 9> J::.c . i;) ~ 0 ~ _ E ::: _~ ;;; m m b S ~ ~ E E m m ~ E a.. ~ ~ ~ ~ 0:: ~ E a.. ~ ~ ~ "iij "5 -g B )( u: 0 ~ ~ ~ = ~ ~ ~ ~ 0 f ~ OJ f;"E..2 :E .E ~ ~ =0 ~ (ll :;:;; - i: (I) r ~ ~ ~ &. 8J ~ ~ UJ a.. ~ 0 0:: (f) ~ ~ o ... 0 0 ~ ~ N ~ ~ ~ w w w '" ... ~ ... N "' ... ~ N g E II ~ I~ ID ~ ~ w = = = .2.2 .2 Ti Ti Ti M M M o " ID ~ E o " E ~ a.. ~ ~ 3= u:: C> 8J 'ffil ~ w ~ ~ ~ .~ Q:; ~ -" ~ 0 m ~ :g .g .~ ~ o E 11l = ID " Jg .g ~ ID ID = E ::2: ~ ~ ~ ~ '" ~ ~ w ~ w , = 0 .2 .2 Ti Ti M M ~ ,11 ., = .~ ~ " - 0 ~ 11l ." .. ~ " " ID o " "' ID 'to " ~ 0 3= € " Ul -E 5 "- "' Ul "' "' ~ ~ 'C ... ... ~ ~ w UJ '" 0 :ii ;l; , E != ~ b '" '" "": 16BL~ g ~ ~ ;t g ~ ci -i"": a:i"": M ~ ~ ~ ;! ~ "''''N..~McD tA-VJ-;;; tA-~ ~ ll'l '<t I'-- 0 0 ll'l ll'l ll'l ll'l co co M M M wi -i -.i (ll (ll (ll (ll (ll (ll UJ UJ UJ UJ UJ UJ ~ ~ ;;; ~ ll'l N I'-- en _ _ M o 0 o N "' N. 5 o E ~ "- = ~ .= ID E ::;. "- ~ ~ ID 5 o E ~ '::; 1. ~ 1. ~ :11) .11) .11) 'C <0 N '<t ID _ N E >< >< >< ~ 1: :c 1: b b N b b ~ '0 -d ~ o , , -=: . t: C c .!2~ .!2 .!2.2 - (ll - - - ~1j l\' l\' l\' MID M = C .2 .2 Ti Ti M M 000 E E E II) o 0 0 :::I J:: .c J:: U I- I- I- u:: '0 '0 '0 "0 l:: l:: C C 3= 3= 3= ~ e e e - ~ ~ ~ ~ ~ . . e I- a a " .~ '!! 5 ~ ' == II) i: -c Ul 0 o , " ID ~ "'- '0 = ~ -'!! "c 0) - t:: 0 ~ C == ~ c.n ~ ~ ~ .$ -g .~ S!> (ll II) &. ~ (5 ~ lij .~ s.~~g~~ ~ rp E e .~ t5 (ll (ll (ll U ..g II) ,~~~~.~ ::. ~ ::. B >< l:: UJ UJ UJ u:: 11l -=5 N C"') a.. LL Z a.. ~ ~ ~ a ~ ~ N ~ ~ ~ "' <0 N N c .2 " o E o c 1i ~ . ~ '" :; >-~ "'= <C- o. ~ ~ . ~ct 011 ;;:;"e- >-o. -" >- 00 " ~ . o "' o " . "' .. " " " Z W " " <C - - .. o (J ~ ... - - .. o (J .. C => - - 'C => - " a - c o a ." u .. " Q - CI) 11. ;:: ~1:t 0: $ m UJ m UJ .. .. re :e ~ ~ ~ ~ ~ c:i m N N .0 cri cnvtNNMIO "" cn 0)"'" 0) M ~ fA- N" fA- CI) CI) ~ (0 ~ It) g ~ cO ci ci ci ci ci m UJ LL LL LL LL U. lL -l ...J ....J ...J ....J ...J .. o ~ ~ ~ a:: &:: ... M '" cDcDOci M ~ " .0 ~ l: ~ . '" M ~ 1i " "0 " ~ ~ .ffi ::;; i5 N N .., " 1i 5 <L " C o " m <L ,,; ~ ~ E ~ <L 15 g "E m I .g ,g ..Q .g ;; .~ ~~~~ <l> S !!I !!I S ~ 'S "5 "5 ";:j &:: II) U) l.Il Ul 'iij ~ ~ ~ ~ E "ji; ';: .~ '3= .~ ceeee co .2 c c E "E CD 1j 0 0 0 0 'E'B~~~~ :';::u I/) Q.l d) QJ $ ~c.. .;: 10 10 10 <<l :g~~~~~~ ooo.;;.S.:=.S 0'8 III '- '- '- '- >"Q;&~&~ :;e~88fd ~ 8 .5 "0 "0 "C -0 m '0 ~ 'a '3 '5 'E Cll t,I) III Ul <Il u) 13.J; f.) ~ ~ ~ ~ o ~ 6: :5 :J :5 ~ N" Cll <<l ro ro ~ ~ :i l? t9 CD c> ~i5~~'ltV :: al en ~ ~ ~ ~ M ~ N c{ c:( <( <( o '" ~ .~ en "0 ~ => 2 "' 2 ~ ~ ;e , 1 .. w ~ ~ .2 .2 ~ ~ ~ ~ 1 t 1 t H ~ ~ ~ ~ ::J :] ::::l :::s ..0 ..c .c .c 'ti ti t5 1:5 e ~ e ~ :c 'C :c :.a ~ M ~ ~ ~ ~ ~ 2i ~ g 10 " ~ " .E1 1;; " ~ ~ ~ 13 !:::! '" C -c " " ~ 0: "' 1 , w w ~ ~ .S! Q .., '" N '" ... CI) ~ o ci "- ~ .., '" '" ,,; ~ m U " E ~ u m " 1;; ~ m 0. en " "5 ~ U5 of => iii , w ~ o ~ C. 0. m " .~ .0 e; ~ u " "0 ~ m w " x o .0 " > " > of > " > ~ o ti " ~ ~ o U "0 " "0 m ~ ;; ~ ~ ;; , ~ " > ~ o ~ u " ~ ~ 8 "0 " ~ ~ m ~ M ~'iij ~ - => " ","0 o ~ :I:~ o m Zi~ "10 > ~ (ij .- ~~ .0"0 => " .g~ ~1O '(ij.2 E= g Xl ~~ ~.~ "E .9l -m ME ~ M $ " :0 .l'l ., w ~ , 2 " o U "0 " 1i " w .~ ~ 0. 0.. 8~ ;g "g ~(;j " " ~€ m.E1 "'~ ...$ -0 ~~ '" ~ o o ci '" N ;;; o o ci M '" m UJ N '" '" o '" ;0 CI) o '" '" m UJ f.) > <L o ... :I: f.) en ;; " g~ ".0 > " " > "(On; " > 0."0 ,..~ - => :v e "00 a1~ Em u ~ (/)E € .~ '"0 "... g']i m w 03.5 ~ (3)- => ~ <Il= ;{l:2 0..02 -o.S " m ~ E :Q(o =>,. .Q":J =13 en w <L ~ ~~ o~ $B ~ "8.2 t5 ~ " ~ ~ ~ y g " .. ~ ~ ~ .5 "'" ~~ ~g 'aifS E " ~ ~ o ~ ~ ~ .~2 t: .S '" M o o N '" ~ CI) o '" ;;; M m UJ N " = .9 " u ~ m u is u u m .~ }j w .~ .9 '" m w w " u " ~ is .0 " "0 ~ m w " .C " 1i E " 4)"'; "0 m 'S: Ql eu <L ~ .0 Q):'= > m ~$ _ w ,~ .S ~.9 ~~ => " ~o: ~ ui <L ~ . ,2 "1~ an 1;~ ~w :g ~ ~ => me; E.E1 $~ ~E 1684 o o N N ... CI) 0.., 0'" N ...t ~ ~ N CI) CI) o o <0 '" '" .., CI) o o ci ... ~ '" CI) o o ..; .., ~ N CI) o o c 0.., <0 '" M ..; ~ o o <0 ~ M o o ,..: M M o o ..; .., N m UJ m m UJ UJ m UJ m UJ m UJ N N ~ ~ o N ;;; " ;; .9 " u ~ m "E 8 u m .E $ > dI ~ g ~ ~ N CIl lO ~.& ~B ~ ~ ~ .mE _..,,~ g:o.s n:I C):: 0 ~ ~3-<<l -S5c ~ ~,g.s g'.~:E~ .9 UJ~:E ~ 3 (lI "'0 c5 :~i ...: ~ r.;:::: )( 0.. dI 13 0 >-]i E E.s ~ ~~O~ -8~Qi C COI-": .--- C OCll(f)' ~~~ 8 0 0>0 ~ n:I 0 -- C.s - ~ ::c..c ci (j) ~t5~dI ~ .EB > .~ 1ti.c C f;::: 3 ~ L.. ~ '-:;j B 8 ~~ '.~_ ~ C .....0 ,. dI .--- ~ .5_ ai~ '=. -.5.2:! ~ "'00 lQ hi>'3: e- u dlU)>a:: 00=5. N !E~cco Cl-S NQ5 ~~~Cl ~(f)V,lE lO>SO(ll.x ~0.E3 ~~ ~~~~ tE:;ui-g ::l"'O (iija:: V,I u I$!! V,I 0 dI a..~ >e~8 ~~0~ ~g g~..c(f) m<?g'E: .9.0 ,,=.. ~ C;; .. ~ Ou :' ~~ ~:€;:19 ~.(iij dI m a..(j)83;'.~ >'=0> "'O:.x(IJUlU; ~a3~ ~r.;:::: .~~.~!!! ~:.=a:: ft'I V,I -8 ~ > (j) 0.. >!!! III "5 "'0 ~ "'"'0 V,I C) i,;.. 0 Cl L.. m-u .c'-(O c 16'~.x 0.. dlc.!::l:gO'E CUlU7 E;- mdlNm (lJUlOo.. .....xEO:23 ~~::C:o dI 0 0 Ul'- Ul..c u 0.. E..c ..... u oE 1!! U' O:.c Udl_'cSe- ~~uO> <( > (IJ 13"'0 ::l",; ..... (f) :c -5'i6 a:i1!!~ o..s ...!- sr. '3: > ,~UJ (0- dI Ul S N dI-g ~~ 13g~~,~.!:,! Ul ..2: 5 '3 ~ ~ N ~~ ~ u; .~ ~ L.. =-..... ~ a.. m (0 ~ dI Ul . ~ ~~g'X$~o::;(f) dI .- n:I .x <<l L.. <( UlI~ N C 0 .~ g c ~.o ~~.S~~'E g (f) (iiji: (iij~~Q.9~~mil. 0 >'~>';::Ul~L..c 3x ~ ~ g r% ~ ,Ul ~ ~~ -g ~ >< ' = -g ~-= t:: $~~ " >< E 0.._ 0 dI.r:::u.. u.. L.. , ~(iij~No..O' i....-;?N~ 8~ 8:~C;;;gL~.~~~~ -".- -" , m m. "["~" - 0 >< .!:'! Q) ,~(O '6 ~ 50, S!:! ::lc ;:?~C10~ dlNOrt) 0'"= ':: ' Cl)~ ,:~L..a.. 0.... ~o:!2~o~a::~.5 ~,~~ .- 0 '-NNl,I;'- ::l~ X 0 ~~.m2~E~2~:Ee~ 'E E 'E~~.~.&O ~o ~ ~ ~ c;: c;; ~ ~ }j w .~ .9 '" m w w ~ " ~ .& " "0 ~ m w " 'C .'!l m E " " "0 '> ....:. 2jB <L " '"0 ~ a ~~ ,,= ~~ " ~ ~ '0 E:: =>.11 => " ~'" .~ ~ '" 0 N~ ~~ .2 '0 1;;, ~ ,91Ul J:_ ~ ~ => me; E.E1 " => - ~ ~ E o ... o o .,; :;; .., CI) o '" ,..: N '" .; CI) o o N ... M .., ci N m UJ m UJ '" N o M ... u ~ m " N ." " ~ ~ '" o '5 ~ w . o u: X "0 ~ m ~ ~ ~ m " ~ ~ ~ => w w ~ 0. ~ ~ ., .0 >< 0: <L ;; , w u m " ~ ,.. ~ 0. W ~~ 0.'" &::!l ~,11 :f~ N ~ o u ~"" 'a; ~ (f).;,;; N" ~13 .., 0 . ~ "! ~o X_ 0: ~ ~~ '10 <L- ~~ ~~ ~ w .., " o .~ , > o " r-"O ~ ... v .. N .Q ~ m C. .9 ~ .11 " 0: a. ~ is 8 " ~ => 0. ;; , "0 m " ~ " > {5 ~ " ~ '" .l'l e 0. 7 0. o 0. ~ ~ 'i" N ui ~ E ~ " '" ~ ~ 011 ~ ~ o " ~ > ~ 8 '" ... ;;; " " " z w " " '" - .0 1i a :;; a - " ~ . ~ ~ :;; ~~ ~a ~i ~ . ~ct on ;;;.~ ~~ -co ~ 00 " ~ . o ~ o ~ . ~ - .. o u 1i o .... ... '" '" "' '"' '" LO r..: ci OJ '" .. OJ OJ OJ .. .. - .. o U - 'c " '" ro '"' '" '" .,; ai ..,. co - "C " ro ro ro UJ UJ UJ 5 '"' OJ _ OJ ~ OJ c o '[ 'C U .. ~ c 0; - > ~~ ~.. E 00 .., ~ o.~ 0." ~ .!!! .sg ro c> "- ro Q5::iE 'c ~ .... ::::J t- ~ Q) .g ~ :5 .9:!~ g ~ -g {ij t::~ -0> ~ " - > .9:!~ "E (ij :& c: 0 > ::::J 0 U ~ ..o;;;:l Q) (ij Q) <<l c:: .,... c. & 0 u ~'iii N 2i -g ~ ~ ~ ~ .g ~ ~ ~ {i .~.~ :5 ~ ~ ~"S ~ ~ "5 I:: 0 . I:: "'0 Q) c: c: 0 ~ ~~~~~~ U..o (ij 9! Q :0 Q) ::::I ~ ... :; .a ,-..Q~ "t:I c: ~ ~ Q) 2 f!:! <I)'" Q) ~ I- ~ ffi -= 'C ~ ~i3.!;; .S 5 .~ g.ffi ~ 8 c%:t:: E ~ 0.> [Q ~ ~ Q) ~ u...Q) ~ .::.:: 0 ..c: CI'l.. lij c.: ~~E_E~ 3:...._ .... '- Q) ~ c: "'C *-:g"ii ~ ~ m ::::J ~ ~ ~ 1ij ~::: t!l = ..0 I'li ~ '" II) 2 c.. <I) .~ ~ ~.9 a; U "j3 U)....:o .m..c: (l)~..o Q) "'C 'C Q)::::J .... ctI ~~~ 0 v o ~::- ""6 ~ r--.2.. (.) Q.l ~~E~~ o -g. m ~ e t-..c:l1.. (9 l1.. ro '" ... ... ~ ro 'C ~ E "0 ~ ~ .~ ~ u ro ~ 1ii c,; .2 Q) - > ro 0 .~ E .!::: ~ .@".s ~c . ~ ~ ~ ~Qi c " ";:: Q) o.~ ~- o ,;- ~ 0 " ~ ro 00 :: 2 e .~ -~ o . 8 ~ ~" g .S N~ c>~ o~ t3 "1::5 ~ ffi '" "' '" '" .,; ro .. N "! .. - N ...; ... - .. "0 iii ~ .. . m 1i o .... ~ E ~ E ~ 0; ~ o ~ o .9 .. o o ., . - t.l 'S !5 ::J f- ~ ~ ~a ~ - :: ~ f-~ . "' . 'E '0 ,~ = :! ~ 0 .. :; .g ~ = <l U ~ .5 :- s .. ~ u ! 'c = o '3 0; IX 0; > o E ~ -~ 0: .. ;; "0 ~ ~ E -:i . .. z - c :; 0 c E c E . 0 c u ~ .. - ~ ro ~ '" ~ - ~ ;; ~ c Z ~ ~ o .c -' :l " 0 De m W .... " ::i t- Z :3 "- WIN ~ <Il ~I- <Il W UJ t- W -' IX " t- - .. o U ;; '0 t- '" '" '" '" ,,; OJ '" '" '" ~ ~ (,;i - .. o U - "C " '" '" <D ro UJ '"' OJ ('J "- IX ,; .. ro "' 1ii a ('J "- IX ,; .. ro "' 1ii E ro 0. ~ "6> o '0_ '" "';" E ~ <<:(ij~ i5;;I'I:l- Cl ~ _0 ~ ~ o~ g o ro 0. ~ "6> c .~ '" "';" ~ s ::;; ~ ~ t- .2 1ii "- ro f e 1ii ~ :~ '" ro .~ ~ .!l .5 ro f e 1ii ~ =; u; ~ i ::;; ~ ~ () ~ ~ ~ .. o ::;; .~ ~ ~ .. o ;:E ro E ~ j; Ie ? ro ~ '" '" ..0 OJ ro UJ ;! :J OJ "' .. " .~ ~ ~ 0 ~ ~ ~ ~ 'g ~ o ~ " ro "' ro = c: 0 ~ ~ c E ::E ~ 1. ~ ~ U) '" ~ I cr: ~ <( ::) l1J 0 I ::2 fJ) 0 <Il C m Z ~g(O~5~;1; :l: '" <Il '" o 0 0 0 0 0 0 o 0 0 0 C! 0 0 ;g ~ ;! ~ a; ~ ;e M f.O .... Nit).... f.O N=~NMNM <<A-.....- ~<<A-;;<<A- 0000 00 00001.000 ~ ~ ~ ~ ~ g ;e Cll Cll Cll Cll Cll Cll Cll UJ l1J l1J l1J UJ UJ UJ ~~M~~lDN a ('J "- IX '" 00 ro "' 1ii E ro 0. ~ "6> c "ii!. (ij (ij -g . ~ ~ 1? .... .... ... "5 o 0 2: 0 CJ CJ:.c:"'O ll. ll. ~ $ 0::: cr: Cll 0 _ E .,g 1'! ~I ~ oJ M in ~ ?!. .n ~ 5l ~ N N ~ f.O g g ~~ ,;-- Vi Ii) g ~ ~ ~ Co ;,. ..t (") Cll (tl ~ : ~I~ ; ~ o _0 ~I;: 0 0 NO_-O~~ ~ ro ~ '" "';" ~ s ::;; ..- o ro N~ ~ ~ ~ ~ i "~ ~ E E ~ l i ~ E ~ ~roE~O;~E U ::2 2 6 ll. Q) (ij N c: 1- a::: ~ E ll. Q) Q) c: Cll rn g ~ ~ ~ :g :2 E ~ ~~c3&:~~& 1;; ~ <i5 C -N ~ Cll ~ 1'u ~ .J::. ~ Cll :S $ lii ~ II) E Cll ?::og3o~~ Cll c: ~ Cll ::: .0;:; ::] "E: ~ E: Qi <I.l c: ..;::. Q) ":: 0 Cll E 0 :c e"~"~<I.l-ECll ~oE5~"~~ !!! ~ Z W ~ ;g ~ ~ ~ ~ & ~ ~ ~ z C9 U l.l.J a.. :2 0 :::::i ::2 1- a::: U) ~ ~ ~ ~ :g '" ~ "' "' ro '" "' "' '" ... 0 OJ '" ...t M N g r;; N ~;h~ "' '" ... :ri ~ N ro ro ro UJ UJ '" m ... ro ... OJ "' ... ro OJ ~ . Co (0 Co c:- c:- c: .2 .2 .2 ~~~ '"' - '"' o '" ~ ~ E .. <; ..5 g'lll. ~ e:! :t u::: CD ~ t ,;; ~ ~ ..c: ~ o ~ en OJ '" '"' '" ,...: ci '" "' ro '" '"' ~ .. .. ro '" ... "' ,...: ,...: ro ro UJ UJ '" '" '" ... "' "' '" a w E ~ u. o ~ '0 ~ E :>. . .-ci 9 ]j' fG .. .. Co Co~ . . x_ J= E~ ~ ~~ ~ ~~~ - -- Cll ~ ~ 1l, ~ M MM CE ro ,11 ., o .~ ro 0 - 0 3: co .5 ~ ~ 0 o ~ o '" <D ~ t 0 ro 0 ::: ~ o '" .e o u. .0 o .. o ~ o .~ ~ '" o ~ ID g Qi ::s ~ 95 ~ Jg "S: .S: c 0 .~ .~ ~ 0 o 0 <D m ('J<f) <D m :5 ~ ~ g ~ ~ ci a; -i- M ai .n 1.0 M f.O 0 <<l <<l 1.0 1.0 CD 'It <<l 0 1.0 'It N:::: M ooi ~<<A-;;.....-W<<A- o N 0 0 <<l <<l ...... ...... ...... co CD C! M M M .n -i- N Cll Cll Cll (tl (tl (tl UJ UJ UJ l1J W UJ ~ ~ ;; ~ It) N ...... CD ~ ~ M '" '" '" OJ ~"!. 1= ro g " o .. E ro u. , ffi "5 -r -ci "g .11) _w ~ Q) f.O N _ E '" ~ >< >< "'0 - E :i: x ~ ~ N (;) ~ Co Co ~ c: c:- c5 15 ,g ,g ,g "- ~ ~ ~ ~ 1D CD M M ..... .. .. .. E E E 000 ~ ~ ~ f- t- t- '0 '0 '0 j c: c: o ~ ~ o ~ c1 ~ ~ ~ .. o u u: -g ~ ro 0 'ii.i == - :.c: ~ '" ~ . ('J ~ '0 o ~ -~ .2 "dl _ ~ 0 ~ ~ ~ ~ if) ~ t5 P- .51 -g "~ ~ Cll II) &~Oi'~"~ ~ ~ ~ g ~ ~ "~ rn Cll ti ;g ~ 1ii~~.~ ::] =' ;:I i3 ~ 5 UJ UJ UJ u::: .., N M ll. LL Z ll. ~ ~ ~ a ;;:: ~ It) CD ...... <<l CD 0 CD to to to to ...... 1684 '" ~ ..0 N '" ,,; ~ .. l< I- -' " -' ~ C t- v .. M .~ o ~ ~ ~ .0 o Ie ro "- " " " " z w " " '" ~ "- ~ ~ me . I-~ "'= "'- "- . . ~ . ~a: ~I me 1-"- -" I- en " ~ . o '" o ~ . '" ~ . o <.> S o I- ~ . o <.> ~ 'c ::> ~ 'c ::> ~I", a ~ ... -= c C .2 " o :s E ~ ~ ~ ,g ~ .g- ~ u ~ :c ";( Q ~ '0 ~ . , >-- ~ ~ -5 o. g u~u .ll ~ 2 CiO Q. 1ij :i l1) c:: S "t:I 8 ftl ~ CD E :.: c: .S .~ E lQ '0 C ~"-g 1: ~-g ~ ~ ~ ~ ~ ~ 5 e.~ .= o:~ m E c- o . c= . en D-c ,0 "'.. ~~ E!E ~... Q; ~ om o C (,,):.: "E c <<l "m :I: E S", .~ :S Q) .~ ~~ .S 0 ~=g c . ~ .~ . . "'''' :g ~ iii d) ~ ~ ~.c g; O>~ O).=: E o:g:~ 5: e.g 0'" U ol-~ N.2$. en"C v II) ~ ~ c3~~ ~-g5 N.ot:: C)B~ w N @l2 I- _ ~ 5 ~ M~.s '" ~;::: -' <( J!l c ~ c ~ E o u ~ c ~ E f , en o t- III -' <( ;;; W I- <( :IE z o i= <( " ;;; !!f o o o N ~ ~ ., o N ,..; u. -' o ~ '" N 2", C C ~:;; (1) .~ E m "~ 2:: c . "mS EE c m ~ ~ . m "E; .- c ~';' en" .0 llil en en ~ , m m .0.0 00 ~~-g oE"O a:l$~ (6";;;)( BE..!!? fjt-:~ Q) 1Il._ B~~ Cl~~ .!:: C Q) en ~ I- B.~ ~ ~-g~ o.s~ :I: .- J:: 3.9 -C"C ~.Q Q) ~ g ~ iJ5.:; 0 ;Qg:o '5 u t:: u.S ~ ~Qj~ ::2:=~ ~ ~~ ><.90 w=l:: ~ ~ C ~D-. lYuiu a ~ S ~.~ .~ ~EB en U c en c 0 l'3<<1.. (3 ~.~ ~ ~ :E N ~ o o .,; N ~ '" ., o o .,; N '" '" ., o o .,; <0 '" ,..; ., o o .,; '" N ., o ~ N o o " oo o o ... ~ o '" .,; u. -' u. -' . w . w o ~ ~ o ~ ~ ~ '" iii ;: OJ .so ~ ~.~ '; E @'~~:2~~ s::; <::) <l.l ~.~ .~ Q) ~ ~~ '~-g ~~o '5' If.lO ro III 8.s 0) L.. of; J!! ~ _en <O~ - U 0. ~'c: . In .~ OJ"'C lii';-: z g CO) c:c: -olU 0:::: g.c u~ ~; ~~ gs ~Q) ..co :> ::J '0 r::: fIl U '2: lY g "c:H 8: ooQ) cbU o c '.0- ,5 '" ..- "C ~o .g..... ~ro ~~ ";::0 ~ g Q) W :E ~ Q) c: C c g~ 8 '" ':a5 -6 E B C'll e .0 c: 01 Q) Ij:: II) OJ c.. Z 0 o l/) Ol en . 2! 0 U ....::;J c: C:"O :::l...... ::5._ m 'S <Il 1:5"U) -8 II) "9. ~ c c....o II) B c: ~ Q5 ~ I:: !lic 2g~Q.1:: (;)8 _I:: Q'-<1)'OO mOl ~~ ~a:C<1)1:: >.~ 'i6 E'I::.B ~ 2. ~ 8. g g, .~.~ ~ ~~ .~ ~ U'ijj "":;:::;~ :J ]! 2 ~B ~'~~U51/) ~~ 5g I/)Q)oo...u> m. Ol:;:::; (\j Q) t) 0 ("l:J I:: t';l ~= ~ 00... t';l CT 'ijj.~ (\j~Q)'7g> g.~ B.~ g-E.c~~ o::~)( UJ I:: ~ E.9 .-g')( iD-U;.8 :s~ ~~~o~ .?:0lQ) I'~ .l= Q) ~ Q..c ~ .~ .2: =0) =~I::~~ g'~~ Ol.c -........ Q)..... .- I:: '0 1::..... 31::0-50 ]!g5 ~ rn g>-;'"ri" a;:1? S;:.c e en -E :.:::;; c: B 5 I:: '-:l: rn Eg.o ~ ~ 8 W .~ 0 "S Q) 8"Z g ~ <Ii ~ <1)...... ~ iJj ..... I/) ... Q. Ol .~ ~-g ~~ ~i~'ffi~ .~~~ m,~ ~O.....EOl M:;:::;W ~.;:.-ci._;~ g~ g~"* UJg~~'E~~~ ~.!!!,g 1.0 '0 I::.c W I:: Ol I:: Ol'O lIJ MW~~:l:~'E81:: 'I::Q)CO ...... ~ Q)::i:.!!! i:: -... ..= ~ c- oo:: <IJ =Cu.cI-'0 g> <1) 0l8'O ..0 Q)> <Il._.....)( S Q) en 0 .~a.. u e.i'S.8.!!! 5<'0.'" o.....[;..o>U)(U )( '5 I.O.!!! <IJ.....a.. 0) UJ> g! UJ g- t .....E~LLJo=-5ia..(ij-5il::o <IlQ)"Ca............._o:>._ou .;,~ ~Cl L.U ctl.e v '0 -e:;:::;.2 u <Il.9Ia..s:,aI 1::.2 ~in N~ ~(ry~ E~~ e~'E~ M v 1.0 co r- I"- I"- I"- o o 00 '" '> N ., o o N ;;; u. -' '" m m -~ en_ 2E u 0 ~"" > en ~-g m m s:i .9rn "Z= "O.9.! :1?~ c c 8 '" ~:5 Q) .!!! 8 ~ ",2 ~~ ~E ~8 N~ ~m .9.! i; e-a. ~-g m . g .g ~:m D- I- ...2 ~= ~~ .2 m U I- C . -E-:~ mX_ E.8 ~: :l. ~ .~: (j) E ~~; ~ ~ '0 Q), ';: <1) I:: .S' <Il >0- ~ e 'ffi, . 0 E! .......'; ctl: ~ ,S~! ~ E .~, Ol ~ ""I .S '0 ~ o...2.9i ::l:g"C 8 ~ ~ ~.- I:: .2 iD- 0 &.s: I:: c:;:;; w ~;g~ Ol I:: .- 'E ~ E o 0 o 0 r-..: d oo oo N '" ,..; ., ., o o ,..; ~ . w ~ ~ oo ~ ~ o o " '" oo 6 '" ., o o .,; '" ~ I- ..J <( -' ~: _ 1.0 0' -c ~ I- ~ 0 U , u. b en en c o <0 U '" of '" , ~ U '" E 2 ~ :;; E E , " ~ ';0 2 :Ii .= " 5 U u o . w '" '"' ~ g c o U c .Q ~ ~ S en .= c :8 . ~ ~ m ~ " ~ m > 0; > ~ g 8 ... c ~ ~ '" c . 0: ~ U .~ ~ B . E 2 ~ m ~ m > 0; > ~ ~ o U ~ U .~ C o g E o ~ ;:: oo '" ., c o U ~ ~ m c ~~B5 ~ :6 .~ ~ ~ mE -5 ~ g en '" c: ~ LL .~ ... en -g ~ ~ ~ B ~ ~ .9 t:: ';: e .e m "C ~ ~ ~ ~ -e ~ ~ U U . ~ D o >to <i3 0 .0 "' en_ 1::..:....: .~ !5! "C 0 ml- E " ~- ?:'#. o~ l3~ 2>- ~~ "c'" <UN ~ ~ + :6 2:b m .0 Em", ...- f.l.!"": "'" m~ "N ...~ ffiu ~'" <iN g.~ en", N ,., 2 ~ -e x a m '0 ~ ~ m U "C . ~ ~ ':r .$2 N '0 en ~ U "C I:: :;:::; . '" 2 ~ e ~ ~ o ~ o ~ ::; '" :0-& o '" ... ~ <0 <0 ;;; o "! ;: >- u ~ oo "', " ~ C. m o e "" x u. en '" '" '" ai ~ "i -' 'm 0; o '" m a: c . -c m ::; 1i '0..>- ~u I-~ moo """'. o N .,; N ~, N ., ~ I- -' <( -' ;:! o I- oo '" .,; N ,..; o '" ., III W I- <( Z '" W I- -' <( ..J ..J <( + w III <( m -' ;:! o I- E ~ en "'~ E U ~ . -' W II II en . ..J W 1684 0; en 0) Q) 'E u. m . ~ ~ ~ ~ ~ :c 0' c ~ en :.3 u II II 11 U. U. >- en ..J U ~ 0; ~ "0 u. en <0 '" '" ,.: '!! en c . -c ~:: ~ ~ <( '1 I:::t ~ ~ ~ ~ a. Q) :t"O !!! 155 ~.~ a c ~ ~ ri 0 CD c:; <('iij ~ 19 z ~ (U,~ o "' .E t= al s <( C.f) .S 0 '" '" -;;;:;; <( C .)( <IJ a. .Q <Il Q) -g !:!:! 15 I:: '0 Q)c It ~ g (j) B :2 <Il 15 0: ~ ~ ~ i= -g ~ 0 .9 ::J co Q) 0 ~ o I:: B -c'. ]~ ::IE .Q .~ "'. w rn € 0 ctl C ~ ~ :;:::; <1) ~ )( t> ]~ 0 - UJ ctl - E : ~ g ctl " ~ :g U N ry z ::2 ro I ffi ~ I- -' <( Vi c . <i ~ m ., ~ en qj(ijE > ~ 0 o en 0 ~ 0 ~ "'9, "0 E - ~ oE~ c 0 <Il ~ E :fl ~ ~.2 E is E 9 Ol ~ ~ .~ ~~ :J ctl co'S: CT .c .g ..... 0 -g ..!:S: II) ~ Q. rn E B 0...$2 E '0 't3.. E 0 ~ <Il 'c ,g't3.. ~ .~ ~ <Il I/) :S E o ~.~ I:: ! E E.~ 0 W cn~~~~~ ffi E ~ '0 ..0 .~ g.2 ctlQi ~ .sa - 'O!;;'<= <Il CD:c :=0<>6 rn <IJ o .$2 ~ ~ -5i .2 I- ... ~.2 <Il Q. ~u~1j.g.c o f.l.! ~~ Q.-E i= E :J <IJ 'c ctl g 8 a g.:J 0:: '" I- III ~ - Vi c ~ 0 ~ ~ .0 '" ctl "[5 ... m m '" ~ lIJ :;; '" 1684 ?A'?- T A MATERIAL MANUFACTURERS THIS FORM MUST Be COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE i 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. Signature: ():~~tion.I~C' Company: Date: 1/15/10 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTUR!:R 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Hannula Landscaplno And Irriaatlon.lnc.. , Signature: Date: 1-15-2010 GC-P-3 1684 ?A?- T b MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON. RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Signature: Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Hannula Landscaoina And Irriaation.lnc. Signature: Date: 1-15-2010 GC-P-3 16B4 r AV-l A 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. Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work, 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. Major Category of Work Subcontractor and Address Bonness Inc. 1990 Seward Ave. Naples, Florida 34109 1. Curbina 2. 3. 4. 5. c~mpany: Han~~ Irrloa:: Inc. Signature: 0 I~ Date: F15-2010 GC-P-4 16B4 PAf--( 1S 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. Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 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. Major Category of Work Subcontractor and Address 1, 2. 3. 4. 5. ::::t:~:: H~':S~'lnc. ~ Date: 1-15-2010 GC-P-4 1684 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. Proiect and Location Vanderbilt Beach Road Phase I & II Naples, Florida 2, Immokalee Road Phase II & III Naples, Florida 3. Rattlesnake Hammock Road Naples, Florida 4. Summerlin Road Ft. Myers, Fl. 5. Livingston Road Naples, Florida 6. Golden Gate Blvd. Naples, FL. Dated Januarv 15, 2010 Reference Mr. Bob Petersen Collier Co. A TM Dept. 239-252-5871 Mr. Bob Petersen Collier Co. ATM Dept. 239-252-5871 Mr. Bob Petersen Collier Co. ATM Dept 239-252-5871 Mr. Bob DeBrock Transportation 239-533-9400 Lee County Dept. Pam Lulich Collier Co ATM Dept 239.774-8494 Mr. Bob Petersen Collier Co. ATM Dept. 239-252-5871 Hannula Landscaoinq And IrriQation, Inc. BY: GC-P-5 ()~A~ 16B41 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 (QuantiM Cost Cost (Description) (LF,SYl 48" LF 2500 1.50 3750.00 1. 2. 3. 4. 5. TOTAL $ 3750.00 Failure to complete the above may result in the Bid being declared non-responsive. Dated 1-15-2010 Hannula Landscaping And Irrigation, Inc. SY: o:~~~ GC-P-6 1684 1 C~er County Administrative Services Division Purchasing Affidavit for Claiming Status as a Local Business Bid #:10-5415 Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation (CHECK ApPROPRIATE BOXES BELOW) State of Florida (Select County If Vandor Is described as a Local Business o Collier County ~ Lee County Vendor affirms that It is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto, As defined in Section XI of the Collier County Purchasing Policy; A "local business. is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposai submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may Include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established In DColller County or ~ Lee County: 1992 Number of Employees (Including Owner(s) or Corporate Officers): 106 Number of Employees Living in ~ Collier County or ~ Lee (Including Owner(s) or Corporate Officers): 41/65 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result In vendor's submission being deemed not applicable. V~ndor Name: jnnUla L~n~scaPI~~. Inc, Signature: (~~ STATE OF FLORIDA Date: 1/15/10 Title: President o COLLIER COUNTY ~ LEE COUNTY Swo~~~~e Me, a Notary Public, for the above State and County, on this Notary Public ~ ",vvvvvvv',,"'v'VVVv My C"mmission Expires: 4 ~"'2-- I?-- ."'~('"''" NO'''YPlIbllcStateofFloHd,] ! \1 . Uma 0 Cflrl~( '!1c.: ~. ~ MyCommlss!onOD1l5418 "'~Ofl\~~ brlres 04J2:?/2012 (AFFIX OFFICIAL SEAL) ,^,oV""','vvv"Vv"Vvvvvv (CSfh Day of GC-P-7 1684 c~ County ~ Adninlstrative SeIvioes Division Purchasing Immigration Affidavit Certification Bid # 10-5415 Title: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to 81d (ITS's) and Request for Proposals (RFP) submittals. Failure t" include this Affidavit with proposal will delay In the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed 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 ate) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. Company Name Hannula Landscape & Irrigation, Inc. Print Name Signature G Hannula J.. {4~.j Title President Date 1/15/10 STATE OF FLORIDA COUNTY OF LEE The foregoing instrument was signed and acknowledged bef"re me this \ 6"~ay ofJAtJvAP-( 20JQ.,by who has proaucea as Identification. Notary P Iic Signature t8M.fJ. Gu-~ Printed Name of No ry Public ~'^^J' ~"~-^"""",,^A"._'VVV. ........., '15' Il' , ~ _ "') .., > ,(\(~I>.-; "~~,f~~. ~bL1PI or~f\"r ]1:11, ,- :~ Or" 'o."t-f."i ~%v N?tary Public Slale of Florida \-V '-'t '0 '-t' t--l--- '2-- .' _ _,', )""1>:", ;~JJ c:. GlnnDCarte( N t C i. N b IE . t' 9 ~,~; ':)1 r...1YCIjW.J"~~:(lr;'X'i/,~li\i3 <).c.:t-.. if ~ilyComrntssionDD775416 o ary omm 551 n urn sr xplra Ion ?o?l".o'+' Expires 04/.22/2012 Y~oi!\_o~ Expires 0<1/22/2012 ~~, ~.~V'\/,,-......~ The signee of this Affidavit guarantees, as evidenced by the sworn affidavit require nerein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit. GC-P-8 16 B 4 , 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 undersigned further agrees to substantially complete all work covered by this Bid within ninety (90) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of County of Florida Lee Dale F. Hannula ., being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Dale F. Hannula , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder is Florida Irrigation, Inc, a corporation organized and existing under the laws of the State of , which operates under the legal name of _Hannula Landscaping And , and the full names of its officers are as follows: GC-P-9 16B4 President Dale F. Hannula Secretary Dale F. Hannula Treasurer Dale F. Hannula Manager Damon Himmel The contracts President, Dale F. Hannula is authorized to sign construction bids and for the company by action of its Board of Directors taken , a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is operating under a trade name, said trade name is , and if DATED Januarv 15,2010 Hannula Landscapina And Irriaation, Inc. Legal entity BY: Dale F. Hannula Na(:J;;;Fib~ Signature Witness Witness President Title GC-P-10 1684 , STATE OF Florida COUNTY OF Lee The fore oing instru ent was acknowledged before me this 15th day of JAr...JlfMY , 2010, by -:- ANNU. ,as rrZ1~IDENr of 10 , a ~ 1~ oA corporation, on behalf of the corporation. is personally known - to ::::P1e or has produced ~. . as identification and did (did not) take an oath. NAME: ~D~ (Sig ature of Notary) blM. D. {'foKft:(r (Legibly Printed) My Commission Expires: (AFFIX OFFICIAL SEAL) Notary Public, State of hOriat\. Commission No.: _'DDi")S'-j!It. I~A~ ~..{l.'1 p.lI~ Notary PUbliC. State of Florida ",,~ (' Gina 0 Carte' ~:!!-. ~ MyCommisslonDD775416 1"-)- ~~Q Expires 04/22/2012 0,,, ~"^""^^' GC-P-11 810 BOND KNOW ALL MEN BY THESE P.RESENTS, that we Hannula Landscaping and Irrigation, Inc. (herein after called the PrincIpal) and' First Sealord Surety, Ine. , (herein called the Surety),. a corporation chartered and existing under the laws of the State of Pennsylvania with its principal offices In the city of Villanova and authorized to do business In the State of Florida are held and tlrmly bound unto the Collier County Board of County Commissioners (hereinafter c,,!lIed the Owner), In the full and just sum of Pive Percent of Amount BJ.d in dollars ($ 5% of 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 hefrs, and executors, administrators, and assigns, jolntiy and severally and firmiy by these presents. Whereas, the Princlpa! 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: Radio Road MSTU Phase 11/ (Livingston Rd. To Airport PUlling) Part B: Landscape & irrigation Installation Bid No. 10-6416 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 Info such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, If the PRINCiPAL shall pay to the OBLIGEE the fixed sum of $ 5% of Bid noted above as liqUidated damages, and not as a penally, as prOVided In the Bidding Documents, then this obligation shall be null and void, othelWise 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 15th day of January ,20.1.9 BY Ha~)~~nd IrrigAtion Tn" First S:Arr~ S~~In~, David B. "Shick At [6"Xne;( in Fac;t Countersigned 1".) 0 -~., David B. shick Local Resident Producing Agent or. The Pro sure Group, Ine Princlpai (Seal) Surety (Seal) GC-P-12 1684 1684 ------ --- .--- ----- --- ..-- "- ." -.- -- --- _--_-:_-:-_-:C c.:--_-. _--_-:_- -_--_-:_-_-: .c__-: __-::0 -:.-:- _ .ce.-.- ---.--" -.-..-:<_." OOOO;;'OFfr~tsg'afa;d silr~i~,lrlt. Power of Attorney --" -- --- .- - - - - Power No: NifA.04Si:09.l0673 ..--".-..,"---- ----~ -- c-_--: ~;~;~ ~~~ ::~:~- c-_--_- KNOW ALL MEN BY THESE PRESENTS: That First Sealord Surety, Inc., a corporation of the Commonwealth of Pennsylvania, (heretnafter the "Company~) has made, constituted and appointed, and by these presents does make, constitute and appoint David B. Shick. Oavld R. Turclos and/or Steven Schumacher all of Tampa. Florida its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf insurance policies, surely bonds, undertakings and other instruments of a similar nature as follows: _",uuu'u Not To Exceed Five Million Doliars~v.~~wwwm_.____.._mmw_($5,OOO.OOO.OO) uuUUu Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney-tn-fact, shall be binding upon the said Corporation ~s fully and to. the. same extent as if signed by the duly authorized officers of the Corporation and sealed wi~h its :-_o_-_J '~~,Jil~':~~eU::rf:I:lit!li~I'dfC~t:j~~~:~of~i(iilP~;tf:::f':IJ'Mo,~'JAJ :[oii1~i:1 with all Amendments thereto and are still tn full force and effect ! "Article XII: Policies, Bonds, Recognitions, Stipulations, Consents of Surety, Underwriting Undertakings, and Instruments Relating Thereto. Section 12-1. Insurance policies, bonds, reoognitions, stipulations, consents of surety and underwriting undertakings of the Corporation, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Corporation: a) by the Chairman of the Board, the President or a Vice President, and by the Secretary or an Assistant Secretary; or b) by an Attorney. in-Fact for the Corporation appointed and authorized by the Chairman of the Board, the President, or a Vice PresIdent to make such signature; or c) by such other officers or representatives as the Board may from time to time determIne. The seal of the Corporation shall if appropriate be affixed thereto by any such officer, AttorneYwinwFact or representative. The authority of such Attorney~in-Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." ~, .'...l/fcWliiolESiiiw~ro.~F::fir$t)>.iiloJj{S:\lJe\Y; 1iJi; @s ~Ji~ijcfJ11-~s~'Pf",sents tQjj...ilulj<s[g."e<l~n<lIr.,91ri>orale"'eaL10 t>e.llereU;(9c.ellj~ectjnltj:fOII'..o i;.; ;:T' ~!h~j{"'!Jfs"!~N~t'!.\!;"f~nu~#.~9gtoi? ~:r~~~: cc. 0._0 . :'-Ho'-\i4~ .':':'_00. ... .-::.' '-?h ...C ''', :-;,:.'~'p". - ~;:;;D ~~ First Sealord Surety, Inc. f~~\ ~/~ ~ (Seal)~4-*t~~{;J Attest _ (. ~_.___ By: ~ ""."<rdOov-..-:"O$ /" ,.,.....:...."'~ Gary L. Bragg, Secretary Joel D. Cooperman, Vice President Commonwealth of Pennsylvania County of Montgomery On this 20th day of January, 2004, before me personally appeared Joel D. Cooperman, Vice President of First Sealord Surety, Inc., with whom 1 am personally acquainted, who, being by me duly sworn, said that he resides In the Commonwealth of Pennsylvania, that he is Vice President of First U!8~kr}~~~~~~;~if~~!~! I, tlle underSlgried Secretary of First Sealord Surety, Inc. do hereby certi[y that the origInal Power of Attorney of which the foregoing is a full, true and correct copy, Is in full force and effect on the date of this Certificate and I do furtt1er certify that the Officer who executed the said Power of Attorney was one of the Officers authoriZed by the Board of Directors to appoint an Attorney-in-Fact as provided in Section 12-1 of the By-Laws of First Sealord Surety, Inc. This Certificate may be signed and sealed by facsimile under and by authority of the following provisions of the By-Laws of First Sealord Surety, Inc.: "Section 12.2. The usa of a printed facsimile of the corporate seal of the Corporation and of the signature of the Secretary or an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by an authorized person pursuant to Article XII, Section 12.1 of the By.Laws :.::::, {:~.B~ppi6ting:.~R-d a[tlh:Qtjz~f((;i::Sn~tCimez=1niractttt~jfllt:~n-the::tlama:-an~ctQO-:fehalf 9JJltf!. CJ~ip!'Jat~n:~ur~ty:Aonds, U1)d~,y..liJjo~~nd~ll~kitfgS,::QJ otM1:' @tfijeJlciffiJ!s~~illn~aid!1~ti{!2:if~_r,;~Ke~~~;~!!if~~~ ~~ijnd sU1ls~!~~1~~~~~~~'enmffiuaIlY a\lf~&~(l:~~d<!iUi% ~c @ l~--Wit~e.~~ Wh~r~~CI have he;~unto set my h-and and affixed the corporate seal of ih.~ Corporation to these presents - - . -- this 15th day of ,li'lrUI1;Y . 20..1Q. This power of attorney is void unless the Bond number Is inselted in this paragraph (insert Bond # here ~ 0 ,- {)O ~ )'7 t. the bond number is the s<.!me num!:ler as on the original bond, d the bond number has been inserted by an officer or employee of the Company or by the agent. (seal} ~:::-~ ----~-- . ::~~~::_:~i~~~f!~f~t~a-t~~i~ll~~k!y'~l}A:~~C ~~~~F~iQ01~t:~r_ ACORDN CERTIFICATE OF LIABILITY INSURANCE I DATE (MMfDDIYYYY) 11/2412009 PRODUCER THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION Gulfshore Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4100 Goodlette Road North HOLOER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Naples, FL 34103 -3303 239261-3646 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: FCCllnsurance Company Hannula Landscaping & Irrigation, Inc. INSURER B; 28131 Qualls Nest Ln INSURER c: Bonita Springs, FL 34135.6930 INSURER 0; INSURER E: Cllent#. 33375 HANLAl 1684 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY REQUIREMENT, TERM OR COODmeN 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NS. TYPE OF INSURANCE POLICY NUMBER PJ'l-~~JlZ6gmf ~~$l,~}"R,&I~N LIMITS A ~ERAL LlABIUTY GLOO067392 01/13109 01/13/10 EACH OCCURRENCE '1 000 000 X COMMERCIAL GENERAl LIABILITY DAMAGE TO RENTED '100 000 p I CLAIMS MADE [Xl OCCUR MEO EXP (Anyone p$r$Ofl) '5000 ~ PO Oed:l,OOO PERSONAL &ADV INJURY '1 000 000 '- GENERAl.AGGREGATE '2 000 000 nLAGG:nE ~~~ APf!~t PER: PRODUCTS - COMPIOP AGO '2 000 000 POLICY JECT LOC A ~TOMOBIUl LIABIUTY CA00100452 01/13/09 01/13/10 COMBINED SINGLE LIMIT J!- ANY AUTO (EllIlleddool) '1,000,000 '- ALL OWNED AUTOS BODILY INJURY , SCHEDULED AUTOS (PIKper$Ofl) '- ~ HIRED AUTOS BOOIL Y iNJURY , J!- NON-QWNED AUTOS (PMl;Iwderll) PROPERTY DAMAGE , (PMsoodent) q":,GE LIABILITY AUTOONlY-EAACCIDENT , ANY AUTO OrnER mAN EA ACC , AlITO ONLY: AGO , =5~SSlUMBRELLAL1ABIUT'f EACH OCCURRENCE , OCCUR 0 ClAIMS MADE AGGREGATE $ $ R ~EDUeT'BLE , RETENTION , , A WORKERS COMPENSATION AND 001 WC09A40029 01/01/09 01/01/10 X I we 'TATU., I IOJ);'- EMPLOYERS'LIABIUTY .500 000 ANY PROPRJETORIPARTNERlEXECUTIVE EL E'ACHACCIDENT OFFICERlMEMBER EXCLUDED? E.L DISEASE - EA EMPLOYEE .500000 gpE:;~~~~10NS bolo." EL DISEASE - POLICY LIMIT ,500000 OTHER DE8CmpTtON OF OPERATIONS I LOCATIONS I VEHICLESJ EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION For Information Only SHOULD ANY OF THE ABOVE DESCRJBED POLICIES BE CANCELLED BEFORE THE EXPlRATfON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -3..0- DAYSWRmEH HonCE TOTHE CERnFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NOOI'IUGATION OR UASILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR ACORD 25 (2001108) 1 of 2 #S387307/M385900 CAH @ ACORD CORPORATION 1988 1684 IMPORTANT If the certificate holder is an AODITIONAL INSUREO. the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVEO. subject to the terms and conditions of the polley, 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). DISCLAIMER The Certificate "f Insurance on the reverse side of this form does not constitute e contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, n"r does it afflrmetively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25.S (2001108) 2 of 2 #S387307/M385900 Qualifier Certification Information 1684 CDPR2307 - Qualifier Certification Information Collier County Board of County Commissioners CD- Plus for t'lindows Printed on 9/16/200 9:03:01AM CERT NBR: 12870 QUALIFIER NBR: 12870 DALE F, HANNULA CLASS CODE: 4235 LANDSCAPING RESTRICTEO CONTR. STATE NBR:. STlI."rB EXP COUNTY COMP CARD: 3432SC LIAB EXP 1/13/2010 WC EXP 1/1/2010 ORIG ISSD 1/20/1993 RENENAL EXP IRES 9/30/2010 DBA: HANNULA LANDSCAPING, INC. 20131 QUAILS NEST LANE NC EXEMPT: N EXEMPT EXP DATE: OL EXEMPT: Y ADDRESS: CITY: BONITA SI?RHIGS (239) 992-2210 FAX: FL (239) 498-681.8 34135-6932 PHONE: NOTE: It is the qualifier1B responsibility to keep all business, licensing and requirements current and to provide up to date copies for Collier County files. Thla includes all insurance certificates and any change of address information. Col~ier County I City of Marcol ctty of Naples Licensing RICTED CONtR.. 010 3tatu~:~CTIVE t. 14135-6932 Signed, Qualifier Certification Information CDPR2307 - Qualifier Certification Information Collier County Board of County Commissioners CD-Plus foe Windows 16B 4 Printed on 9/16/200 9:02:0IAM CERT NBR: 18618 QUALIFIER NBR: 12810 DALE F. HANNULA CLASS CODE: 4220 IRRIGATION SPRINKLER CONTR. STATB NBR:. COUNTY COMP CARD: STATE EXP LIAB EXP 1/13/2010 WC EXP 1/1/2010 ORIO ISSD 7/31/1998 RENEWAL EXPIRES 9/30/2010 DBA: HANNULA IRRIGATION, INC. 28131 QUAILS NEST LANE WC EXEMPT: N OL EXEMPT: Y ADDRESS: EXEMPT EXP DATE: CITY: BONITA SPRINGS FL 34135- PHONE. (239) 992-2210 FAX. ....... NOTE: It is the qualifier'S responsibility to keep all business, licensing and requirements current and to provide up to date copies for Collier County files. This includes all insurance certificates and any change of address information. Collier County I City of Marcol City of Naples r to ~Licenain9 KLeR CQUTR. Cert 010 Status:ACTIVE 34135- signed: '\':-';' -,-.-.",\\: :-, ": ',-..,". "':':'-"""':-;: ..;......, .' ,,:'\' .;', ',": . ""'-'..' ',"., ..... -i. 'I' , "".,i". L. S", '.,' 1684 f THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces Indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is Included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit Completed 8. Certificate of Authority to Conduct Business in State of Florida 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 Center Purchasing Building 3301 Tamiaml Trail, East Naples, Florida 34112 12, The mailing envelope must be sealed and marked with: <:::>Bld Number; <:::>Project Name; <:::>Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified oDenine 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 Dale Hannula ~jN~ U -;;::::'L ('~,' U- Signature & Title Date: 1/15/10 GC-P-13 1684 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Hannula Landscaping and Irrigation, Inc. ("Contractor") of 28131 Quails Nest Lane, Bonita Springs, FL 34135, a Florida Corp, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation, Bid No. 10-5415 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Agnoli Barber & Brundage/Windham Studio, Inc., the Engineers and/or Architects 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 for Radio Road MSTU Phase III (Livingston Rd. to Airport Pulling Part B: Landscape and Irrigation Installation required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Two Hundred Three Thousand Sixty Two Dollars and Two Cents ($203,062.02). GC-CA-14 1684 1 Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.Qov/c570/ c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and liQuidated DamaQes. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within ninety (90) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to GC-CA-15 16B4 f 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, Part A - Curbing, one thousand one hundred and forty eight dollars ($1,148) and Part B - Landscaping and Irrigation, five hundred and sixty six dollars ($566) 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 Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. GC-CA-16 1684 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: Exhibit B: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit G: Exhibit H: Exhibit I: Exhibit J: Exhibit K: Exhibit L: Exhibit M: Exhibit N: Performance and Payment Bond Forms Insurance Requirements Release and Affidavit Form Contractor Application for Payment Form Change Order Form Certificate of Substantial Completion Form Final Payment Checklist General Terms and Conditions Supplemental Terms and Conditions Technical Specifications Permits Standard Details (if applicable) Plans and Specifications prepared by ABBlWindham Studios and identified as follows: Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation as shown on Plan Sheets 1 - 58. 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: Darryl Richard, Project Manager Alternative Transportation Modes 2885 S. Horseshoe Drive/Naples Florida 34104 (239) 252-5775 GC-CA-17 16 B 41 Alternative Transportation Modes 2885 S. Horseshoe Drive/Naples Florida 34104 (239) 252-5775 B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Hannula Landscaping and Irrigation, Inc. 28131 Quails Nest Lane, Bonita Springs, FL 34135 Dale Hannula, President 239-992-2210 Telephone; 239-498-6818 Fax 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 AssiQns. 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. Governina Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. GC-CA-18 1684 Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time anyone or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire AQreement. 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. Severabilitv. 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. Chanae 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. IN GC-CA-19 1684 WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: ~Vt~ FIRST WITNESS and Irrigation, Inc. By: t)",,\~ r. HawJuLI l'a('~;Jel\lt- Type/Print Name and Title Date: '3 ~ N-(:,cl 0 OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA ~Wc+ Fred W. Coyle, Chairman' BY: Dwight E. Brock:Clerk BY: . ~:~"&T (JL . ~'. '.-~ .' .n~.:ii;_::Qa',...... Appr()....,....~. and; Legal Sutt<<;' /y Prif1t'Name: AJJi!ltal1t County Attorney ~I ,I Item# ~ Agenda 1. .q 1..D Date ~ ~:d 3 'J01 C kj Deputy Clerk GC-CA-20 P G 16841 THE PRO$UREGROUP INC. This is thefront page of the performance/payment bond issued in compliance with Florida Statute Chapter 255,05 Bond Number: 10-2059 Surety in which bond's written: First Sealord Surety, Inc. Local Address: 789 E. Lancaster Avenue Villanoa, PA 19085 Local Phone Number: (866) 351-0902 Contractor Name: Hannula Landscaping and Irrigation, Inc. Address: 28131 Quails Nest Lane Bonita Springs, FL 34135 Phone: (239) 992-2210 Owner Name: Collier County Board of County Commissioners Address: 3301 Tamiami Trail East Naples, FL 34112 Phone: Obligee Name: Same as Owner Address: Phone: ( Contract Number: Project Description: Project Address: Legal description of property: ) 10-5415, Radio Road MSTU Phase III Part B Naples, FL N/A This is the front page of the bond, All other pages are subsequent regardless of preprinted numbers. 7217 Benjamin Road, Tampa, FL 33634 813.243.1110 PHONE I 813.243.1109 FAX I contractbonds@prosuregroup.com EMAIl www.prosuregroup.com 1684 EXHIBIT A PUBLIC PAYMENT BOND Radio Road MSTU Phase III (livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation Bond No. 10-2059 Contract No. 10-5415 KNOW ALL MEN BY THESE PRESENTS: That Hannula Landscaping and Irrigation. [ne. , as Principal, , as and First Sealord Surety. Inc. Surety, located at 789 E. Lancaster Avenue, Villanova, PA 19085 (Business Address) are held and firmly bound to Collier County Board of County Commissioners as Obligee in the sum of Two Hundred Three Thousand Sixty Two and 02/100 ($ 203,062.02 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2010, with Obligee for ~~~'k~P~~rl~~~!ll~~!~!~~l~~~I~~~!~ Airport Pulling) in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this _ day of 2010, the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. GC.CA-A-1 1684 Signed, sealed and delivered in the presence of: ~4-!It c/I/J- 0JJ~~ Witnesses as to Principal PRINCIPAL Hannula Landscaping and Irrigation, Inc. BY: NAME: ITS: (l~:t~~ ~ '.\..."t\- STATE OF COUNTY OF ncnda l f'{,~ instrument was acknowledged before me this 3d day of Nvv-c.h , as _Pn-:s I d.cn.+- of ~ C., a 'f11lV1 tit\. corporation, on behalf of the corporation. He/s e is pers ally nown to me OR has produced as identification and did (did not) take an oath. NAME: G1~JJ,~ (Signal re of Notary) 0\l\ClD. ~ (Legibly Printed) My Commission Expires: ( q.",Y PUll :-.Jctary Public State of Florida < ~ '''to lJW8 0 Cai-f_el :, " _ ~ ~,1\J ':;nmrniS51{)fl 007754\6 '" .,. .'. f] ,- , .. "'~~''J('12 > ~?Off"'O<+- r:'~,ii:~5""/"-;""" A... ~ ~ < (AFFIX OFFICIAL SEAL) Notary Public, State of ]Jandt\. Commission No.: L:n/l'5411o SURETY: ATTEST: First Sealor<! Surety,lnc. (Printed Name) 789 E. Lancaster A venue Villanova, PA 19085 (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) GC-CA-A-2 1684 ifo& !JJL;' ~' , / ?/w-t ,. ~ ItJ es OR \' . ~_ JI As Attorney in Fact (Attach Power of Attorney) .$--"'" . David B. Shick (Printed Name) 7217 Benjamin Road Tampa, FL 33634 (Business Address) (813) 243.1110 (Telephone Number) STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me this 26th February , 2010, by David B. Shick of First Sealord Surety. Inc. He/She is personally known to me OR has produced as identification and who did (did not) (S~ ~ "'''00 .~~ . lfYCOIIMlSSIONIDD9SC Name' Holly J. Dix -~, EXPIRES: February I'... . ~(J.'PrliI. Rru..;cjThI1lBud' /I"" ,:. (Legibly Printed) "'~"""L day of I as Surety, on behalf of Surety. N/A take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Notary Pubiic, State of: Commission No.: FL GC-CA-A-3 1684 EXHIBIT A PUBLIC PERFORMANCE BOND Radio Road MSTU Phase III (Livingston Rd. To Airport Pulling) Part A: Curbing & Part B: Landscape & Irrigation Installation Bond No. 10-2059 Contract No. 10-5415 KNOW ALL MEN BY THESE PRESENTS: That Hannula Landscaping and Irrigation, Inc. , as Principal, and First Sealord Surety, Inc. , as Surety, located 789 E. Lancaster Avenue, Villanova, PA 19085 (Business Address) are Collier County Board of County Commissioners Two Hundred Three Thousand Sixty Two and 02/100 ($ 203.062.D2 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. at held and firmly bound to , as Obligee in the sum of WHEREAS, Principal has entered into a contract dated as of the day of , 2010, with Obligee for Radio Road MSTU Phase III (Livingston Rd. to AitpOrt Pulling) Part B: Landscape & Irrigation Installation in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. GC-CA-A.4 16B~, . This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this _ day of , 2010, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its govern ing body. Signed, sealed and delivered ~~/ Witnesses as to Principal PRINCIPAL HaIUlUla Landscaping and Irrigation, Inc. BY: ( LM14h:::L- NAME: ITS: \J;;1:;,~!'N""i1 STATE OF COUNTY OF fic:.v1d.1 \....1" of corporation, on to me OR has produced as identification and did instrument , 2010, by v-~y I>/.Iot,-", NC\1i)' P'~r)!ic Stelle cf Florida ...., ('> (;lra ',) C"vter ::""'" ; Ilk.. G(..:'irWcIQr! 007::5416 9,}' ~ --'oQ.~ Ex.;'i,;,:,; (:/;/22/2012 OF ~... Id not) take an oath. , ,~ (Slg ature) me: hif'C>. D. &te<' (Legibly Printed) Notary Public, State of: 1feyJo. Commission No.: DDiJS!.fl(., My Commission EXRires: (AFFIX OFFICIAL SEAL) GC-CA-A-5 16B 4 ATTEST: SURETY: First Sealord Surety, Inc. (Printed Name) 789 E. Lancaster Avenue Villanova. PA 19085 (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) ~ ~LU.~ ~;{r; /^fit ses / OR ~: 4i As Attbrney in Fact (Attach Power of Attorney) /. i+" I '_/ , David B. Shick (Printed Name) 7217 Benjamin Road Tampa, FL 33634 (Business Address) (813) 243-11 to (Telephone Number) STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged February , 2010, by David B. Shick of First SeaIord Surety. Inc. , a behalf of Surety. He/She is personally known N/A as identification n My Commission Expires: before me this 26th day of ,as Attorney-In-Fact Surety, on to me OR has produced ho did ( not) take an oath. ^? Name: Holly]. Dix (Legibly Printed) :\1'i\YP(jfb. '" ,........, HOlly J. DIX *~<< MYCOMMISSIONIDD,S6'--', .. . EXPIRES: February lU: ;: ~OFfl~v Bonded Thru /JWoet Nolat'y S~Wt~~,: (AFFIX OFFICIAL SEAL) Notary Public, State of: I-L Commission No.: GC-CA-A-6 16B 4 First Sealord Surety, Inc. Power of Attorney Power No: MIA-0467-09-10669 ,KtliO~ALL ME~QY"THES~ P~E~ENTS:That First Sealord Surety, Inc.;,a cQrporati~n of th,e C~mmonwealth of Pen{1sylvania, (h13reinafterthe "Comp,any")hasmade, constjtuted~~d"appoint~d,~ndby these presents does ~~ke,~onstjtute and appoint ' David E\;~hick. David R. Turciosand/or,Steven Schumacher aU of Tampa, Florida its true and lawful Attorney.in-Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of a similar nature as follows: u**..."""* Not To Exceed Five Million Oollarsmn--m..-..mu----m--($5,ODO,OOO.OO) *******".. Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney-in-Fact, shall be bindinq_ upon the_said_ Corporationas fully and to the same_ extent as if signed by the duly authorized officers of the Corporation and sealed with its cC!rBor~te~e,al; a-nd all, tht;lactsof said Attarney~in~Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. ThlsipPQ.intmentis made pursuaht to the following By~Laws which were duly adopted by the Board of Directors oftha said Corporation6nApril 7, 2003 with all Amendments thereto and are still in full force and effect: UArticle XII: Policies, Bonds, Recognitions, Stipulations, Consents of Surety, Underwriting Undertakings, and Instruments Relating Thereto. Section 1 ~-1.Insur~nce poli~ies, bonds, recognitions, stipulations, consents of surety and underwriting undertakings of the Corporation, and releases, agreel1lerltsal1d,ot~er writin,gs relating in any way ttlereto orto any claim or loss thereunder, shallbe signed in the name an~ on ~ehalfof th,~ Corporation:: a) by" the Chairman of the, Board, the President or a Vice President, and by the Secretary or an Assistant Secretary; or b) by an Attorney~ in-Fact for the Corporation appointed and authorized by the Chairman of the Board, the President, or a Vice President to make such signature; or c) by such other officers or representatives as the Board may from time to time determine. The seal af the Corporation shall if appropriate be affixed thereto by any such officer, Attorney-in-Fact or representative. The authority of such Attorney-in-Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." INWITNE!iS.WIil;RI;OF,First Sealord Surety. Inc. attest.~d lhis201l1d~yol January. 2004. . /-:;g?~t\ 1!J"~..._'.~" i;'U;91n~i-<J (Seal)\"~~J Attest: ... "-...,...-....0 ,~ <'~i',.;... Comr:nonwealth of pennsylvania County of Montgomery has caused these presents to be duly signed and its corporate seal to be. hereunto affixed and duly First Sealord Surety, Inc. ~c~ ./ Gary L. Bragg, Secretary By: ~- , , . . Joel D. Cooperman, VlcePresldent On this 20th dayof January, 2004, before me personally appeared Joel D. Cooperman, Vice President of First Sealord Surety, Inc., with whom I am personally acquainted, who, being by me duly sworn, said that he resides in the Commonwealth of Pennsylvania, that he is Vice President of First s~_~rorR Sw~ty. !nc'JJ~e:,pprp9ratio~ described in and which executed the foregoing instrument; that he knows the corporate seal ofth_e said Ggr~Q~~ti~.n;:.tpa:qh~~eaV~ffixe~.to said instru'!'ent is such corporate seal; that it was_so affixed by order of the Board of Dir~ctorsof ~,Clidc:orporation; a~crtft-~t.~h.~S'_n~-~:.r'~:n~me theretq a~ Vice President of said Corporation by like authority_ COMMONWEAL of P_ENNS :VANIA (Seal) ~5~~ ~~ 7S:~~/ - Notary Public loMr~S=~ '."" $.1 MyCanmls8ion E>pIIeoAug. 5. 2010 4:. ~~'f';n.'\I"~' . l o)o~;,_~~~ CERTIFICATE Meml)er,Penn~anI.~londlHo<<adN ,I, We';'"L1nd~r's'g'tfe~ Secretary"ofFi~st Sea lord ,Surety, Inc. do hereby certify that the original Power of Attorney of which the foregoing isCl fullHrue and eorrec:t copy; is Hlfull force~nd effect on the date of thj~ Certificate and I do further certify that the Officer who executed the said-,Powerof Attorney V:'as one of the Officers ,authorized by the Board of Directors to appoint an Attorney-in~Faet as provided .in,Section 12-1 of the By~Laws of First S~alord Surety, Inc. This Certificate may be signed and sealed by facsimile under and by authority of the following provisions of the By-Laws of First Sealord Surety, Inc.: "Section 12-2. The use of a printed facsimile of the corporate seal of the Corporation and of the signature of the Secretary or an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by an authorized person pursuant to Article XII, Section 12-1 of the By~Laws app~i~tjnga_nd atithwiziiig'anAttorney-in~Fact to sign in the name and on behalf of the Corporation surety bonds, underwriting undertakings, or other instru_ments described insaid Section 12-1, with like effect as if such seat and such signature had been manually affixed and made." In Witness Whereof, I have hereunto set my hand and affixed the corporate seal of the Corporation to these presents this _ day of .20_ This power of attorney is void unless the Bond number is inserted irl thiG paragraph (insert Bond # here \ D' .;;) DS9 ), the bond number is the same number as on the original bond, d the bond number has been inserted by an officer or employee of the Company or by the agent. (seal) L.~---- First_ Sealord._Surety_POAdoc (Ed_ 0 I 1201200-:1.) 1684 j 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. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 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. Coverage.@l 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 GC-CA-B-1 1684 notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverageill required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverageill and charge the Vendor for such coverageill 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 coverageill purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverageill 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. GC-CA-B-2 Insurance I Bond Type 1. [gJ Worker's Compensation 2. [gJ Employer's Liability 3. [gJ Commercial General Liability (Occurrence Form) patterned after the current ISO form 4. [gJ Indemnification 4. [gJ Automobile Liability 16841 Collier County Florida Insurance and Bonding Requirements Required Limits Statutory Limits of Florida Statutes. Chapter 440 and all Federal Government Statutory Limits and Requirements $1,000.000 single limit per occurrence Bodily Injury and Property Damage $2.000.000 single limit per occurrence 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. $ 2.000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. 0 Other insurance as 0 Watercraft noted: $ Per Occurrence o United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence o Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence o 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. o Pollution $ $ Per Occurrence Per Occurrence o Professional Liability $ . $ 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 Per Occurrence o Project Professional Liability o Valuable Papers Insurance $ $ Per Occurrence Per Occurrence GC-CA-B-3 1684 6. i:3J Bid bond Shail 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. i:3J Performance and Payment Bonds For projects in excess of $200.000, bonds shail be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost bome 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 shail 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 shail not exceed 5% of the reported policy holders' surplus, ail 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. i:8J 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. i:8J COllier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. i:8J COllier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read 'For any and all work performed on behalf of Coilier County. NOTE; The "Certificate" should read as follows: . For any and all work performed on behalf of Collier County. . Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 11. i:8J Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number GC-CA-B-4 Client#: 33375 HANLAl ACORD,,, CERTIFICATE OF LIABILITY INSURANCE o (MM DIYYYYj 3/08/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER Gulfshore Insurance, Inc. 4100 Goodlette Road North Naples, FL 34103 -3303 239 261-3646 Hannula Landscaping & Irrigation, Inc. 28131 Quails Nest Ln Bonita Springs, FL 34135-6930 INSURERS AFFORDING COVERAGE INSURER A: FCCllnsurance Company INSURER B: INSURER C INSURER D INSURER E NAIC# INSURED COVERAGES 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, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS , P~l-j~Y J~~~8;W,E Pg~fJ l~r,~~~~N LTR NSR TYPE OF INSURANCE POl.ICY NUMBER UMITS A X ~NERAl. l.lABIl.lTY GLOO067392 01/13/10 01/13/11 EACH OCCURRENCE '1 000 000 X COMMERCIAL GENERAL UABlllTY DAMAGE TO RENTED .100000 I CLAIMS MADE [XJ OCCUR MED EXP (Anyone person) .5000 1L PO Oed:l.000 PERSONAL & ADV INJURY .1 000000 - GENERAL AGGREGATE .2 000 000 ~'~ AGG~Er;lE UMIT APPlS IPER PRODUCTS - COMP/OP AGG .2 000 000 POUCY X m?-i lOC A ~TOMOBILE LIABILITY CA00100452 01/13/10 01/13/11 COMBINED SINGLE UMIT ..!... ANY AUTO (Eaaccident) '1,000,000 - All OWNED AUTOS BODilY INJURY . X SCHEDULED AUTOS (Per person) HIRED AUTOS BODilY INJURY I-- $ c!- NON-OWNED AUTOS (Peraccidenl) I-- PROPERTY DAMAGE . (Peraccidenl) RAGE L1ABIL,TY AUTO ONLY - EA ACCIDENT . ANY AUTO OTHER THAN EAACC , AUTO ONLY AGG . A 0ESS/UMBREl.L.A LIABILITY UMBOO062122 01/13/10 01/13/11 EACH OCCURRENCE .3 000 000 X OCCUR D CLAIMS MADE AGGREGATE $3 000 000 $ ~ DEDUCT'SLE . X RETENTION ,10000 . A WORKERS COMPENSATION AND 001WC09A40029 01/01/10 01/01111 X I T~~YS!~~~~ I 10J~- EMPLOYERS' UABILlTY ,500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT OFFICERlMEMBER EXCLUDED? YES EL DISEASE - EA EMPLOYEE ,500,000 If yes, des en be under ,500,000 SPECIAL PROVISIONS below EL DISEASE - POUCY UMIT OTHER DESCRIPTION OF OPERATIONS Il.OCATIONS /VEHIClES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Umbrella is in excess over all coverage shown on this certificate. Contract #10-5415 "Radio Road MSTU Phase II (Livingstone Rd to Airport Pulling) Part A: Curbing and Part B: Landscape and Irrigation Installation. *30 Day Notice of Cancellation Except 10 Days for Non Payment. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION 10 Da s for Non.Pa ment Collier County Board of County Commissioners 3301 Tamiami Trail E Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ----3U..- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOl.DER NAMED TO THE lEFT, BUT FAilURE TO DO SO SHALL IMPOSE NO OBUGATION OR UABILlTY OF ANY KIND UPON THE INSURER,ITS AGENTS OR ACORD 25 (2001108) 1 of 3 #S409515/M398880 LJA @ ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s}. 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-5 (2001108) 2 of 3 #S4095151M398880 DESCRIPTIONS (Continued from Page 1) Collier County Board of County Commissioners is Named as Additional Insured as respects to General Liability Only as needed by contract, per form CG2033 0704. AMS 25.3 (2001/08) #S409515/M398880 3 of 3 1684 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) I n accordance with the Contract Documents and in consideration of $ paid, ('"Contractor") releases and waives for itself and it's subcontractors, material-men. successors and assigns. all claims demands, damages, costs and expenses. whether in contract or in tort, against the Board of County Commissioners of Collier County. Florida. relating in any way to the performance of the Agreement between Contractor and Owner dated , 2010 for the period from to . excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits. actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ day of ,2010. by . as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: GC-CA-C-1 1684. EXHIBIT 0 FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) Bid No. Project No Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) % % Original Contract 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: $ 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 $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through _ inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager (Signature) DATE (Type Name and Title) GC-CA-D-1 '" w ::J -' ~ LL o W -' : ::J ' o ' II~ 1-1-- +- 0 () ;;: '" - ~- L I 1- , f- +-!--- . " E' 1! E -' ~ ~ .. "C '0' .!! ~ n. c:l ~I . Wo -,"'-' <<w ....Z" 0<" ............ ii!~ w '" . ~i~ .; 1,<( 8 lu ~ 0: . W ~ ~z - < .... W 0: w" I u'" :;: z -' "- [1i~ .... w i 1:5 tu '! u-' 0: 11. w:O 11.0 u ~O ....J I- WIW ~ ~ gjl'~ o a.. 1-0 1-:5(/)0 8C1iSI- o~ w< 0:0: Ow ........ '" < :0 0' WI' .... w' -' 11. :0 o u '" 0: o ",0 ,,0: ....w 11. "'w z.... 0< ....0 <w UU -z -'- 11.'" 11. <w "'.... ::>< QO >::> wo: 0:" 11..... 0 w I -' w ::>::> 0-' w< "i> , :;:, , ; I I I , , , z 0 ;:: 11. "' i '0 U '" v w " I oi :S , ~ i 0 U ;_J Qj!- , .... E , . 0:1 in z; :;: 101 :0 wi >< '~I ~ ~I w ~' zl 1684 ~ < .... o .... w v E o u I ~ :G I'oorn nl~ ~ ~~ rn ~ E _'0-6 c u -+-- .Q Q) uro .go v v ~ u o .!: _ v (f) w V ro~ v- a; .!: ~"" w ~ w ro ~c.. ~ !!2 v '" ~~ c. Em o~ u- .~ ~ ---- U ro ro ~ ~B o ro ~ E ~J? =.E C " ~ ~ E .Q ::I roB __ E 2 -.E m .!: 0 = " role ~.... ro '" (i= = ~ .~ :0 " '" ~ ~ ",a. v .~ ~~ w ro - ~ 22 ~ ~ :~!.~! I-;~' fl21 ' __I- u~__ ui"$.. ~ '" ~:5 ! ~ '0 0..2 c.ro <("" III Q.l a:i __.Q:S ~ ij;B.!: ---..--.-- 0: g- ~ ~ ~ ~ -8 ,Q'!: 3 ro ~ w E ~ corn E 1: "5 .2:= Q) i 8CG:5 I o iii ~ I ~ Iii.~ <1> a. (/) I :51 g.l~1 I '-i..c! c .2 Ill' (l) ! li.I~I!li--lj ! xl o'ro jW;c:,.,cI '.. '. 3:1 N o 4: o U <9 I , +-~-l , --'- ,n . ---I- I I -I "0 ~ o " .. ll:: Ul ii .;: .. - ca ::!! "0 ~ o - en -0 '" :J C ~ o 8 o ~ :0 .c x W o 1-- ~I9 w C Ul ca C ii- lD w "0 "C .2 .. ~ - .. caa. - Ul Ul C .- .<:: I- " 00 u a:l + <( ~"O ~.!! ~ O"ii :::::I U.__ E > Ul ~ C (; a. u.. "0 "0 0 Q) 'i: > .. co "a:; a.. " Ul .. .- ll::.<:: I- ~"O Ul .. :J > o .- <( .- .. > " .. .. /i,ll:: ~ .. .. .~ .c o E > :J Cz ~ .S! C. C. :J en C o ~ " Ul .. C .. 10 c --- 1684 ~ ---, 0') o J: u U <9 : r i . I 1 , , I I__L _~L.__ __ ..._ 16 B 4 .~ EXHIBIT E CHANGE ORDER TO: Project Name: Bid No.: Change Order No.: Change Order Description FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount ............ ................................... ..........$ Sum of previous Change Orders Amount .......................... ............$ This Change Order Amount ............................... ..................$ Revised Agreement Amount ............................... .....................$ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Design Professional Date: Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Number: ) Cost Center: Object Code: Project GC-CA-E-5 1684 EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. GC-CA-F-1 1684 The responsibilities between OWNER and CONTRACTOR for security. operation. safety. maintenance, heat. utilities, insurance and warranties shall be as follows: RESPONSI BI L1TI ES: 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 ,2010 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2010 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,2010 OWNER By: Type Name and Title GC-CA-F-2 1684 EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as Date: ,2010 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 explanation. Acknowledgments: By Contractor: If NO is checked for any of the above, attach (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) By Owner: GC-CA-G-1 16B 4 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; GC-CA-H-1 1684 availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. GC-CA-H-2 1684 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. 3.4 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. GC-CA-H-3 16841 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit 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. 4.5 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 through out 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. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. GC-CA-H-4 1684 4.7 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor. sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 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. 4.9 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. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount: (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor: or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1, are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, GC-CA-H-5 1684.11 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. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project GC-CA-H-6 1684' Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS-BUlL TS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding GC-CA-H-7 1684 week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 8.1.3 personnel; Soil conditions which adversely affect the Work; The hours of operation by Contractor's and Sub-Contractor's 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade: 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site: 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent GC-CA-H-8 1684 ~ to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. GC-CA-H-9 1684 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. GC-CA-H-10 1684 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. GC-CA-H-11 1684 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays. defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, 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 "1" the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. . 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. GC-CA-H-12 16B4. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be GC-CA-H-13 1654 bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT, 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so: or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion GC-CA-H-14 1684 of Contractor's Work by whatever means, method or agency which Owner. in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-Ietting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, GC-CA-H-15 16'B4 terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly issue a final Certificate for Payment, recommending that, on the basis of their GC-CA-H-16 1684 observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work. without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. GC-CA-H-17 1684 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non- GC-CA-H-18 1684 defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and GC-CA-H-19 1684 suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.8, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or GC-CA-H-20 1684 anyone for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to GC-CA-H-21 16B4 prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site: and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. 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; GC-CA-H-22 1684 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the GC-CA-H-23 1684 Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (OS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Purchasing Departments, and on-line at colliergov.netlpurchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FOOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within 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 GC-CA-H-24 1684 Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any GC-CA-H-25 1684 portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's cornpensation 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 rnake available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. GC-CA-H-26 16B1t 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 34.1.2 34.1.3 34.1.4 34.1.5 34.1.6 34.1.7 34.1.8 34.1.9 34.1.10 34.1.11 34.1.12 34.1.13 34.1.14 34.1.15 34.1.16 34.1.17 34.1.18 34.1.19 34.1.20 34.1.21 34.1.22 34.1.23 34.1.24 34.1.25 34.1.26 34.1.27 34.1.28 34.1.29 34.1.30 34.1.31 34.1.32 Subcontracts and Purchase Orders Subcontractor Licenses Shop Drawing Submittal/Approval Logs Equipment Purchase/Delivery Logs Contract Drawings and Specifications with Addenda Warranties and Guarantees Cost Accounting Records Labor Costs Material Costs Equipment Costs Cost Proposal Request Payment Request Records Meeting Minutes Cost-Estimates Bulletin Quotations Lab Test Reports Insurance Certificates and Bonds Contract Changes Permits Material Purchase Delivery Logs Technical Standards Design Handbooks "As-Built" Marked Prints Operating & Maintenance Instruction Daily Progress Reports Monthly Progress Reports Correspondence Files Transmittal Records Inspection Reports Punch Lists PMIS Schedule and Updates 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. GC-CA-H-27 1684 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY If required, Contractor shall be responsible for the costs of providing background checks and drug testing 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 (FAC.) or aboveground 62-762, FAC. 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 GC-CA-H-28 1684 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, FAC. and 62-762, FAC. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. GC-CA-H-29 1684 EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISNMASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. GC-CA-I-1 1684 EXHIBIT J TECHNICAL SPECIFICATIONS GC-CA-J-1 1684 EXHIBIT J TECHNICAL SPECIFICATIONS CONTENTS: Exhibit J-I Tcchnical Spccifications - Mcdian Backfill Exhibit J-2 Tcchnical Spccifications - Brick Paving Exhibit J-3 Tcchnical Spccifications - County Utilitics - Scc Collicr County Utilitics Standards Manual Exhibit J-4 Tcchnical Spccifications - GIS Standard 1684 EXHIBIT J-1 MEDIAN BACKFILL Taken from Land Development Code DIVISION 2 SECTION 2930 MEDIAN BACKFILL / ACCEPTABLE TOPSOIL PART 1- GENERAL 1.01 SUMMARY 1. This section specifies requirements for the preparation, supplying and spreading of acceptable topsoil at a minimum eighteen-inch (18") depth within all roadway medians. 2. Beneath the (18" depth) topsoil is a Select (S) Soil which follows FOOT Standard index #505. SEE MEDIAN BACKFILL DETAIL 1.02 QUALITY ASSURANCE A. Qualifications A. Testing Agency: Independent testing laboratory as approved by FD.O.T. and Collier County. B. Test Requirements 1. Prior to delivery to the construction site, submit a representative one pound sample of acceptable topsoil for analysis to an independent laboratory to ensure conformance to requirements specified in 2.01 . Submit all test results to the Engineer for written approval before delivery. 2. After delivery of acceptable topsoil to the construction site, submit a representative one pound sample for analysis to an independent laboratory to ensure conformance to requirements specified in 2.01 . Submit test results to the Engineer for approval. In the event that the delivered sample is not consistent with the sample approved prior to delivery, the Engineer will reject the delivered topsoil. C. Certification: 1. Prior to delivery of acceptable topsoil to the construction site, furnish the Engineer with a written statement from topsoil supplier giving the certification of the soil analysis. /. Manufacturer's certification and/or testing laboratory clarification that content of soil conditioners meet specification requirements. 16B4 il. Manufacturer's certificate of fertilizer's chemical composition including, but limited to, percentage and derivation of nitrogen, phosphorus, potassium, and micro-nutrients. ill. Submit all certification to Engineer/Landscape Architect a minimum of one week prior to installation of any material. D. Test Reports: 1. Reports shall be identified by project name, date and soil mix type. 2. The following reports are required: 1. ph range 2. major and minor element analysis 3. soluble salt concentrations 4. sand fraction analysis 5. % Calcium 6. Testing laboratory recommendations as to suitability of soil for planting and drainage. 1.03 DELIVERY, STORAGE, AND HANDLING A. Do not deliver the acceptable topsoil to the construction site until the Engineer has approved in writing the test results for the representative sample. 1.04 SUBMITTALS A. Test Reports Submit laboratory analysis of acceptable topsoil to the Engineer in accordance with 1.02 Section D. B. Certification Submit to the Engineer certification required by 1.02. PART 2 - PRODUCTS 2.01 MATERIALS A. Topsoil Topsoil shall be fertile, friable blended or native sandy soil. 1. Acceptable topsoil shall be of uniform quality, free from hard clods, stiff clay, hard pan, sods, partially disintegrated stone, lime, cement, ashes, slag, concrete, tar residues, tarred paper, boards, chips, sticks or any other undesirable material. 2. There shall be no exotic or noxious weeds or weed seeds (I.e. Nut grass, Bermuda grass, sedges and the like). 3. In no case shall there be more than 5% by volume of stones, coarse sand, gravel or clay lumps larger than one inch (1") in diameter. 16B4 4. Acceptable topsoil shall contain a minimum of 2.5% organic matter, not to exceed 4% as determined by loss on ignition of moisture-free samples and the ph range shall be 5.0 to 7.5 inclusive and shall contain no substance which will impede plant growth. 5. Maximum Soluble Salts: 300 ppm 6. Acceptable topsoil shall be graded as follows: PASSING RETAINED ON PERCENTAGE 1" SCREEN 100% 1" SCREEN 2 mm (No. 10) Sieve not more than 5% 7. The components of blended topsoil are peat moss and sand (.05-.002 mm) or Florida peat, sand (.05-.002mm), wood chips, and compost. A. Test ph of topsoil and planting soil mixtures by method acceptable to current industry standards. If ph is not between 5.0 and 7.5, add approved soil conditioner/additive to bring ph within that range. B. Within the select soil range subsurface drainage is required. a. Good soil water infiltration and percolation. Water must be able to penetrate and move through the soil: one-inch per hour is considered optimal. b. Good subsurface drainage should be present to a depth of 762 mm (30 inches) - 1,219 mm (48 inches) which is the normal critical rooting zone. There should be no impervious layer/hardpan, or soil interfaces to disrupt the flow of water downward and away from the roots. c. Adequate aeration. Oxygen must be both able to diffuse in from the atmosphere and be able to move readily through the soil profile. d. Desirable soil should have adequate available water holding capabilities. Soil should be able to retain 10 percent to 15 percent of the available water after gravitational water has drained away. C. Physical Soil Characteristics and Infiltration Rates ( Reference FOOT, "Florida Highway Landscape Guide", April 14, 1995) PART 3 - EXECUTION 3.01 PREPARATION SEE MEDIAN BACKFILL DETAIL 1684 3.02 APPLICATION SEE MEDIAN BACKFILL DETAIL 3.03 CLEANUP A. Immediately clean up spills, soil and conditioners on paved and finished surface areas. B. Remove debris and excess materials from project site daily. END OF SECTION 1684'1 EXHIBIT J-2 DIVISION 2 SECTION 04200 BRICK PAVING PART1-GENERAL 1.01 SUMMARY This section specifies requirements for the preparation aggregate base, supplying and installation of brick paving is shown on the drawings and include: 1. Hand tight joints, sand filled on 6" compacted Iimerock aggregate base. 2. See Paving Details 1.02 RELATED SERVICES 1. Preparation of subgrade 2. Supply of place base course materials 3. Applications of soil sterilant SERVICES INCLUDED 1. Supply and place bedding course 2. Supply and install pavers of quality, shape, thickness and color as specified. 3. Supply and place all accessory items as required by the contract. DESCRIPTION OF WORK 1. The extent of the paver work is as shown on the drawings and/or as specified herein. 2. Layout pattern shall be herringbone pattern, 45 degree with a single course border or as shown on the drawings. 1.03 QUALITY ASSURANCE A. Qualifications: 1. Installer: Subcontract brick paving work to a firm with not less than 3 years of successful experience in the required types of applications. 2. Samole Installation: Prior to the installation of brick paving work, fabricate sample panel using materials. Build panel at the site as directed, of full thickness and approximately 4'x3', in the completed work. Obtain Landscape Architect's acceptance of visual qualities of the panel before start of brick paving work. Retain panel during construction as a standard judging completed brick paving work. Do not alter, move or destroy 16:a.i4 sample panel until work is completed. Provide a sample panel for each type of brick paving required. Do not change the source of brands of brick or related materials during progress of work. 1.04 SUBMITTALS A. Product Data: For information only, submit 2 copies of the manufacturer's technical data for each manufactured product, including certification that each product complies with the specified requirements. Include instructions for handling, storage, installation and protection of each product. Transmit copy of each instruction to the Installer. B. Samples: Submit 2 samples of each type of paving brick required. Include in each set the full range of exposed color and texture to be expected in the completed work. Landscape Architect's review will be for color and texture only. Compliance with all other requirements is the exclusive responsibility of the Contractor. JOB CONDITIONS Site requirements: No concrete pavers shall be laid on improperly prepared base. Protection of Work: At the end of each work period, protect unrestrained edges with plywood or similar material. PART 2 - PRODUCTS 2.01 MATERIALS A. PRECAST CONCRETE BRICK PAVING UNITS: The interlocking pavers shall follow the design criteria of ASTM C- 936-82 with compressive strength minimum 8,000 psi. Base material to be designed and paver installation in accordance to the guidelines of National Concrete Masonry Association" Structural Design of Concrete Block Pavements." The aggregate length of chips on a single unit shall not exceed 10% of the perimeter of the exposed face of paver. Pavers with edge chips exceeding 5/16" and corner chips ;;''' are considered replaceable. 1. CEMENTIOUS MATERIALS: Portland Cement shall conform to ASTM Specification C0150. 2. AGGREGATES: Aggregates shall conform to ASTM Specification C-33 for Normal Weight Concrete Aggregate (no 16B4 expanded shall or lightweight aggregates) except that grading requirements shall not necessarily apply. 3. OTHER CONSTITUENTS: Color pigments, air-entraining agents integral water repellents, finely ground silica, etc., shall be previously established as applicable, or shall be previously established as suitable for use in concrete. 4. PHYSICAL REQUIREMENTS: I. Compressive Strength- A the time of delivery of the work site, the average compressive strength of the paver units shall not be less than 8,000 psi, with no individual unit strength less than 7200 psi as per ASTM Specification C936-82. Testing procedures shall be in accordance with ASTM Specification C-140. ii. Absorption- The average absorption shall not be greater than five percent (5%) with no individual absorption greater than seven percent (7%) as required by ASTM Specification C-936-82. 5. SIZE: 3 7/8"x 7 7/8" x 2 3/8", Klassic Interlocking Paver by Krehling or approved equal 6. COLOR AND TEXTURE: Earthtones or Color Blends Series Krehling or approved equal. 7. APPROVED BRICK COLORS: Paver color to be approved by Landscape Operations/Transportation Operations Department. Border Brick: 1 course Field Brick: Herringbone pattern, 45 degrees 8. VISUAL INSPECTION: All units shall be sound and free of defects that would interfere with the proper placing of the unit or impair the strength of permanence of the construction. Minor cracks incidental to the usual methods of handling in shipment and delivery, shall not be deemed grounds for rejection. 9. BEDDING SAND: In compliance with ASTM Specification C33, the bedding sand shall comprise clean, well-graded sand. The bedding sand shall be dry, sharp and free of organics and deleterious soluble salts or other contaminants likely to cause efflorescence. The sand shall be of uniform moisture content when screeded and shall be protected against rain when 16 B 4 stockpiled on site prior to screeding. The moisture content shall be in the range of 4-8%. 10.JOINTING SAND: In compliance with ASTM Specification C144-gradulation for 1/8" joints-the jointing sand shall be free of organics and soluble salts or contaminants likely to cause efflorescence. 11. GRANULAR BASE: The graded aggregate for the granular base shall comply with ASTM Specification 2940 or equivalent for base material. PART 3 - EXECUTION 3.01 INSTALLATION GENERAL: Do not use brick with chips, voids, discolorations, or other defects, which might be visible or cause staining in the finish work. Cut brick with motor-driven saw equipment designed to cut masonry with clean, sharp unchipped edges. Cut units as required to provide pattern shown and to fit adjoining work neatly. Use full units without cutting wherever possible. Where cutting is required, use the largest size brick units possible and avoid the use of small pieces of brick or large mortar or gapped areas. Any cutting of bricks that would result in bricks being less than one-third (1/3) of the original brick size, shall be reviewed by the County project manager for approval of layout prior to installation. Set Brick patterns with uniform joint widths as indicated. A. Immediately clean up sand on paved and finished surface areas. B. Remove debris and excess materials from project site daily. 3.02 SITE PREPARATION: The site must be stripped of all topsoil, unstable or unconsolidated materials to the grades specified. Further construction will not proceed until the Owner or his representative has inspected the subgrade. 3.03 VERIFICATION OF SUBGRADE: The Contractor shall ensure that the prepared subgrade is protected from damage from inundation by surface water and damage by other trades. No traffic shall be allowed to cross the prepared subgrade. Repair of any damage resulting shall be the responsibility of the Contractor and shall be repaired in a satisfactory manner. 16B4 Further construction will not proceed until the subgrade has been inspected by the Owner or his Consultant. 3.04 VERIFICATION OF GRANULAR BASE: Place graded aggregate for base over compacted subgrade. Provide compacted thickness of base as indicated. Compacted base shall be 100% of maximum density achieved in accordance with ASTM Specification 0.698 (100% Standard Protector maximum Dry Density). Base shall be spread in layers which, when compacted, will not exceed 4". Profile of base to be within an allowable local tolerance of y," within 10 feet. The upper surface of the base shall be sufficiently well graded and compacted to prevent infiltration of the bedding sand into the base both during construction and throughout its service life. Segregated areas of the granular base shall be "blinded" by the application of crushed fines that have been watered and compacted into the surface. Further construction will not proceed until the base has been inspected and approved by the Owner or his representative. 3.05 GRANULAR BASE THICKNESS: For roadway applications with well-drained consolidated subgrade or poorly drained unconsolidated subgrade the granular base thickness shall be six inches (6"). The base shall extend the full width of the pavement and edge restraints plus 4" minimum wherever edge restraints are to be constructed with the pavement. The 6" base shall be compacted to 95% minimum compaction. 3.06 EDGE RESTRAINTS: Adequate edge restraint shall be provided; curb and gutter, edge strips or established paving units, shall be installed vertically down to the granular base. All edge restraints specified shall be supported on a compacted base. Install edge restraints prior to installation of pavers. See detail. 3.07 SURFACE DRAINAGE: Gradients and crossfalls shall have a minimum value of 2% (1/4" per foot) and shall be channeled to appropriate drains away from any unrestrained edge. 3.08 SAND BEDDING COURSE: Spreading: The bedding sand shall be spread loose in a uniform layer to give depth after compaction of the paving units, of between nominally 1"-1 y..". Under no circumstances shall the bedding layer exceed 1 1/2" in thickness following compaction of the pavement. 1684 Screeding: The spread sand shall be carefully maintained in a loose condition and protected against precompaction by traffic or rain both prior to and following screeding. Sand shall be lightly screeded in a loose condition to predetermined depth. Under no circumstances shall the sand be screeded in advance of laying face to an extent to which paving will not be completed on that day. Any screeded sand which is precompacted prior to laying of paving unit shall be brought back to profile in a loose condition. Neither pedestrian nor vehicular traffic shall be permitted on the screeded sand. The Contractor shall screed the bedding sand using either an approved mechanical spreader or by the use of screed guides and boards. 3.09 INSTALLATION OF PAVERS: General: Pavers with excessive chips, cracks, voids, discolorations or other defects shall not be installed (See 2.01A). Joints: In order to maintain the desired pattern joint spacing must be consistent. For maximum interlock, it is recommended that a joint spacing of approximately 1/8" be maintained. This spacing must also be provided for the first row abutting the edge restraint. Alignment: String lines or chalk lines on bedding sand should be used to hold all pattern lines true. Cutting: The gaps at the edge of the paving surface shall be filled with manufactured edge pavers or with pavers cut to fit. Cutting shall be accomplished to leave a clean edge to the traffic surface using a mechanical hydraulic or guillotine cutter or masonry saw. The use of infill concrete or discontinuities in patterns will not be permitted except along the outer pavement boundaries; adjacent to drains, manholes and edge restraints. Sweeping Clean: Upon completion of cutting, the area must be swept clean of all debris to facilitate inspection and to ensure pavers are not damaged during compaction. Inspection of Installed Pavers: After sweeping and prior to compaction, the paved area must be inspected to ensure satisfactory color blending. Pavers can be moved easily at this time to achieve good color distribution. 3.10 INITIAL COMPACTION OF PAVERS: After inspection of the paving units, they shall be compacted to achieve consolidation of the sand bedding and brought to design levels and 16B 4 profiles by not less than three passes of a suitable plate compactor. Compaction shall be accomplished by the use of a plate compactor capable of a minimum of 5000-pound compaction force. Initial compaction should proceed as closely as possible following installation of the paving units and prior to acceptance of any traffic or application of sweeping sand. 3.11 PAVER INSPECTION: Any units, which are structurally damaged during compaction, shall be immediately removed and replaced. 3.12 JOINTING SAND: The jointing sand shall be spread over the pavement after initial compaction has been completed. This jointing sand shall be spread as soon as is practical after initial compaction and prior to the termination of work on that day. The jointing sand shall be broomed to fill the joints. Excess sand shall then be removed from the pavement surface and the pavers shall be compacted again to settle the jointing sand. 3.13 FINAL COMPACTION OF PAVERS: After jointing sand has been installed and the pavement surface swept clean, final compaction shall be accomplished by not less than two passes of the place compactor. Final compaction should proceed as closely as possible following installation of jointing sand and prior the acceptance of any traffic. Inspection by the Owner or his representative shall determine whether a secondapplication or partial application of jointing sand is required. 3.14 CLEAN UP: Sweep clean all paved areas of excess sand and dirt. Pick up and remove from the site all surplus materials, equipment and debris resulting from this section of the work. 3.15 TOLERANCE OF SURFACE PROFILE: All surface and pavement structures shall be true to the lines, levels, grades, thickness and cross sections as shown on the drawings. All pavements shall be finished to lines and levels to ensure positive drainage at all drainage outlets and channels. In no case shall the crossfall of any portion of the pavement be less than 2 percent (1/4" per foot). The pavement surface shall not deviate by more than 1/2" in 10 feet from a straight edge laid in any direction. END OF SECTION - 04200 1684 EXHIBIT J-3 COLLIER COUNTY UTILITIES STANDARDS MANUAL UTILITIES STANDARDS MANUAL 2008.. as amended Go to the Collier County web site below for the latest revision of the Utilities Standards Manual: http://www.colliergov .net/Index.aspx?page=389 11/16/2009 J-4-1 1684 EXHIBIT J-4 COLLIER COUNTY TRANSPORTA nON SERVICES DIVISION STANDARD FOR DESIGN AND AS-BUILT ELECTRONIC ORA WINGS PURPOSE: To cstablish standards for c1cctronic dcsign drawings and as-built drawings for capital improvcmcnts within County road right-ot~ways that allows efficient migration of the data to the County's gcographic information system (GIS). INTRODUCTION: Microstation and AutoCAD arc the accepted software for elcctronic drawings for dcsign and as-built drawings bccausc thcy offcr statewide or national standards, including layering of information. The intcnt of the layering standard is to promote consistency between drawings, and maximize the reusability of drawing data. The effective usc of laycring standards also facilitates thc efficient transfcr of data to shared graphical information for display, cditing and plotting purposcs. Layer/Lcvcl naming convcntions must bc followed for approval. 1: Standards Information: * For Microstation: Refer to thc Florida Department of Transport (FOOT) standards for Mierostation standards at: htto:llwww.dot.state.fl.us/ecso/downloads/oublieations/CriteriaHandBookl * For AutoCAD: Rcfer to the National Cad Standards(NCS) for AutoCAD files standards at: htto:llwww.nationalcadstandard.org/about.oho for latcst edition and layering guidelines. 2: Requirements: The dclivcrablc must follow Map Projection, Horizontal and Vertical Datum requircments as below. * Map Projection: All projects, independent of approval date, must bc submittcd in the correct coordinatc systcm - Statc Plane, Florida East FIPS 0901, US fcct, geographic coordinate system GCS North Amcriean 1983. If any as-built is submittcd in a different coordinate system, or no coordinate system, it will be rejected and decmed as an unapproved project by the Transportation Scrviecs Division. It will require further manipulation to mcet the standards required for as-built clcctronic filcs before reaching approval and signed off status by thc Transportation Scrviccs Division. * Horizontal Datum: Statc Planc. Florida East FIPS 090 I, US Fcet, geographic coordinatc systcm GCS North American 1983. * Vertical Datum: North Amcrican Vcrtical Datum - NA VD 88. * Map Accuracy: Collicr County GIS has adopted USGS National Map Accuracy Standards for mapping I GIS products. The contractor must adherc to NMAS for all mapping work as rcfercnccd at this link: htto:llrockyweb. cr. USgs. gov Inmpstds/nmas. html * Data Development Applications: Aeccptcd software applications: Microstation V8 AutoCAD Land Developmcnt 2004 (or highcr) or AutoCAD Civil 3D 2007 (or higher). * Data Delivery Media: Acceptable delivcry media: CD (Compact Disk) DVD (Digital Video Disk) Unacceptable delivery media: Floppy disks and Zip disks. If data is submitted using floppy or zip disks, thcy will bc rcturncd as incomplete project submittals. 1684 3: Drawing Composition: * AutoCAD filesl Mierostation files dclivcred to Collier County Transportation Serviecs Division shall contain only one drawing and one title block pcr file. * All AutoCAD I Mierostation drawings shall be purgcd of cmpty, unused, or non-essential drawing data prior to submittal to Collicr County Transportation Scrviccs Division. This includes all unused layers/levcl, linctypes, blocks, fonts and cntities. * AutoCAD I Microstation drawings shall not contain any frozcn laycrs Ilcvcls. All unuscd cntities on frozcn laycrs/levels should bc crased, and the empty layers Ilevcls purged. * AutoCAD I Microstation drawings shall not contain multiple ovcrlaid hncs or lincs with multiple segments unless thc ovcrlaid lines or adjaccnt linc scgmcnts are assigned to different layers. * Survey data shall bc included in the AutoCADI Microstation drawings and placed on the appropriatc layers. (Survcy points must use the _ PNEZD comma dclimited format). * Survcy reference points and bcnchmark data must bc clcarly labclcd with thcir coordinate valucs on the plan sel. 4: Entity Properties: To cnsurc the integrity ofthc original drawing when viewing or printing, it is csscntial that AutoCAD I Microstation entitics are crcatcd following these standards: * Entity colors shall be defined by laycr llevcl, not by cntity. * Blocks shall be defined (creatcd) on laycr I level 0 (zero). * All attributes shall bc dcfincd on layer I level 0 (zero). 5: Model Space (for Auto CAD) / Design Models (for Microstation) and Paper Space (for Auto CAD) /Sheet Models (for Microstation) Usage: These guidelines arc suggcstcd for using Model Space I Design Models and Papcr Spacc ISheet Models effectively: * Placc titlc blocks, schcdulcs and general notes at tlill-scalc in Papcr Spacc I Shcct Modcls whcncvcr possible. * Label scaled viewports with thc appropriate scale in Model Spacc I Dcsign Modcis. * Do not placc or draw model-rclated blocks, tags and objects in Papcr Spacc I Shcct Modcls. * Draw all Modci Spacc I Design Modcls objects at full scale. * Scale objccts using Paper Space I Sheet Models viewports - zoom viewports to thc appropriate scale. 6: External References - XREF's: External Rcfcrences (XREF's) contained in AutoCAD drawings crcatcd outsidc of Collier Coonty Transportation Services Division can rcsult in content discrepancies in the delivered drawing sel. In somc cascs XREF's may be permissiblc, howevcr this arrangcment must bc worked out in advance with Collicr County Transportation Scrviccs Division. To cnsure thc intcgrity of the drawing sct, and minimizc potential problems: * AutoCAD drawings submitted to Collier County Transportation Scrviccs Division shall not contain any XREF's. * XREF's shall not be "bound" to drawings prior to dclivcry. * If drawings contain XREF's, they should be inserted as blocks prior to submittal to Collier County Transportation Services Division. Layers contained in XREF's inserted as blocks shall conform to Collicr County Transportation Serviccs Division standards. 7: AutoCAD Drawing Support Files: Drawings created using non-standard AutoCAD fonts, linetypes, and hatch patterns can rcsult in content discrcpancics in the dclivercd drawing scl. To ensure the integrity of the drawing set, and minimizc potcntial problems: * Only nativc AutoCAD or AutoCAD Land Desktop fonts, linetypcs, and hatch pattcrns or the CAD Symbology provided by the National CAD Standards arc allowed. 2 1684 * Custom fonts, linetypcs, and hatch patterns, including thosc providcd by 3rd party softwarc, shall not be used. * Only thcse TrueType fonts shall bc used: Arial, Courier New, Times Ncw Roman. * Postscript fonts shall not bc uscd. 8: File Transmittal: Thc contcnt of electronic drawings providcd by the contractor must match the delivered original hard copy sct as closely as possible, ifnot cxactly. To ensure the integrity ofthc elcctronic drawing set upon dclivcry to Collier County Transportation Scrviccs Division: * Ensure the drawings adhcrc to the guidelines presented in this documcnt. Rcvicw thc proccdurcs for preparing drawings for submittal as detailcd in thc prcccding paragraphs. * Include a hard copy indcx containing filenamcs and shect numbcrs for cach submittal. This cnsures the completeness of thc drawing sct and assists in archival procedurcs. * Ineludc a transmittal shcet with all submittals indicating Collier County Transportation Services Division project number, Collier County Transportation Services Division project name (if applicable) and complctc listing of all matcrials submitted. * Ineludc AutoCAD .PC2, .PCP or .CTB plot configuration. * Include all field survcy data as indicated in Drawing Composition. Scction 3 abovc. * Submit hard copies of original contractor "red line" plans and specifications. * All hard copies of civil and sitc plan must be sealed and signed bv a Licensed Surveyor or Professional Engineer and e1carlv marked. such as "90% Design"."As-built" etc. 9: The following documentation shall be delivered to Collier County Transportation Services Division at the following project milestones: * Dcsign - Sehematic/Preliminarv/W orking Drawings Collicr County Transportation Scrviccs Division rcquircs a complete set of Review Documents in AutoCAD on CD-ROM, in DWO format for Auto CAD / DON fonnat for Microstation and in PDF hard copy format for rcvicw of conformancc to thesc CAD Standards by Collier County Transportation Scrviccs Division. During thc prcliminary and design phases of the project, Collicr County Transportation Scrvices Division staff that rcvicw thc design may usc thc DWO format, DON format and PDF fonnat to provide design/conceptual comments/questions. * Pre-Construction CAD drawing tiles in DWO format for AutoCADI DON format for Microstation, as wcll as spccifications in electronic (PDF) shall be submittcd to thc Collicr County Transportation Scrvices Division Project Manager on CD-ROM * Rccord Drawings contractors shall submit, on CD-ROM and hardcopy format, approved As-Built Documcnts to Collicr County Transportation Scrviccs Division at thc capital projcct acceptance mccting. Thc CD-ROM shall contain thc as-built infonnation on thc projcct and is to inelude DWO format for AutoCAD / DON format for Microstation and PDF fonnats of the drawings in accordance with the Collier County Transportation Services Division CAD Standards, as well as electronic (PDF) specifications. 10: Digital File Index: Each project, when submitted, must bc accompanicd by a projcct file index. Thc indcx can bc submitted in Word, Excel or WordPerfect formats. Each indcx should contain the following- I. Organization/company namc. 2. A contact name and position. 3. Strcet addrcss. 4. City. 5. Statc or provincc. 6. Postal/Zip code. 7. Country. 8. Phone number. 3 1684 9. Fax number. 10. Email address. II. Technician's cntry end date ofthc data/design. 4 16B4: EXHIBIT K PERMITS GC-CA-K-1 16B4 EXHIBIT L STANDARD DETAILS GC-CA-L-1 1 68 4" EXHIBIT M PLANS AND SPECIFICATIONS Provided in Separate File GC-CA-M-1 1161114 EXHIBIT N CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT GC-CA-N-1