Loading...
#18-7473 (Quality Enterprise USA) CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Quality Enterprises USA, Inc. ("Contractor") of 3494 Shearwater St. Naples, FL 34117, a Corporation, authorized to do business in the State of Florida, to perform all work("Work") in connection with MPS 308 Force Main Improvements, Invitation to Bid No. 18- 7473 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Agnoli, Barber & Brundage, Inc., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision,financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount(herein"Contract Amount"), in accordance with the terms of this Agreement: Two Million Fifty-Eight Thousand One Hundred and Twenty-One Dollars ($2,058,121.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.cov/c570/c570.html#certified. Should the Contract Amount be less than 1 Construction Services Agreement:Revised 072118 $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents,the Contractor shall,within five(5)calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Two Hundred and Thirty(230)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 Sixty (60) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand Six Hundred and Sixty-Five Dollars ($1,665.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager(or at his/her direction,the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty,which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday 2 Construction Services Agreement:Revised 072118 or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation 18-7473 MPS 308 Force Main Improvements. Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms Exhibit B-2: Performance Bond Forms Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form 3 Construction Services Agreement:Revised 072118 Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions ® Applicable❑ Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 18-7473 Title: MPS 308 Force Main Improvements. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsvnc.com/bidsvnc-cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box(® ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ®Exhibit J: Technical Specifications ❑Exhibit K: Permits (Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by Agnoli, Barber&Brundage, Inc. Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL do Public Utilities Engineering and Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 Attn: Michael Stevens, Contract Administrator/Project Manager Phone: 239-252-2589 Email: Michael.StevensAcolliercountvfl.gov B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Quality Enterprises USA, Inc. 3494 Shearwater St. Naples, FL 34117 Attn: Louis J. Gaudio, VP Phone: 239-435-7200 Email: LGAUDIOQEUSA.COM C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. CAC 4 Construction Services Agreement:Revised 072118 Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 5 Construction Services Agreement:Revised 072118 Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions.To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. **** 6 Construction Services Agreement:Revised 072118 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Quality Enterprises USA, Inc. )11t FIRST WIT'ESS Louis J. Gaudio. Vice President 11/29/18 Margarita Negron Print Name and Title Date Print Name 614/ SECOND WITNESS Marcie Cohen Print Name Date: t I�"`) 1,61 OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS % OF COLLIER „. • LORIDA Crystal K.Kinzel,`Clerk of Courts& Comptrollers► &Sr- B BY: _.+.►=� _-.r. Attest as to Chairman's . L. McDaniel,Jr., :tluire only. Chairman . A d as to For and Legality: AssisiCenty Attorney Sint R. Print Name % 4 8 Construction Services Agreement:Revised 072118 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) • 80 Construction Services Agreement: Revised 072118 Bid Schedule 18.7473 Pump Station 308,00 Force Main Improvements Project 10-0023 SECTION 1 - 'ITEM DESCRIPTION QUANTITY UNIT UNIT COST$ SUB TOTAL$ 1 Mobilization 1 LS $204,000.00 $ 204,000.00 2 Maintenance of traffic 1 LS $148,000.00 $ 148,000.00 3 Project Sign 1 LS $ 630.00 $ 630.00 4 Survey Layout,As-Built Survey&Maintain Record Drawings 1 LS $ 27,500.00 $ 27,500.00 5 Erosion and Sedimentation Control 1 LS $ 33,400.00 $ 33,400.00 6 Pre&Post Construction Video 1 LS $ 1,750.00 $ 1,750.00 7 General Restoration 1 LS $108,500.00 $ 108,500.00 8a Concrete Driveway Replacement 220 SY $ 90.00 $ 19,800.00 Bb Asphalt Driveway Replacement 352 SY $ 75.00 $ 26,400,00 9 1"Type S-3 A.C.overlay per CC R/W detail 6,500 SY $ 10.00 $ 65,000.00 10 Open-Cut Trench Restoration 2,510 LF $ 54.00 $ 135,540.00 11 6"Thick Concrete Sidewalk 390 SY $ 64.00 $ 24,960,00 12 Detectable Warning Mats(Embedded in Concrete) 7 EA $ 450.00 $ 3,150.00 13 Sod 10,850 SY $ 6.00 $ 65,100.00 14 Signing and Striping 1 LS $ 23,000.00 $ 23,000.00 15 Sidewalk and Lane Closure Fees 90 DAY $ 375.00 $ 33,750.00 SECTION 2 - ITEM , DESCRIPTION = -:_-- QUANTITY UNIT UNIT COSTS :SUBTOTAL$ 16a 12"x18"ERCP 24 LF $ 126.00 $ 3,024.00 16b 15"RCP 28 LF $ 105.00 $ 2,940.00 17 Type"C"Inlet 1 EA $ 3,000.00 $ 3,000.00 18 Mitered End Section 5 EA $ 1,500.00 $ 7,500.00 19 Swale Restoration(grading) 3685 LF $ 6.00 $ 22,110.00 SECTION 3 ITEM " DESCRIPTION . QUANTITY UNIT UNIT COSTS '=$UB TOTAL$ 20a Install 20" HDPE(fittings included)' 3,983 LF $ 84.00 $ 334,572.00 20b Install 12"HOPE(fittings included)* 25 LF $ 160.00 $ 4,000.00 20c Install 10"HDPE(fittings included)* 90 LF $ 335.00 $ 30,150.00 21a Install 20"Plug Valve* 9 EA $ 2,150.00 $ 19,350.00 21b Install 12"Plug Valve' 4 EA $ 1,375.00 $ 5,500.00 21c Install 10"Plug Valve* 1 EA $ 1,375.00 $ 1,375.00 22 Install 3-inch Air Release Valve(Pedestal Type)' 7 EA $ 1,800.00 $ 12,600.00 23a Install 16" Hot Tap&Valve' 1 EA $ 3,870.00 $ 3,870.00 , 23b Install 12"Hot Tap&Valve* 1 EA $ 3,200.00 $ 3,200.00 23c Install 10"Cold Tap&Valve* 1 EA $ 3,100.00 $ 3,100,00 23d Install 12"Cold Tap&Valve* 1 EA $ 3,200-00 $ 3,200.00 24 Connect to Existing Force Main and Master Pump Station 4 EA $ 4,400.00 $ 17,600.00 25a Directional Drill 20"DR11 HDPE-Airport(1465 LF)* 1 LS $242,000.00 $ 242,000.00 25b Directional Drill 20"DR11 HDPE-Davis(620 LF)* 1 LS $116,000.00 $ 116,000.00 26a 10"Vertical Deflections 1 EA $ 3,000.00 $ 3,000.00 26b 20"Vertical Deflections-(Qty.6 added for unforeseen conditions) 11 EA $ 3,150.00 $ 34,650.00 27 Field Adjustments of existing Sanitary Laterals in conflict with new Force main 1 LS $ 10,000.00 $ 10,000.00 28 Sewage Pumper Truck(during PS shutdown) 22 HR $ 450.00 $ 9,900.00 29a 10"Linestop 304 Stainless Steel(Optional,if needed) 2 EA $ 11,000.00 $ 22,000.00 29b 12"Linestop 304 Stainless Steel(Optional,if needed) 2 EA $ 11,500.00 $ 23,000.00 $1,858,121.00 Allowance: Compensation for unforseen conditions will be made at the appropriate 30 contract price based on lump sum,unit price or time and materials depending upon 1 TBD $200,000.00 $ 200,000.00 the nature of the work. Total $2,058,121.00 *These materials are going to be supplied by Collier County MATERIALS SUPPLIED BY COLLIER COUNTY ITEM DESCRIPTION ' QUANTITY UNIT 20a 20" HDPE(fittings included) 6,068 LF 20b 12"HOPE(fittings included) 25 LF 20c 10"HOPE(fittings included) 90 LF 21a 20"Plug Valve 9 EA 21b 12"Plug Valve 4 EA 21c 10"Plug Valve 1 EA 22 Install 3-inch Air Release Valve(Pedestal Type) 7 EA 23a 16" Hot Tap&Valve 1 EA 23b 12"Hot Tap&Valve 1 EA 23c 10"Cold Tap&Valve 1 EA 23d 12"Cold Tap&Valve 1 EA EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement:Revised 072118 GoilLC014Y Email: Barbara.Lance@colliercountyfl.gov AdministrativeSer ices Division Telephone: (239)252-8998 Procurement Services Addendum 1 Date: September 10, 2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum#1: Solicitation#18-7473 MPS 308 Force Main Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work,changes,deletions, or additions to the original solicitation document for the referenced solicitation: Question 1: I just want to request a copy of the plan holders list and pre bid sign in sheet if available and also if there is any Addenda issued to date? Answer 1: a. We do not control the Plan holders list and is a function of BidSync I am not able to see.To view the Plan holders list,you must go into the Solicitation, and click the "plan holders list" Tab. You may need to periodically check back. Addition: a. Copy of Sign-In Sheet has been uploaded as: 18-7473 Pre-Bid_Sign-In Sheet_Addendum 1 Clarification: b. This is the first Addenda Issued. Any future Addenda will be posted directly in BidSync. C: Mike Stevens, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. I 9/10118 (Signature) p u s.1.._�ab•'o,Vice President Date Quality Enterprises USA, Inc. (Name of Firm) 0 CC) 7e" C014.11tY Email: Barbara.LancePcolliercountyfl.gov Administrative Services Oivision Telephone: (239) 252-8998 Procurement Services Addendum 2 Date: September 21, 2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum#2: Solicitation#18-7473 MPS 308 Force Main Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: QUESTION/ANSWER: Question 3: Bid item 20 is to install the 20" line and bid item 25 is directional drilling in two spots.Should item 20 be for the direct burial only and the quantity be reduced to reflect that and have the quantity of the directional drilling be changed as well since they are different types of work? Answer 3: The pipe quantity estimated for the directional drills(1465+620 feet)is moved from Item 20a and will now be included in Items 25a and 25b,respectively. These are lump sum items and no additional payment will be made for drills exceeding the estimated lengths. The drill lengths are for informational purposes only. Change: "Bid Schedule" has been updated and replaced with: 18-7473 Exhibit A-1 Bid Schedule Addendum 2 CC: Mike Stevens, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. �.,. 9/21/18 (Signature) Louis J. Gaudio,Vice President Date Quality Enterprises USA, Inc. (Name of Firm) C Colte-r + iunty Email: Barbara.Lance@colliercountyfl.gov Administrative Services Division Telephone: (239) 252-8998 Procurement Services Addendum 3 Date: September 21,2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum#3: Solicitation#18-7473 MPS 308 Force Main Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change: The Last Day to"Receive Bids" has been extended to: 3:00 pm on October 3, 2018 CC: Mike Stevens, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. -� .._ - 9/21/18 (Signature) Louis J. Gaudio,Vice President Date Quality Enterprises USA, Inc. 0 (Name of Firm) 0 FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA MPS 308 FORCE MAIN IMPROVEMENTS BID NO.18-7473 Full Name of Bidder Quality Enterprises USA, Inc. Main Business Address 3494 Shearwater st. Naples, FL 34117 Place of Business 3494 Shearwater St. Naples, FL 34117 Telephone No. 239-443-7200 Fax No. 239-435-7202 State Contractor's License# CBCA57231 - CUC057398 State of Florida Certificate of Authority Document Number 54-0947002 Federal Tax Identification Number F95000002550 DUNS# 050997386 CCR# N/A Cage Code OXMZ7 To; BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA (hereinafter called the Owner) The undersigned,as Bidder declares that the only person or parties interested in this.Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation;that it has carefully examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and Bonds,and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division staff. 0 FORM?2 CONTRACTOR'S KEY PERSONNLL'ASSIGNEDTO THE PROJECT MPS 308 FORCE MAIN IMPROVEMENTS Bid No. 18-7473 Name Personnel Category Chris Speros Construction Superintendent Matt Casey Project Manager 0 FORM 3-MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications,including compliance with Florida Statute 255.20 to provide lumber,timber and other forest products produced and manufactured in the State of Florida as long as the price,fitness and quality are equal. Exceptions(when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager,Bidder shall furnish the manufacturer named in the specification.Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm,I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Quality Fntprprises USA, Inc Signatur : ohDate: 10/03/18 •i . Gaudio,Vice President Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. N/A 2. 3. 4. 5. Please insert additionalpages as necessary. Company; Signature; Date _ FORM 4 LIST bT MAJOR S JBCUNTRACT ORS t` THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are"qualified"(as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders)and meet all legal requirements applicable to and necessitated by the Contract Documents,including,but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer,Further,the Owner may direct the Successful Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. 1vlalor Category of Work ' Subcontrac.tor and Addrest I. Electrical N/A 2. Mechanical N/A 3. Plumbing N/A 4. Site Work N/A 5. Identify other subcontractors that represent more than 10% of price or that affect the ,, critical path of the schedule Company:r Quality Enterprises USA, Inc. Signature: ..4- Dater 10/3/18 �ouaso, Vice President Cf1O F QRM 5 r,STATEIVIENT,OF EXPER>EhIGE OF,BIDDER:' The Bidder is required to state below what work of similar magnitude completed within the last five (5)years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Goodland Drive Watermain Replacement Collier County Public Utilities (project name) (project owner) Naples. Fl 3339 Tamiami Trail East Naples, Fl 34112 (project location) (Owner's address) Watermain Installation Oscar Martinez Project Manager (project description) (Owner's contact person) (title) 5/2017-11/2017 $1,103,431.00 239-252-6214 OSCAR MARTINF7(p7C0I IERCOUNTYFLGOV (project start/completion dates) (contract value) (phone) (email) 2. Border Road Watermain Extension City of Venice Utilities Waste Water Treatment Plant (project name) (project owner) Venice, Fl 200 Warfield Ave Venice, Fl 34285 (project location) (Owner's address) Water main Installation Stephen Mar.Fachern Project Engineer. Stantec (project description) (Owner's contact person) (title) 01/2016-07/2017 $687,166.70 941-225-6177 STEPHEN.MACEACHERN@STANTEC.COM (project start/completion dates) (contract value) (phone) (email) 3. n•- • - a _ - 11-.4 :-• _ -al-s _Collier County Public Utilities (project name) (project owner) Naples. Fl 3339 Tamiami Trail East Naples, Fl 34112__ (project location) (Owner's address) Watermain InstallationB n�Bullert Sr..Project_Manager (project description) (Owner's contact person) (title) 9/7017-4/2018 $1 124 529 90 239-252-2583 RFNJAMIN Rl1LFRT@C01 I IFRCOUNTY.GOV (project start/completion dates) (contract value) (phone) (email) FORM b-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 Cost Measure Measure (Quantity) Cost (Description) (LF.SY) 1. Sloping LF 4,150 $6.00 $24.900.00 2. 3. 1 4. 5. TOTALS 24,900.00 Failure to complete the above may result in the Bid being declared non-responsive. Company: Quality Enterprises USA, Inc. tom,.___ Signature: .2--.). 1)ste ..____101.03]1.$ _ _ 6euis-J, audio,Vice President C40 I'OILS-` �z, iDl\'D _.....,.. KNOW ALL h1EN BY THESE PRESENTS,that we Quality Enterprises USA,Inc. (herein after called the Principal) and Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and existing under the laws of the State of Maryland with its principal offices in the city of Schaumburg and authorized to do business in the State of Florida are held and firmly bound unto the Collier County Board of County Commisioners _.........._._..._.... (hereinafter called the Owner), in the full and just sum of -Five-Percent-of-Amount-Bid--- dollars(S 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 heirs,and executors,administrators,and assigns,jointly and severally and firmly by these presents. Whereas, the Principalis about to submit,or has submitted to the Owner,a Bid for furnishing all labor,materials,equipment and incidentals necessary to furnish,install,and fully complete the Work on the Project known as Bid No.I8-7473. NOW,THEREFORE,if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ 5%-of-Bid 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 27th day of September ,20 78 . Quality Enterprises USA,Inc. Principal BY e' . ._ -. _... (Seal) Lots±s—d duo, Vice President Fidelity and Deposit Company of Maryland _ Surety p t ytt �} ~_ c•'t. (Seal) Terri K.Stra iia° A orney-jin c Countersigned I Non-ResidentClinton Biers Appointed Producing Agent for Fidelity and Deposit Company of Maryland Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents.The bid security attached is to become the property of the Owner in the event the Agreement,Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth,as liquidated damages,for the delay and additional expense to the Owner,it being recognized that,since time is of the essence,Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement,Insurance Certificates and Bonds within the required time period. In the event of such failure,the total amount of Owner's damages,will be difficult,if not impossible,to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates,and Bonds as required hereunder.The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement,Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order, the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Two Hundred Thirty(230)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 Sixty(60)consecutive calendar days after Substantial Completion,computed by excluding commencement date and including the last day of such period. 0 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof do hereby nominate, constitute,and appoint Mark C.BUNDY,Tammy A.WARD,Terri K.STRAWHAND,Daniel J.GRYGO and Kathryn SNELL,all of Virginia Beach,Virginia, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York.; the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day of lune.,A.D.2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �a otios,: • X64 4 ....0'.•••„o SEAL g' — • .k — ," " �o A. 4 t} AA Secretary Vice President Michael McKibben Michael Bond State of Maryland County of Baltimore On this 26th day of June,A.D.2017,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and MICHAEL MCKIBBEN,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instmment,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer 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. ,,,nun,,,, co.„,),:,,,,CI.. , tyi. .. hn,n+`` Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 176-3814A EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,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 Article V,Section 8,of the By-Laws of the Companies is still in force. 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 ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the 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 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and 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. 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 hfreunto subscribed my name and affixed the corporate seals of the said Companies, thisL.lb day of '0f.f.4:4-t* bc/ ,20 I . ,Tq Stops,i "14 •014.4.orft / SIMS "7' ; ZZI 0 (EAL I 4.)„,/t t\ '1 David McVicker,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 0 co :ger county Administ atve Services Deparhnent Procurement Services Division FORM 9-CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g.,writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information—The firm has not,had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor/vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project;and, 2. Indicate if the information produced was obtained as a matter of public record(in the`sunshine")or through non-public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above bd identified,may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial,contractual,organizational, or otherwise)which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Finn: Quality Enterprises USA, Inc. Signature and Dates ^ �- 10/03/18 Print Name: I.nuis.1 Gai min Title of Signatory: Vice President Cofer County Adminstratve Services Department Procurement Services Uvision FORM 10-VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34.112 Dear Commissioners: The undersigned,as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith,without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County,for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further,the vendor agrees that if awarded a contract for these goods and/or services,the vendor will not be eligible to compete,submit a proposal,be awarded,or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 3rd day of_ Q pier 20�$in the County of Collier ,in the State of Florida Firm's Legal Name: Quality Fnterprises USA. Inc Address: 3494 Shearwater St City,State,Zip Code: Naples Fl 34117 Florida Certificate of F59000002550 Authority Document Number Federal Tax 544)247_002.---- Identification 4-Q9470O2Identification Number *CCR#or CAGE Code OXMZ7 *Only if Grant Funded Telephone: 239-435-7200 Signature by: 4110 • ' • i'• (Typed and wri Title: Vice President 0 Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City,State,ZIP Telephone: • Email: LGAUDIOng QEUSA.COM Office servicing Collier County to place orders • (required if different from. above) Contact name: Title: Address: City,State,ZIP Telephone: Email: Secondary Contact for this Sal Melia Solicitation: Email: SMEJIAaQEUSA.COM Phone: 239-435-7200 Co re-r County Administrative Services Department Procurement Services Division FORM 11-IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed,notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further,Vendors are required to enroll in the E-Verify program,and provide acceptable evidence of their enrollment,at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("1NA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verify),operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name _...__Quality.Enterprises..U-SA,._.l.ac_. Print Name Louis J. Gaudio Title__Vice....P.r..e.sident Signature... Date 10/03/18 State of Florida County of Collier The signee of these Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. Commission No.: GG 1288 Notary: r G Isa Carreras ISA CARRERAS Commission#GG 1288 .,.111 ,v.. My Commission Expires y os, June 13, 2020 Go1l3er County Administrative serer Department Plocut msent Sed,i_s Or.isic FORM 12-VENDOR SUBSTITUTE W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5)requires that the county notify you in writing of the reason for collecting this information,which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name Quality FntArprisPs USA, Inc (as shown on income tax return) Business Name(if different from taxpayer name) Address_ 3494 Shearwater St City_ Naples, FL State Florida Zip 34117 Telephone 239-435-7200 Email LGAUDIOaC)QEUSA.COM Order Information(Must be filled out); Remit/Payment Information(Must be::fiUed out) Address 3494 Shearwater st Address 3494 Shearwater at City Naples State Fl _ Zip 14117 City Naples State FL Zip Email LGAU.DIOta?QE 1SA.COM Email ELITTLETON(a7QEzUSA.CCIM 2. Company Status(check only one) _Individual/Sole Proprietor x Corporation Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC Enter the tax classification 50.1 (c)3) (D=Disregarded Entity,C= Corporation,P= Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 54-0947002 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award). 4. Sign and Date Form:Certification: Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge. SignatureDate -" ... 10/03/18 �--6 stns J'"�Gaudio Title Phone Number Vitae P_resid..e.0 CAO 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. Bid Schedule has been completed and attached. 5. Any required drawings,descriptive literature,etc.have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed in Bidsync: 1. Construction bid instructions form 2. Construction services agreement 3. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: 1. Bid Form(Form 1) 10. Vendor Declaration Statement(Form 10) 2. Contractors Key Personnel(Form 2) 11. Immigration Law Affidavit Certification 3. Material Manufacturers(Form 3) (Form 11) 4. List of Major Subcontractors(Form 4) 12. Vendor Substitute W-9(Form 12) 5. Statement of Experience(Form 5) 13. Bidders Checklist(Form 13-this form) 6. Trench Safety Act(Form 6) 14. Business tax Receipt(Collier County 7. Bid Bond Form(Form 7) Businesses Only) 8. Insurance and Bonding Requirements(Form 8) 15. Signed Grants Provisions Package(if 9. Conflict of Interest Affidavit(Form 9) applicable) 9. Copies of required information have been attached 1. Company's E-Verify profile page or memorandum of understanding 2. Certificate of Authority to Conduct Business in State of Florida 3. Any required professional licenses-valid and current (ie:General Contractors license,Underground Utility and Excavation,Builders, Trade Contractors,etc.,as applicable,requested and/or required.) 10. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time,otherwise the Bid cannot be considered. Quality Enterprises USA, Inc. Bidder Name C: l ouis.1 Gaudio,Vice President Signature&Title Date 10/03/18 0 State of Florida Department of State I certify from the records of this office that QUALITY ENTERPRISES USA, INC. is a Virginia corporation authorized to transact business in the State of Florida, qualified on May 25, 1995. The document number of this corporation is F95000002550. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniformnbusiness report was filed on January 24, 2018, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Trventy fourth day of January, 2018 7N.... ViJtJ" �, ff. ,, _X� _ .,44. : . c b, 16044,ga .._ %. { • * -6_,..1a-„ � M . . , ,1 . Secretary of State CpA' ¢ Tracking Number: CC509-1720198 To authenticate this certitiicate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/F icings/CertifiicateofStatus/CertificateAuthenticati0n CAO COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 001263 COLLIER COUNTY TAX COLLECTOR-2800 N.HORSESHOE DRIVE-NAPLES FLORIDA 34104•(239)252-2477 VISIT OUR WEBSITE AT:www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30,2019 Y_ °�— `. ,•� DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION.;; LOCATION: 3494 SHEARWATER ST �, FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. ZONED: COMM/PUD F; 104, LiBUSINESS PHONE:435-7200 ,,,-,c,."No* " GAF , - STATE OR COUNTY LIC#:CB CA57231 / / Corpora!' n .. Y1\, QUALITY ENTERPRISES USA, INC. ,.:.,..N, i /' 1' ` .'' .. '. I MURRELL,HOWARD J JR is ■t \• '' 3494 SHEARWATER ST 1f NAPLES,FL 34117 4°w as 31-40 EMPLOYEES I - '. '`"`— ci { CLASSIFICATION: 05 BUILDING CONTRACTOR ''1 ' ' `R , ► THIS TAX IS NON-REFUNDABLE- CLASSIFICATION CODE: 05104801 \ 41. I+" DATE 08/28/2018 oc 8,, AMOUNT 72.00 This document is a business tax only.This is not certification that license l's lifieRECEIPT 500-19-00067943. It does not permit the licensee to violate any existing regulatory zoning laws.o # e : ` co i�sce .s`` :'' nor does it exempt the licensee from any other taxes or permits that may be required"bylaw.`` ` ' ' COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 013830 COLLIER COUNTY TAX COLLECTOR•2800 N.HORSESHOE DRIVE-NAPLES FLORIDA 34104-(239)252.2477 r VISIT OUR WEBSITE AT:www.cotliertax.com THIS RECEIPT EXPIRES SEPTEMBER'30,2019 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION LOCATION: 3494 SHEARWATER ST '" C FAILURE TO D0 SO IS CONTRARY TO LOCAL LAWS ZONED: COMM/PUD r/ ,L F , BUSINESS PHONE:435-7200 ,' ' ,v ":"• E LGAOR "' " " STATE OR COUNTY UC#:COC 057398. . " Corpora!' n % '�� QUALITY ENTERPRISES USA, INC. ii<o) IF '... rl {` t y;MURRELL,HOWARD J JR. ., `., ‘ ; '� 3494 SHEARWATER ST ' t i MAPLES,FL 34117 ,. .. 31-40 EMPLOYEES 'I' r-'4"-1' ,x r ,��rr ' • ', ' CLASSIFICATION: UNDERGROUND UTIUEXCAVATINA. CONTRACTT7R s -THIS TAX IS NON-REFUNDABLE- 1 CLASSIFICATION CODE: 05102801 ' S° y, , �'"d DATE 08/28/2018 ''+: ....'''' AMOUNT 72.00 This document is a business tax only.This is not certification that license is ified.,. .:_° RECEIPT 500-1900057943. Itidoes not permit the licensee to violate any existing regulatory zoning laws i eco I*c s M.:. nor does it exempt the licensee from any other taxes or permits that may be reguired'by law.- ,- CAI � 1 � r t I ' t y .'-'0 ' ,--:'' ' ,' C� ' ID I- r ;.PYo G,` L W W w N ';. ..� W .ce D ...-- rex4arygs R.;.;, r � p z. ., a ' x FUS 1 a, 4' N °3 v --, - pi% # '-,,t a 4 :t- ' )1, a' " 1..... 4_,--„.. n ..i,...., u,„0 .._., .= .. ..... _c . : ,..2, ,.. .„,.„, I.I.. . . ,,,,,i,e .111 :.,,,,,,„..,...4..„..., 44,:.,ii.,.....:„.. , '0,:k.•=' _9. .. - 4E' -1-' , 146.4% 14\4Fki., . r '" 1 itg r-,"''=".tz- ' V1 -r •t1,-:- '-'"' .,,-=11. '1.1.'1.-:?. ."-11,,,:''cik,:t„cf) .`z2 - c .f., - W .CD 0- c ' , ':,- ' - ' 1.... vik c Z 'a[37144;.'- ,,.,,-..-- -, :,...._%...t/A4cL,A Itf 22 i -0,,..—,,„,,, . ,, ., „ ,� _ \gab ;A.".= 4,, "`, .r*.‘'.e' stIr 7'- ----cos,,,,,,", ,,,,,,„, .' b4,--2t1161 tt �'f4 t-'- ,{„r• ,.,ir ., Y . „.„ ,, ..,, a - . '-', '-' - - ons.ityk 1/4.0, , itgc rzyle- sia. ,,, ...., . .. L •�c4 a a 5 ,. U • r� s c.) t Q T y' n a �1.. , a � '• - 1(1114. 11 - '- ,fig• z {L�1 ., i i ' `• fail ,,,47.-Iii-i ; ' •.�$,, 9. _Li ._1.5...Y11 �'qc Y• z: tai ov w •F �f, ' W a� iW �d -,:'.:a .... '.- , . . :::‘....,::=4"•::.. , co:)..:-.', ,''.:-',' ,.,.,4-.'..4" ,*- .6* .;!.;•.:,,,':,' b' E • • 44'. 1 E ys ' ` � "a... "« .fitO L w, t; z .* i ,. ' ..4,y - 144 51:..: tl'i., 1. ''''`.7:-,; '0;'-'4; r o%;•-• - '' . 2 - . . 'c:'. g '. I ,K� Bt .. #g•' ® of �„ '� �''} 4a �' Q W 0 iii ,-gfi® o L-�� t 14 y .: ' .. .,,,..... ./....--,.,. <,:„.. :..:-.,,.....,.. uN t„ ,-,2:,..--.:..,-17.,,,,- .Q / r ..Q Z ma ' ` ` I` Y~ j OUJo U • • 1414 • ^t N x v • 4 F- ' l-' ,{;t 'a'i't } .. '�” 5 1 .. �r0 it.'-'72;..\•1 -1.#1,ft.''''''''''' - EmployerWizard Page 1 of 1 -, V :4't . .. -, .-....ffi. e ,la. WoltOrnt, Dsor ID Cut Le Employment Eligibility Verification EILEEN LITTLETON ELIT8661 1023 AM-t WM010 Log Out r„QV:;V.n:r:F,'.;.g.-1V*;'.f,i2K-.E :-Nf.r--Ti--VM1'1";K'i.S 'qi-iV:.gttT.Q.%%116'L':'ni'-'I'afaZ:e.:T-4-N,Vii; -:i.-:''-'...Z14.Z-4-.W--,Z.4f.T4-1-1: 41.4-Z'•w':-'-r'X-s,s--- r-,s:-..V., Nome Company information My Caaes New Case : View Gates 1 Company Name: QUALITY ENTERPRISES USA,INC 1 , View/Edit ; My Profile , Company ID Number: 234219 Edil Profile Doing Business As(DBA) Chane Pass-wont . Name: . DUNS Number: Change Security Que„%lons i My Company Physical Location; Mailing Address: Edit CompanyMotile < Address 1: 208 TIN TERN CT Address 1: Add New User Address 2: Address 2: View Existing Users City: CHESAPEAKE City: ' Close Company State: VA State: Account Zip Code: 23320 Zip Code: My Reports County: CHESAPEAKE CITY Maar Reports taly Resources '! Additional Information: . I view Esaantlal Resourte* : : Employer Identification Number:540947002 Tatra Tutonal 1, Total Number of Employees: 100 to 499 \Pew User Manual Parent Organization: Contact Lis i; Administrator, QUALITY ENTERPRISES USA INC Organization Designation: Employer Category: Federal Contractor without FAR EVerify Clause : . NAICS Code: 238-SPECIALTY TRADE CONTRACTORSViewi„Edit . , , '1 , 1 Total Hiring Sites: 1 View/Edit,.. ,_..,.....t L: t.....1.7'.: Total Points of Contact:. 3 ';;IV.-1:rckTM 1 Man - - ' - ';',7Wil''''s-W.,,AWgZ•W`'.4,-,-;t;:-r-'4*". t,-'7.4'-'iZnii'i,M1-4-4." 'Vf0V 33$ Useeriment 03 nemeuina Securay v.^4,..;,Ins cm U.5 Cgtzetf•-N,red in,A,rnim tonicon-S..A'.0i titi+j3 VST AnSibilit`f DOWilbeki,eleg t*VI httos://e-verify.uscis.goviempfEmployerWizard.aspx 10/19/2010 CAA 10/4/2018 Detail by Entity Name DIv!s oN OF CORPORATIONS )f ;`r7 .o 54j .org ç wo....--•- -,�,.«-......:W., ::: t3 ;.':? 'x� :rj r,?rf pepartment of State / Division of Corporations / Search Records / Detail 8y Document Number/ Detail by Entity Name Foreign Profit Corporation QUALITY ENTERPRISES USA, INC. Filing Information Document Number F95000002550 FEIIEIN Number 54-0947002 Date Filed 05/25/1995 State VA Status ACTIVE Principal Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Mailing Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Registered Agent Name&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 12/04/2017 Address Changed: 12/04/2017 Officer/Director Detail Name&Address Title PD MURRELL, HOWARD JJR. 3494 Shearwater Street NAPLES, FL 34117-8414 Title ST MURRELL, STACEY http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=QUALITYEN... 1/3 Cit 10/4/2018 Detail by Entity Name 3494 Shearwater Stree NAPLES, FL 34117-8414 Title Officer/Assistant Secretary Murrell,Allison B 3494 Shea rwater Street NAPLES, FL 34117-8414 Title VP Guudio, Louis J 3494 SHEARWATER STREET NAPLES, FL 34117 Annual Reports Report Year Filed Date 2017 02/06/2017 2017 0502/2017 2018 01/24/2018 Document Images o1owun10—ANNUAL REPORT View image in PDF format | �������������������� 1um^mn1r—Reg.Agent Change View image in PDF format yr/21cm1r—AMswOsoANNUAL REPORT View image mpopmnn� omouon1r—AMENDED ANNUAL REPORT View image in POF format __ __a__ uuma/2o1r—ANNUAL REPORT View image in PDF format n1oeuo/s—ANNUAL REPORT ___v`���=���_.�PD,�rm�___] o1/29/uo1a—ANNUAL REPORT View image in PDF format o1mmuum—ANNUAL REPORT v/��image/nPDF^m m^ ___�, o1mmoo10—ANNUAL REPORT View image in PDF format ���������������� . 01/06/2012 —*mmuALespunr __-m��image mPDF format � 111(98/2011— � nov.8ouo�uumom _„ «/*w/maonin �»r PDF u1mroo11—ANNUAL REPORT View/maoompopm,m^� ' ---- ------ --- u2/oaz1n—ANNUAL REPORT View image in PDF format n«1wuoop—ANNUAL REPORT View"mag.e.nPDF format __-| rmn���� n� oo�am -- u • pop 000xwwu��ns�onr --View n1/2wuoon—ANNUAL REPORT View image mPDF mnn� | � __-- oumumour—AwwoALnsponr View/maoempop��m o1/2o/2o96—ANNUAL REPORT View image in PDF format uv1u/2o05—ANNUAL REPORT View image in PDF format 01/29/2m9w—ANNUAL REEOuRT_ View image/nPDF u���____ 02/06/2003--ANNUAL REPORT View imc /m nn����p� ___� om1amoou—ANNUAL REPORT View image in POE format ................................. ------------ omoamnoc—ANNUAL REPORT View image in PDF forma --------------------------------- 04/03/2001—ANNUAL REPORT View/��mr���� | _— 08/28/2000--ANNUAL REPORT View image in POE format ! owom1ee—ANNUAL REPORT View image in POE format ! ---�_ �---� ��_' -----'' C., 0 10/4/2018 Detail by Entity Name 02/03/1998--ANNUAL REPORT View image in PDF format 04/21/1997--ANNUAL REPORT View image in PDF format 05/01/1996--ANNUAL REPORT View image in PDF format I 05/25/1995--DOCUMENTS PRIOR TO 1997 View image in PDF format I .......................................................................................................................: CM) http://sea rch.su n biz.org/Inquiry/corporationsea rch/Search Resu ItDetai I?inq u i rytype=EntityName&directionType=1 n itis I&search NameOrder—QUALITYE N... 3/3 EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name , Personnel Category Chris Speros Construction Superintendent Matt Casey Project Manager 10 Construction Services Agreement: Revised 072118 CM) 415*8tT E141, PAYMENT .USLIC BOND 18-7473 9299684 cones*? Oontract No. 16:471 _ KNOW ALL MEN By PRESENTS; Inat Quality Enterprises USA.Inc. • , as Prior*, and Fidelity and Deposit Company of Maryland --- ;HS 8_,uretV/ (19136ted 1299 Zurieb Way.Schambura.IL 60196 -„,(134.1301848 Address)are held and firmly bound to....,Boal.1 of County Commissioners,;oilier coliniy,!Las°bow inter Of Two Million Fifty Eight Thoutind One Hundred Twenty One.... s .2....4id 0/1 4.88,0.121.00-4forgle 0*i-0M Whored!we bind otirtieltivai our heita4'. exeditOirk personal tVreafortafilfee,suOcestrori. and assiOns,jeintly and two*. WHEREAS;Pyinoigrel has entered into a Ontaat.dated eta the sat day Of, November 0:18 ,, wffti Obligee for paps 308 Foree Main jmprovem•iiits_ in ...ionociaritil with aiwkigs•indlipegiffoatiOne,,WhkrytIOntio4 Is itic***0 tiiiiltiplin90 and MO*part hereof,and is**AO herein as tfrat THE 4014011104 OP:TH1S-Whillisthat tf Principal Prdmpty makes paytatatit to ail dolma* as defined th Sec 2r-55•0e411 Florida Otitiltes *OplyIng.firInct081 With labor,Mated*or*000;trtalid Ore*or Itaikactiy by r1ndpa1 h the prosecution of the work provided for in the Contract,then thM,Otrd it void;otherwise It(ethsirre 16 ttill fOtoe. _ . Any charges In Of Under the Contract,end comm Of tiOnOrnplidnaer with any fOnnekities •Senrieeted 9iittrtthe 90are, et r'.1`, the ire do not affect, :s4fe*;Ohli$911:.ender this qond. The provisions of this bond are 0000:W the thrtet!hUtaHtelle Oh 240,00(2), In no event *111t11:#Stir*bet.liable in the aggregate to clitillenttr*Ono than the 000 sum of Paynllnt Bond,reiontiteas Of the horn*Of suits that nreY'Oe filed bY datttairkk IN.WITNESS WHEREOF, the above parties-14‘107040448d* OILS inAt818108 this 26th day,of ,November 2018 i,the name of each party being affixed and these presents dOWeicirrol by its undekagned representative,prirsuant to authority Of Its governing bedy. *goer S Atirsorentr Roo Milts 1 sgrled,sealed and delivered in the present*of: AllePRINCIPAL -,. Quality Enterprises USA, Inc. a Carreras lilt I 8Y Witnesses as t, - incspal N• , . mi.sui. . 4 • , Margarita. egron rrs: Vice President STATE OF Florida COUNTY OF col-i-I P r 1 The foregoing Instrument Was acknOwledge1 before me Ws 76 r il day of Novpmh er 20 1 R, by Louis J. Gaudio __ as vu.e 1),rg9irlf.nt - of auglitygx...t4rTaig;:a vivgAnia corporation, on behalf of the Corporation.He/she ft*. Iinally known tO rne OR has produced N/A ,aSjdentification and did(did not)take an oat. , , My Cornrnission Expires: 2/11/22 . (Striatum of Notary). Immeniumusw.......„.............maseisusl,' .1.,..v"..,„ MARCIE L.COHEN . . is4* '1'- • • ,*, '• -:. MY COMMISSION#GG 152066 ::*:: , :* NAME: Marc i P T._ WI P41 W EXPIRES:February 11,2022 es,' (Legibly Printed) ,..gr,r;,.,,• Bonded Thni Notary Public Underwriters (AFFX OFFICIAL SEAL) Notary'Publi; State of Florida cOMMISSIOn NO.: pG 1 520j6 ATTEST: SURETY: 1 I (Printed Name) (Business Address (Authorized Signature) Witnesses toStirety ,(Printed Name) condituesoo UM coa Agreement RinAted 07214 I Fidelity and Deposit Compa y of Maryland OR 4 Aft 11 WA / As A torney r. Fa (Attach Power of Attorney) Kathryn Snell Witnesses Dani J. Grygo (Printed Name) 1299 Zurich W-y Schaumburg, IL 60196 (Business Address) 804-287-1167 (Telephone Number) STATE OF Virginia COUNTY OF Virginia Beach The foregoing instrument was acknowledged before me this 26th day of November 20 18 by Kathryn Snell as Attorney-in-Fact of Fidelity and Deposit Company of Maryland Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. 411-(/ My Commission Expires: September 30,2022 kr) (. (Signature) Name: Terri K.Strawhand (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Virginia Commission No.: 247448 TERRI K STRAWHAND Notary Public Commonwealth of Virginia Reg.#247448 My Commission Expires 9/30/2022 13 Construction Services Agreement:Revised 072118 9 EXHIBITS 2 PUBLIC PERFORMANCEBOND - 1(14-P3 box'No. 9299684 Contract No. 18-7473 KNOW•A1,-1 MEN BY THESE PRESENTS. That Quality Enterprises USA, Inc. as PrincIpldl; and Fidelity and Doesn't..Comoany of Marv)and as 0 1299 ZunchWay,Sphaumbur9�IL 60126. (BUslnese Add(ess) are held and --_ ;firmly bound to and of County Comn)istioners.Collier County,FL ,oS Obligee in the Stihl of .Two Mdh9n Fifty'fight Thousand One Hundred Twenty—one Dollars and oppiop •($ 2.o q.ss1.9Q )for the payment whereof We bond burseives,otuheirs,•exacutofa;Rerronel SO*et aathrelk sucucesaor>rrshit assigns,joiryttyaitd severally, :WHE LEAS, Principal has. entered 'into a centred dated as of the 26th of November 2018 , Of! _ day Obligee for MPS-308 Force Main Improvements ,. in �G.ordance wlttl'drawl arid speeO flcatians,which c otltrac'i4 Inr+opbrated by reference and Made a part"hereof,and is referred to herein ea the.tbfitract. TIE QONOtTICN,OF THIS BO(4D is that if Prindpal: t, P s the Contract at the times and in the rnattner afortl� prescrtbaq in the(;dyttrit and • 2. Pays abbot any and all losses,dames,coat,and ettomeys`tieasthatCXi ee s tsirrs bec auso f r' 'default by Principal-tinder the•Contract, Including"but fro}limed to,all delay larakISS ,i0ether liquidated or actual,kiiurred by Obligee;and , aertcrm •thee guarantee of ell work, and maferief$fUmished undertheC ntreotfo f the time Specified ih the, ntract,then this bond Is void;Otherwise it rehiains.in full force., Any chances In 'or under the Contact and compliance or noncompliance with any formalities connected with the Contract tx the changes do not affect Sureties obligation under this Bond. The Sarety,for value received,hereby stipulates and agrees that no.changes,extensions of time, atter atlons ot'additiane to the terms of the Contract or'other work to be"performed hereunder,or the apecificatians referred to therein shall In anywise affect Its obligat)gns under this bond and It does hereby waive notice of any such changes,extensions of tkne;alterations or additions to the terns Of the COntract or to work or to the specifications. This lnsWrmertt shall be construed In all respects as a common law bond: It is expressly Understood that the time provisions and statute of Imitations under Section 255.pt, Florida Statutes1 sftal(not apply to this bond In no event will thee)urety be liable M the aggregate to Obligee for mere than the;penal sum of this Performatkleaetid regardless of the nig ber of sulfa that(flay PE filed try Obligee. ,14 Co,r oi,i i 8 nda1ls ggraen11an1 NI Ised 072118 /", • IN WITNESS WHEREOF, the above parties have executed this Instrument this 26th day of November ,20 18 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, seals. and delivered in the pr- :, of: PRINCIPAL Quality Enterprises USA, Inc. Witnesses as toA; incipal Margarita 1;,-gron NAME: Louis J. Gaudio ITS: Vire President STATE OF Florida COUNTY OF C..n1 1 i er The foregoing Instrument was acknowledged before me this 26thday ofNovember 2018 , by Louis J. Gaudio as Vice President of Quality Enterprises USA. Ince, a Virginia corporation,on behalf of the corporation. He/she is personally known to me OR has produced N/A — Known as identification and did(did not)take an oath. L.COHEN (Sinature) : MY COMMISSION#GG 152066 ▪ P«. EXPIRES:February 11,2022 Name: Marcie L. Cohen L▪'•�O..,,„tO RF , EinadThru PublcUndarakers (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florida Commission No.: GG 152066 15 Construction Services Agreement:Revised 072118 ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR Fidel' and Deposit Compa of Ma d i c. _ _�.J i.. As ttorney i Fact 10,..14 )-3,17, (Attach Po = of Attorney) Kathryn Snell Witnesses D nisi J.Grygo (Printed Name) 1299 Zurich Way Schaumburg,IL 60196 (Business Address) 804-287-1167 (Telephone Number) STATE OF Virginia COUNTY OF Virginia Beach The foregoing instrument was acknowledged before me this 26th day of November 20 18 , by Kathryn Snell ,as Attorney-in-Fact of Fidelity and Deposit Company of Maryland ,a Surety, on behalf of Surety. He/She is personally known to me OR has produced as idetification and who did d oft a an o th. My Commission Expires: September 30,2022 ' �11ti 6� ((,r; r (Signature) Name: Terri K.Strawhand (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Virginia Commission No.: 247448 TERRI K STRAWHAND Notary Public Commonwealth of Virginia Reg.#247448 My Commission Expires 9/30/2022 16 Construction Services Agreement:Revised 072118 GP ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Mark C.BUNDY,Tammy A.WARD,Terri K.STRAWHAND,Daniel J.GRYGO and Kathryn SNELL,all of Virginia Beach,Virginia, EACH its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver,for,and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day of June,A.D.2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND o otloi: 8 MUM i t)J /rn r` t , k. BY: j Secretary Vice President Michael McKibben Michael Bond State of Maryland County of Baltimore On this 26th day of June,A.D.2017,before the subscriber, a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and MICHAEL MCKIBBEN,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer 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 4t111\II\\ Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 176-3814A EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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 Article V, Section 8,of the By-Laws of the Companies is still in force. 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 ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the 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 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and 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. 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. �I�N��TESTIMONY WHEOF,���I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this2 h day of N DV t.Yyl ') ,20 '^Q DEPps' .;,.° .sC;q:IMS(; • r.m...- i j4°'.w� o fie``.`°e.o 4r.`T M.lb. a { .1' p0 - My Jnr _.'•. lase i .,.. 44... ''- ' ) ili ' David McVicker,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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 Article V, Section 8,of the By-Laws of the Companies is still in force. 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 ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the 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 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and 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. 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, thiel-\day of N L V r h i .-Cr ,20 ( 'moo 0"0:,' `grgs;;; -• put P./ s o ix` lo= SEAL " ` k b.. *A jar '• ..a► � { Q/ L - David McVicker,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense,carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value cF the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Contractor's sole responsibility. Coveragel shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 Construction Services Agreement:Revised 072118 ���} Should at any time the Contractor not maintain the insurance coveragerequired herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage) and charge the Contractor for such coverage purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work,the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement:Revised 072118 c80 Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits I. ® Worker's Compensation Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers'Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https://apps.fldfs.cornfbocexenipti 2, Z Employer's Liability $ 1 00,0Qt)_single limit per occurrence 3, ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current ISO $ 9141, O i 1:'k single limit per occurrence, $2,000,000 aggregate for Bodily Injury form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors;Products and Completed Operations and Contractual Liability. 4, ®Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees,to the extent caused by the negligence,recklessness,or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 5. ®Automobile Liability $ ' ,QQ,' Each Occurrence;Bodily Injury&Property Damage, Owned/Non-owned/Hired;Automobile Included. 6, ❑Other insurance as noted: 0 Watercraft $ Per Occurrence 0 United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shalt be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence 0 Pollution $ Per Occurrence ❑ Professional Liability $_._, __ . Per claim&in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence ❑Technology Errors&Omissions $ Per Occurrence C kC) 19 Construction Services Agreement:Revised 072118 7. ®Bid bond Shall be submitted with proposal response in the form of certified funds,cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. CI Performance and Payment For projects in excess of 5200,000, bonds shall be submitted with the executed contract by Bonds Proposers receiving award,and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner,provided,however,the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus,all as reported in the most current Best Key Rating Guide,published by A.M. Best Company,Inc.of 75 Fulton Street, New York,New York 10038. 9. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Contractor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. kill Thirty(30)Days Cancellation Notice required. 8/14/18-CC Contractor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) days of the award of this solicitation. Name of Firm Quality Enterprises USA. Inc. Date 1 0/03/1 8 Contractor Signature ...--1— ry Print Name I mitis,l Gaudin Vire.Etesident Insurance Agency Rutherfoord Agent Name Herb Moss or Heather Garrett Telephone Number 757_456.0577__. 20 Construction Services Agreement:Revised 072118 CNC EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated ,20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns,that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed,shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify,defend and save harmless Owner from all demands or suits,actions,claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: Witness ITS: President DATE: Witness [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by ,as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: 21 tra Construction Services Agreement:Revised 072118 EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER)or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: County's Division Name Project No. Submitted by Contractor Application Date: Representative: Name Contractor's Name & Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed& $ Stored to Date: Retainage @1 0% $ Retainage @ 10%through [Insert $ through [Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time ok Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens,claims,security interests and encumbrances(except such as covered by Bond acceptable to OWNER); (3)all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner's Project Manager Name: Signature: Date: 22 4131 Construction Services Agreement:Revised 072118 EXHBIT D(Continued) SCHEDULE OF VALUES Project Name: Project Number Date Period To: • • ITEM DESCRIPTION SCHEDULED WORK COMPLETED STORED TOTAL PERCENT BALANCE 10% _% TOTAL NUMBER VALUE MATERIALS COMPLETED COMPLETE TO FINISH RETAINAGE RETAINAGE RETAINAGE PREVIOUS APPLICATIONS THIS &STORED (reduced rate) WTHHELD THRU DATE SINCE DATE PERIOD TO DATE TOTALS *Explanation for the two columns under Previous Applications:The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue cor into play If this happens,all information up to the date of the%change in retainage is placed in the Thru Date column._Information after that date is placed in the Since Date column This states what has happened since the change in retainage. 23 Construction Services Agreement:Revised 072118 Exhibit D (Continued) Stored Materials Record Formula:A+ B -C- D= E A B C D E Invoice Previously Received Previously Installed Balance To Date Description Supplier Number Received This Period Installed This Period Install 24 Construction Services Agreement:Revised 072118 0 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccsp01/SiteDirectory/ASD/Purchasing/Forms1/Forms/Default.aspx Change Order Farm Contract#: Changes: Purchase Order#: Project*: ContractorfRtm Name: Project Name: Project Manager Name Department: Criginal Cordract'Nork Oda Arrtaurd •Original BCC Approval Date;Anda Item Current BCC Approved Amount Last BCC Approval Date Agenda Ilern# Current Contract!+ark Cider Amount SAP Contract Expiration Data(Nester) Dollar Amount ofthischange #DIV/0! Total Change from Criginal Arnount Revised ContractW odr Order Total 3 0.00 SOIV/0! Change from Current BCC Appresed Amount Cu mutative Changes 5 0,00 #?IV/0! Change from CtrrentAmount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceei OriginalI Last Approved Revised Date Date Completion Dat Date i:iic ass eta mange) *of Days Added Select Tasks D Add newtask(s) I]'Delete task{s) )=TChangetask{s) a Other tSee oaav Provide a response to the fol towing:t)detailed and specific explanationfrationale of the requested change(s)to the taskjs)and I or the additional days added(f requested);2.)why this change was not incl uded in the original contract;and.3.)describe the impact if this change is not processed. Attach arittional information from the Deign Professional andfor Contractor if needed. Prepared by: Dale: {Project flwiager Name and Department) A cc erAartce of itiis Change Order shall cor=_titute a mosRicalion to c ritraot J work order dent ifiei stove and will be subject to all the same terms anti conditions as contained in the contract i work order indicated above,as fully as if the same were stated in this a'"..weplanee.The adjustment!,if any,to the Centrad shall constinee a fell and final settlement of any and all claims of the Contactor 1 Vendor d Consultant/ Design Professional arising out of or related to the Change set forth herein,including claims for impact and delay costs. Accepted by: Date: {Contractor!Vendor/Consultant'Design Professional and Name of Firm,if ooi=ctappplicable) Approved by: Date: (Design Pro saKnalaridNameofFirm,ifprojectapplicable) Approved by: Date: (Procuemeat Professional e9;tt3s3, 25 Construction Services Agreement:Revised 072118 L� li EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJ ECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 26 Construction Services Agreement: Revised 072118 a RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 27 Construction Services Agreement:Revised 072118 0 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: ,20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES " NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Title) By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name&Title) 28 Construction Services Agreement:Revised 072118 EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of Tabor, water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole;topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement:Revised 072118 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the"Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three(3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 30 Construction Services Agreement:Revised 072118 limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty(30)days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing,the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances,together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner(which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 31 Construction Services Agreement:Revised 072118 '�" stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent(10%) of the gross amount of each monthly payment request or ten percent(10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%)completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's procurement ordinance and policies. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract.Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 32 Construction Services Agreement:Revised 072118 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount;(e)reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees)to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 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. 33 Construction Services Agreement:Revised 072118 $ 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a 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 34 Construction Services Agreement:Revised 072118 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, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 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 35 0 Construction Services Agreement:Revised 072118 1 (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Pubic Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all 36 Construction Services Agreement:Revised 072118 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, howexer, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer,employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work 37 Construction Services Agreement:Revised 072118 0 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. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 38 Construction Services Agreement:Revised 072118 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight(48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice,.the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner(or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B-3 to the Agreement. 39 Construction Services Agreement:Revised 072118 Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable,such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/Contractor's proposal may be deemed non- responsive. 40 Construction Services Agreement:Revised 072118*: Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.qov/E-Verifv. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324,et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s)to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits,fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 41 410 Construction Services Agreement:Revised 072118 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1)fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or(3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or(7) allows any final judgment to stand against it unsatisfied for more than ten (10)days; or(8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or(10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s)within seven(7)calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies,and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 4 � Construction Services Agreement:Revised 07211 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event(i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty(120)consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion)is substantially complete.Within a reasonable time thereafter, Owner,Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager 43 Construction Services Agreement:Revised 072118 0/0 shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers,fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one(1)year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 44 Construction Services Agreement:Revised 072118 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected,tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight(8)hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential 45 Construction Services Agreement:Revised 072118 o'v;} costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto,take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall 46 IDConstruction Services Agreement:Revised 072118 include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-1 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 'Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor,without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 47 Construction Services Agreement:Revised 072118 {)V.7 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment,the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and.areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein,whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 48 Construction Services Agreement:Revised 072118 Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work,the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or 49 Construction Services Agreement:Revised 072118 �'� Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right-of-Way,the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards(DS),where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, 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 50 42 Construction Services Agreement:Revised 072118 the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses.All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner,all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of 51 Construction Services Agreement:Revised 072118 et Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub- subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent,foreman and schedulers at all levels) must have been employed in a supervisory(leadership)capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing,all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence,shall be an extension of its contract time. 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. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 52 Construction Services Agreement:Revised 072118 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County 53 Construction Services Agreement:Revised 072118 under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education,residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1)year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPSCa�colliergov.net)whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exdusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A"project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of$2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing/will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 54 Construction Services Agreement:Revised 072118 Ok J 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision- making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement,the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exdusive jurisdiction on all such matters. 55 01;4 Construction Services Agreement:Revised 072118 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS "Attached hereto,following this page" 56 Construction Services Agreement:Revised 072118 clit) ,, f'''''9e FORGE i � INNOVATIVE ENGINEERING SOLUTIONS Report of Geotechnical Exploration PROPOSED MPS308.00 FORCE MAIN IMPROVEMENTS COLLIER COUNTY PROJECT NO.: 70044.13.1 Airport-Pulling Road & Davis Boulevard Naples, Collier County, Florida Forge Engineering Project Number 135-045.01 April 2018 :' i t -°! �_ i -g u—,„.,v .p X04 > •- ';'-r...k ,.-.. «-a t Y (f Y , .. IV, ,1 j. firm ,--iri.„4, - ‘..t....***.--- ...-,-- I , ' 1-7` L yam-t. -'''. 'r d "I 1 r. " ^' . Y Drn.6L Y2 #.i—.r-'+:s L -t V.• pp • E1,y ws fi'�1f S > f ppII, 4 ..,,,,,,r..‘0=-0 �/' y. { s d x„,,,,..,,,: , 1 V, -n' b' .. , « __._ A. '*. Atix. is 4....AAK t .-* 1 �.c, � ?h-,-... w{., -.1.'"'”�rkl« X44•� I . +; ',PO r"°' .� ' '. w� � q , 3' • A!t'-',4 tar ` `" !. * y Table of Contents Table of Contents ii List of Tables ii List of Figures List of Sheets Purpose 1 Project Information 2 Site Conditions 2 Field Explorations 3 Laboratory Testing 3 Results Summary 5 Evaluation and Recommendations 5 Soil Parameters 6 Utility Excavations 6 Dewatering 7 Site Preparation Recommendations 8 Optional Services 8 Closing 9 List of Tables Table 1: Generalized Subsurface Profile 3 Table 2: Laboratory Test Results Summary Table. 4 Table 3: Corrosion Classification Summary Table. 5 Table 4: Soil Parameters Summary Table. 6 List of Figures Figure 1: Site Location Map Figure 2: Overall Site Vicinity Aerial Photographs & Soil Borings Location Plan Figure 3: Site Vicinity Section Aerial Photographs & Site Section Aerials List of Sheets Sheet 1 of 1: Report of Soil Borings (B-1 through B-4) ii FORGE INNOVATIVE ENGINEERING SOLUTIONS April 26, 2018 AGNOLI, BARBER, & BRUNDAGE, INC. Attn: Mr. Dominick J. Amico, P.E. President 7400 Tamiami Trail North Naples, FL 34108 Phone: 239.597.3111 Cell: 239.566.2203 E-mail: Amico@abbinc.com Subject: Report of Geotechnical Exploration PROPOSED MPS308.00 FORCE MAIN IMPROVEMENTS COLLIER COUNTY PROJECT NO.: 70044.13.1 Airport-Pulling Road & Davis Boulevard Naples, Collier County, Florida Forge Engineering Project No. 135-045.01 Forge Engineering Inc. (FORGE) is pleased to present this report of geotechnical exploration for the proposed project. We have completed in general the services outlined in our proposal number 135-045.01 P dated October 10, 2017 and authorized by you through you Subconsultant Agreement on January 29, 2018. This report presents the project information provided to us, the findings of our exploration, together with our geotechnical evaluation and recommendations. Purpose The purpose of this geotechnical study was to explore the general soil conditions over the project area for the proposed MPS 308.00 20-inch HDPE Force Main Installation project and to provide geotechnical recommendations for utility construction at the subject site. Environmental assessments or other studies were beyond the scope of our services. This report has been prepared for Collier County, Agnoli, Barber, & Brundage, Inc., other project consultants for specific application to the proposed utility design and construction at the subject site. FORGE has endeavored to comply with the generally accepted geotechnical engineering practice common to the local area. FORGE makes no other warrants, expressed or implied. PO Box 113040-Naples, FL 34108 M 239 514.4100-Fax 239.514.4161 www.ForgeEng.com Page 1 of 9 ect o 3 045 Hep(,) . �:t,.�=xt,t_...::iF3 l.0 .il,t,:C? . ls,.:, ;s�r _W. ..,3 r 1 -.0! Proposed MPS300.08 Improvements—Airport-Pulling Road&Davis Boulevard April 26, 2018 Project Information Our understanding of this project is based on several discussions with you, together with some assumptions that we have made based on our experience in the area. You have also provided FORGE with civil plan set titled, "Collier County MPS 308.00 20-inch HDPE Force Main Installation" prepared by your firm dated November 2017. We understand that the proposed project includes designing a sanitary sewer force main utility from Francis Avenue to Lakewood Boulevard. The provided plans indicate that the force main is designed to be a 20-inch High-Density Polyethylene Pipe (HDPE) sanitary sewer connecting to the existing utility on Shadowlawn Drive to an existing utility just north of Davis Boulevard on the west side of Lakewood Boulevard. The provided plan set indicates that the current site elevation ranges from +5.5—to +9.0-feet National Geodetic Vertical Datum of 1929 (NGVD). FORGE has been informed that most of the utility is currently designed to be constructed using open trench methods. The majority of the utility invert elevations are designed to range from 5-to 7-feet below existing grade (+1.0-to -1.0-feet NGVD)when being installed using the open trenching method. The current project design also includes utilizing Horizontal Directional Drilling (HDD) to install portions of the utility pipe line by boring under existing roadways. The first segment of the HDD is proposed to be completed under Airport-Pulling Road, with the proposed utility to be installed to an approximate depth of 13-feet below existing grade (elevation -6.5-feet NGVD). Additionally, HDD is being considered to bore under Davis Boulevard with the proposed utility HDD to be completed to an approximate depth of 21-feet below existing grade (elevation -10.5- feet NGVD). The entry/exit pits are proposed to be located to the south side of Francis Avenue and extending to north side of Glades Boulevard. Additionally, the second HDD entry/exit pits are proposed to be located to the north and south sides of Davis Boulevard near the intersection of Davis Boulevard and Lakewood Boulevard. Site Conditions The majority of the project area can be described as an un-divided two lane roadway with turn lanes, concrete sidewalks, and varying landscaping. All borings were completed in the right of ways of the roadway, near to the proposed entry and exit pits shown in the provided civil plan set. The Site Location Map (Figure 1) and the Site Vicinity Aerial Photograph (Figure 2) provided in the Appendix of this report present the site relative to its surroundings. PO Box 113040—Naples, FL 34108--239.514.4100—Fax 239.514.4161 www.ForgeEng.corn Page 2 of 9 Ro,'oorr of Gec`technNoi z.yDlor'stion FORGE Project No. 135-(.4t,01 Proposed MPS300.08 Improvements—Airport-Pulling Road&Davis Boulevard April 26, 2018 Field Explorations The subsurface soil and groundwater conditions along the utility pipeline alignment, were explored with four (4) Standard Penetration Test (SPT) borings. SPT tests were performed in general accordance with ASTM Procedure D-1586-11, "Standard Penetration Test (SPT) and Split-Barrel Sampling of Soils". The SPT borings were extended to depths of 20-to 25-feet below the existing ground surface along the proposed utility pipeline alignment near the entry and exit pits of the HDD. The quantity and locations of the SPT boring locations were selected by you while the depth of the borings where determined by FORGE. A representative of FORGE located the boring in the field based on both above and below ground utilities present in the vicinity of the work area. An engineer from FORGE classified soil samples taken from the borings. The boring logs summarizing our findings are presented on Sheet 1 in the Appendix of this report. Below we present a generalized profile of the subsurface conditions encountered. Table 1: Generalized Subsurface Profile. GENERALIZED SUBSURFACE PROFILE DEPTH (FT) SOIL DESCRIPTION USC(1) AASHTO12> FROM TO 0 8 Brownish-Gray Very Loose to Medium Dense Fine SP A-3, A-2-4 SAND, Some gravel pieces 8 12i3> Hard LIMESTONE (Caprock) N/A N/A 12 25 Very Soft to Soft LIMESTONE N/A N/A (Severely Weathered to Weathered Limestone) (1) Unified Soil Classification (2) The American Association of State Highway and Transportation Officials Classification (3) B-3 did not encounter the Hard LIMESTONE stratum. The groundwater level was encountered at approximate depths ranging from 3.0-to 4.0-feet below the existing grade at the time of drilling. We anticipate the groundwater level will fluctuate due to seasonal rainfall variations, surface water runoff patterns, water levels in nearby bodies of water, construction operations, and other interrelated factors. The designers should anticipate that the seasonal high ground water level will rise to about one foot below the existing ground surface. Laboratory Testing To aid in identification and classification of the soils encountered, laboratory testing was conducted on representative soil samples obtained from the borings. Specifically, in house PO Box 113040- Naples, FL 34108--239514.4100—Fax 230 514.4161 www.ForgeEng.corn Page 3 of 9 4 0 ,Repc.>t,W°f '. c ..al L:1:;orafion FORGE e x.01 Proposed MPS300.08 Improvements-Airport-Pulling Road&Davis Boulevard April 26, 2018 testing consisted of visual classification, moisture content, -200 sieve washes, and grain size analyses. Outside soil laboratory testing consisting of corrosion series testing (pH, resistivity, chloride, and sulfate)were also completed. Table 2:Laboratory Test Results Summary Table. LABORATORY TEST PERFORMED Moisture Fine Chloride Sulfate Resistivity Sample* Content Content pH Content Content (ohms-cm) (%) (%) (ppm) (ppm) B-1, 4.0'-6.0' 29.2 2.2 - - - - B-1, 6.0'- 8.0' 12.4 - 8.7 3,714 0.6 2.7 B-2, 4.0' -6.0' 20.0 - 8.02 2,142 1.9 9.9 B-2, 6.0' -8.0' 23.9 8.0 - - - - B-3, 4.0' -6.0' 24.3 2.2 - - - - B-3, 13.5'- 15.0' 21.5 - 8.53 2,570 2.1 4.6 B-4, 4.0'-6.0' 17.7 - 8.21 2,295 1.6 12.0 B-4, 6.0' -8.0' 13.9 19.1 - - - - *Boring number and sample depth The soils obtained are generally classified as Fine SAND, with occasional gravel fragments and trace small roots that is non-plastic in nature, therefore Atterberg Limits testing was not conducted. The results of our laboratory testing and grain size distribution curves are included in the Appendix. According to guidelines of the F.D.O.T. "Florida Concrete Design, Environmental Classification and Construction Criteria" there is a three-tier scale of slightly, moderately, and extremely aggressive environments. The test results completed on the soils sampled from the site classified the soils to range from Slightly-Aggressive to Moderately-aggressive for both steel and concrete. The corrosion classification of the aggressiveness of the soils are presented on the following page. PO Box 113040--Naples, FL 34108 M 239.514.4100-Fax 239 514.4/61 www.ForgeEng.com Page4of9 t O t ('��- t FORGE Project No. 135-G45.0 't' F."3€1Fs;;,°f.;st;-C�sL'E:, titCut L...1��rJ%C�fz:iar'i? f . Proposed MPS300.08 Improvements—Airport-Pulling Road&Davis Boulevard April 26, 2018 Table 3: Corrosion Classification Summary Table. Sample* SOIL CORROSION CLASSIFICATION Steel Concrete B-1, 6.0' — 8.0' Moderately Aggressive Slightly Aggressive B-2, 4.0'— 6.0' Moderately Aggressive Moderately Aggressive B-3, 13.5' — 15.0' Moderately Aggressive Moderately Aggressive . B-4, 4.0' —6.0' Moderately Aggressive Moderately Aggressive *Boring number and sample depth Results Summary The borings generally encountered various combinations of fine granular soils (Stratums 1) until encountering a hard LIMESTONE stratum (Stratum 2). The hard LIMESTONE stratum ranged from 0-feet to 6-feet in thickness and was underlaid by a very soft to soft LIMESTONE stratum (Stratums 3) to the termination depth. In all the boring locations, a highly weathered to weathered LIMESTONE (Severely Weathered Limestone comprised of a sand, silt, and gravel matrix; Stratum 3) was encountered at an approximate depth of 12-feet below the ground surface and extending to the termination of the borings. Evaluation and Recommendations Our evaluation and recommendations are based on the project information provided to us, the findings of our field exploration program, and our experience in the area. The subsurface conditions will vary across the site. Should new information become available during design or the conditions encountered during construction be substantially different from the information presented in this report, please contact us so we may evaluate the new information. PO Box 113040--Naples, FL 34108--239.514.4100 Fax 239.514.4161 www.ForgeEng.com Page 5 of 9 tI a, w°Geoteciicai f.> '.,.a,_),. FORGE Project No 13 .0 Proposed MPS300.08 Improvements-Airport-Pulling Road&Davis Boulevard April 26, 2018 Soil Parameters The following table provides soil parameters that may be assigned to the strata encountered during our exploration are presented below: Table 4:Soil Parameters Summary Table. SOIL PARAMETERS Passive Allowable Dry Unit Friction Saturated Earth Allowable Stratum Cohesion Bearing Wt. Angle s Soil Unit Wt. Pressure Capacity Number (pcf) (cD) (p f) (pcf) Coefficient (psf) (Kr) 1 105 32 0 125 3.3 2,500 2 135 34 0 160 3.5 3,000 3 120 30 0 145 3.0 2,000 Utility Excavations The surficial strata across the site consists of very loose to medium dense relatively clean fine SAND with occasional gravel pieces with small roots from existing vegetation. The SAND should be easily excavated but will offer little open trench sidewall stability, therefore excavations may require shoring to stabilize the sidewalls. FORGE recommends that all excavations are done in accordance with OSHA 1926 Subpart P— Excavations regulations. The sand stratum encountered in our test borings from existing ground surface to approximate depths ranging from 6-to 7-feet below grade is suitable for backfilling of utility excavations. A stratum of Slightly Silty to Silty SAND was encountered just above the hard LIMESTONE formation. In order to use this stratum for backfilling of utility excavations, it should be blended with clean SAND in order to reduce the amount of fines in the material to less than 12 percent. If utilities are designed to bear within the very soft to hard LIMESTONE stratum, utilities should bear on a well tamped 6-inch layer of bedding material such as No. 57 or 89 stone. The LIMESTONE stratum is not suitable for backfill of utilities and where this stratum is encountered, the SAND should be used as back filling material. Additionally, the shallow hard LIMESTONE stratum will likely require large specialized excavation equipment to excavate the LIMESTONE stratum to allow for the installation of the utilities. PO Box 113040 Naples, i L 34108-239.5 14.4100--Fax 239.614.4161 www.ForgeEng.corn Page 6 of 9 r- r- 135-04;,in Proposed MPS300.08 Improvements-Airport-Pulling Road&Davis Boulevard April 26, 2018 We understand that Horizontal Directional Drilling (HDD) is being considered to install a sanitary sewer force main utility line under Airport-Pulling Road and Davis Boulevard. The entry/exit pits on the east and west sides of Airport-Pulling Road are on the south side of Francis Avenue and the north side of Glades Boulevard and the entry/exit pits on the north and south sides of Davis Boulevard are on the west side of Lakewood Boulevard. The SAND will be easily excavated but will require shoring to stabilize the sidewalls for excavation depths greater than the water table depth. We recommend that the HDD construction comply with the latest edition of the F.D.O.T Road and Bridge Construction specifications in Section 555 titled Directional Bore and local regulations included in Collier County's handbook titled, "Construction Standards Handbook for Work within the Public Right-of-Way Collier County, Florida". If overcutting during the boring process occurs, the voids should be remediated by pressure grouting the entire length of the installation. Dewatering With the water table encountered at depths ranging from 3.0-to 4.0-feet below existing grade within the vicinity of the proposed construction, dewatering will likely be required to install the utility pipelines. Water levels should be maintained at least two feet below the bottom of all excavations. Depending on the size of the excavation and length of time required for construction, various dewatering techniques could be employed. Dewatering methods such as sumps may be suitable for small and quick excavation work while larger and longer excavations will likely require well points. Mud slabs or compacted crushed stone base may also be required at the bottom of the HDD excavation to provide a stable working platform. Any proposed construction below the water table will require dewatering and should be performed prior to the construction of any above ground structures and allow for the water table in the area to recharge. If construction of structures begins prior to the water table being recharged, soils may encounter greater pressures and increased settlement may occur. PO Box 113040-Naples, FL 34108--239.514.4100-fax 239.514.4161 www.ForgeEng.com Page 7 of 9 0 c.... ... ..fid.:ik FORGE: 0,tect ^o 137:4)43 0 I Proposed MPS300.08 Improvements—Airport-Pulling Road&Davis Boulevard April 26, 2018 Site Preparation Recommendations We recommend your earthwork specifications include site preparation sections similar to those presented below: 1. All excavation and placement work shall be completed in general accordance with Section 125 of the current issue of F.D.O.T. Standard Specifications for Road and Bridge Construction. 2. Soil shall be moisture conditioned to +1- 3% of the materials optimum moisture content defined by the maximum dry density. 3. Soil bedding and backfill shall be select sand with a Unified Soil Classification of SP or SP-SM, SP-SC, or SW. 4. When backfilling under wet conditions, procedures for section 125-8.3.4 shall be followed. 5. All soil backfill shall be placed in lifts not exceeding 12-inches in thickness. Lift height shall be reduced to 6-inches or less for material compacted with walk behind rollers or plate compactors. Each lift shall be compacted until a density of at least 95 percent of the modified Proctor maximum dry density is uniformly obtained. 6. Field density tests shall be conducted after compaction of the existing grade, at the bottom of all excavations, and in all backfill or fill locations to verify the specified degree of compaction is obtained. 7. The test frequency should be a minimum of one test per lift, per 100 linear feet. Optional Services FORGE should be engaged to review the project foundation plans and earthwork specifications. We would then suggest changes in the specifications so our recommendations are properly interpreted and implemented. FORGE should also be employed to complete the construction materials testing on this project and visit the project during construction to observe the site conditions encountered and the construction techniques used. Our observations would then be compared with the parameters used in our evaluation. Soil samples obtained during this exploration will be available for contractor review for a period of 120 days following the bid date. PO Box 113040 1Vapies. FL 34108--239.514.4100—Fax 239.514.4161 www.ForgeEng.com Page8of9 e FORGE:' p 35 e P"�`:;:�fJ3'r::i=.'��..G'C.i'?r W: .... "j, G ..t.....:3 Y':.i."i is P'�,,.jE'Gs No. r i "�5.?.: Proposed MPS300.08 Improvements—Airport-Pulling Road&Davis Boulevard April 26, 2018 Closing We appreciate working with you as your geotechnical consultant and look forward to working with you on the remainder of this and future projects. Please contact us when we may be of further assistance, or if you have any questions regarding this report. Sincerely, Forge Engineering, Inc. Certificate of Authorization No.7544 Robe j. Al C6. Robert J. McGinnis, E.I. Matt H. Nolton, P.E. Staff Engineer CEO/Principal Engineer Florida Registration No. 44081 THIS ITEM HAS BEEN ELECTRONICALLY SIGNED AND SEALED BY MATTHEW H.Nolton,P.E.ON APRIL 26,2018 USING A DIGITAL SIGNATURE. PRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGNED AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES. Distribution: 1 —Addressee (via email), 1 —File Appendix: Figure 1: Site Location Map Figure 2: Overall Site Vicinity Aerial Photographs & Soil Borings Location Plan Figure 3: Site Vicinity Section Aerial Photographs & Site Section Aerials Sheet 1: Report of Soil Borings Generalized Subsurface Profile Boring Logs Key to Boring Logs Classification Grain Size Curves PO Box 113040—Naples, FL 34108--239.514.4100 Fax 239.514.4161 www.ForgeEng.corn Page 9 of 9 APPENDIX Figure 1 : Site Location Map iFadiis Rd Naples „#n1a a Municipal Afr'port T. V i Icunuy Club SUBJECT SITE (Approximate location) t3 t,5i s I P i'1 5 Image from Google Mops. PROPOSED MPS308.00 FORCE MAIN IMPROVEMENTS COLLIE COUNTY PROJECT NO.: 70044.13.1 Airport-Pulling Road & Davis Boulevard FORGENaples, Collier County, Florida FORGE Project Number 135-045.01 INNOVATIVE ENGINEERING SOLUTIONS April 2018 CAp :pes!AaaI 8foE/Oelea I wra:48 emeia 10'9170-9E I.'ON 103fOZld 30 2;10J ,ulpeaul6u3 SyO� SNE p S3NDMO� afuod un�f u'6ualezpoylne 1914'4LS'6EZ d U VOMOId'AlNrl00 a311100'S3ldVN uaIip ssekdwe Dip lnoyym OMVel..S.6EZ d ? @fdh31f108 OOOM3Ndl9'QWA31f108 S30b'l0'3fiNAV SIONVNd pazuoyute sl uolpnpade� 3EIO aavna1fo851AV0'I tLflOS OVON ONI11fld-1NOdNM oesn oN'oul'6ul aaul6u3 Ja 7 e6iod}o l.Uadu5ord woo'6uee iel$WAm L'£L'4400L'ON 1031'021d ALNf100 143M0000 0,v,wpxa eyleie p 9E9LZ:1H10V'1N30ZIP pue s6ulMelp ese4.1 BO WE Volaold's31ddN SIN3W3AO21dINI WIN 33110d 00'90£Sd 03SOdONd '040£LLX08'O'd SNOI1V00l0NINO8SHdVN`JOlOHdlVIN3'dAJiUOIASIISllVa3AO ZOO �eeq Et - —! — E- .ri - < Q,I ' --- - - ---- i .1 ,, . o 0 ,,' /Q , ! J Li 61.E r w �► � � i W V �!, o 'per F I"� 8 . ' N .. � .. _ ."y u.Z A 6 - �'1 �� al t. A W a ..�.. I. r gnONfPak-e•lcn. C • 1 k Z w I a°` ; tCe Q . ( NJ ' QQ . 41, w - , . . opk , € LLea u• _ V ge- I k° a7 1 O -4 f •to U UI 01 co > oi - --'' .. 1-,:. Ft . . -- V, s - ,rrI1 L. k 9 Q (J) a 4 p kY Z -0 C MM " Q a ' � k� o �s -...M. ,1 W o ^ , tfis K m 1 •.--....t :-.-. .....;., _,,,,,, ,., , . ..,...., ,, l, , ‘ ,,, re w . `t > ' i W (X c ' J 'i t 7�► . ' � 1..1.. ,,tilt 4,,,;:st,, 1 ip i, ,i7'� t "" R ..e . t __d '50-. A, ..1 �I . . ' (., :pesiAeaI a uoE/l0 also 'Wfa:L8 uja 1.0'9ti0-S£1.'ON 103fO21d 3021Od ,ul'6uueeul6u3 lel4'41.5'6£Z d 4JOIIi1 JJIy33JI1NONIVAOMle6Jod wag uoilezuoylne u VON Old'A1Nf100 a1T1 300'S31dVN uayuM sseidra eyl Inotam ln e OOIb'blS'6EZ d Z„ V a vA31f109 OOOM3)IVl9'OaVA3lf108 S3OVl0'3f1N3AV S10NVad pazuoylne sl uolpnpoidai 3p✓HOJ OaVA31f10e SIAVO B 41(108 OVO J ONIllflddaoamy Jo asn oN'Dui'6uueeulou3 ✓a 7 e61od Jo JUadad W OO'611ee6JOj'MMM L'£l'bb00L'ON 103f 02Nd Alt'Yl00 11311100 9E9LZ:'H1fV'1a30 ersnpes6lMeeep ue8ayepl 90 LVE doiaolj's31 N ;111° S1N3W3A011dW1 NItlW 30MOd 0090E Sd a3SOd011d 'OPQEI l XO "O'd NOLL03S 311S F SHdVa00 OHd 1NIa3V NOLLO3S AIINIOIA3IIS Z 1.O }�yS 1 tV 1 Ii I , b Q t 0 ` i „ N oito �X Cl. cu �x r _...1 U) W 8 . Q 11 Z W ni o f 0 N W P. a Ag W Q f ZCU Z � ts z�"+!�n` a D ',.'5...,81,,,0-- Q c • _ W !0 LL U 0 2 01 �, Z , UJ 0 c W 0 .x ..„,,,,I.,.____:°1 � ' tl (� / ) W • 'o VJ W �. ce I N , -.7-1.:A p W Wca Ti .• rA a LU Z ` co W P. ,. / z H - , j 611 .c 0.,', .' m e u CO 1-11(f i,„ tp p /. tout LL 449Z4'ONuo9ellel8oN ePpold :peslney I 910Z/8L/4:e1E0I Wf 21:A9 UMBJa 1.0'9V0-9£1.'ON 103CO21d 302IOd blagpunl'a P�e4o!2► oul'6uueeu16u3 3'd 449L:19nv'po VOINOld'1LLW10O L130109'S31dYN a6wd Woe)ualezuo4lne 9014EeX00ld'saldeN ti CS � 021VA31f109 SIAVO V OVO2!ONITUld•1210d21N' uepum ssaidxa eta)noypm 040£1 l X09 0 d Z- - � Pazuo4ine sl uapnpmdai 39 U-IO3 LL 4 'E400L'ON.O9roNd A.Nf10O8311100 2a Ben oN oul'6upeau16u3 e62od is 61.1edmd S1N3W3A021d1Al1 MIN 30110d 00190ESdW 03SOd021d amen pxe 819 me u6lsep 1914.419(686 Xed pue sfiulmep emu. 0014-419(686euo4d S0NIJO8 IIOS dO 11:1Odal 440 4l9US wooBu3a BJod'mmm O J °J}Z J° W=gJZ 0 J° X QZ Y N 88 No° gc2°'zasu'r- yw>a M m wa Q0 0001- ¢ 2'0 8 S Z Z- a-° w Ka n 0 W F a U rn W— 0}0 a Y° Z ¢cr 0M Z>OW0mZ a-zc wwaw¢ z O 2 wad ° W FO W Zm ,A. N N m m N a' 0' W WI 13 Ce O Et, ,- -� 0 0 00 O0 W� ¢m' o-<4' ¢ ZO FO.>>0o_ m W w� wo z~ oao .51= >aj I- z w 2 aco � > ) Li: 0 v 2 O g7 0 d0. .1- � m m.3 N -a- ca O �'> W O sy N- m co V to V Z .. w p a `F' Z p v Z 1- r O Cl)• LJJ LUN O N .Q 0 o 'oo 0 ° t • R' m CO a`) o_ ` Cr) 0 a o my c g o o z nom c N ap 0 •- a .En M C acZ W co U) wr > rn o 0. J nQ o /c J _ 0 LL V U)LLJ CD CI 0 Q E2 O 0 H d 0 o N 0 n CO - o XV a. z u- CO H - - -* # * * 40 * 40 ak ak ak ak # ak ak ak ak ak * ak E, .• .. .. .. .. ... .. •• aK * # ak * * ak * ae ak * ak * ak ak * ak at ak: .C-Lo o O O O O o.cu Ocsi Nid O O N ❑ m 0 H 0 O a O co M N N Z E .. . . . .. . .. .• ak ak 4k ak ak ak ak ak ak ak ak * ak aR ak ak ak aC CO H . : .. . .• .. .. .. . .. ak * * ak ..ak ak * aF aF ak ak ak ak ak ak ak *R o t in o co 0 a)O N O r N ❑ N m c 0 H a) E N J C co N M M Z `n 0 _a) t C O 0 N E ak * * ak 4040404040404041: 40W * * * ❑ .-, a) j •C1 # # ak ak ak ak Z - E - 0 D3 H •• ,?,,.r•„... '4r,c f .„ak aF ak,yk * ak„k ae ak ak a ak sc ak t`,.;�t, .�,. x ;�. -,. . .. � t J N ml t ui 0 0 0 0 0 0 Z-_• 3 Y ,a2 >) O E O N co co a) r N .y+ ❑ U) ❑ O L U) E p �° � CC/") ° Z Q m CI)) w(111 rl a) a) - ?j !9 E o ❑ a> w W F0 5 fl. O a) a 3@ 0 O W 0)v H • d ami = a� rI _ N ~ 8 8 0 OI-Li m 0 '0 3 O' �- N ty .O -J a) J J J U) L.0 C L Z in I- > J > 20) > J0SI e- El .. r . .• * ak * at * aR ak ak IF ak ak ak * ak ak ak ak ak E - -•'ak ak ak N CO Q' .. � ak - to 0 0 ak ak ak ak ak * CO E., .. .. ,. .. .. .. .. .. akak * 4P ft ftap iie *k aak ak ak * ak akak + H •• •• ak ae_ak 0 r x O O LC) O O 0 0 cu▪ O N LC; CO .M- �n- N CNO Co (spuooas:salnuiw) o T-- CI Bppp)o ales 9w!! Lo m d' %'xepul ApaseId M N a N &' %'liwil pmbfl %'lualuo0 oiue8�0 .oE -p i3 N N Z .` D %'lualuo0 SOU! N CA 0) 0 J C N V %'lualuo0 ialeM N m 0 a + Le) s z N O F y.. V C o Q) o E d X19d) N 25 A L . 0 Z O S C N S C S R C p 2 ^ L N Z -' c m N 0 0 m o O • • CO c' ioqw(g O co CO 1 O.LHSW 0.. c- pawnai co cn N .o L as Jelempuno�0 mEZ 0 V I- N Z N �O N I .1 ,_41a W ... . �) II +1 NI d . y c . H0 0 c C E O (7 N N. O 0 0 y E c m o d v - v o co Lr d' Y E N LL N d co !a E J L N w C z aE) E Cr)co E 0 y aai 0 o •E N E E mv o) r N m m o E 0 U 2 z 2 c 2 2 2 m ;e H ^ 5 C > O Cr Q a 0 • a) JO C N_ C 013 N c'GI ^ = N L (0 0) ru w w Z z ZL 0 0 0 Q) 0 5 I- o ^ d 0 0 0 w w g C �_ 0- co Cl) -J71 J C •i tiji O C OO LL gJ gi O N O N 0) N Oco d w OI NI t0� J cc; CoM� �I NI 0 coZ 8 " (j co (spuooas:seulup) ,- C. &qua 10 emb eau CA c\I , M .4- %'xepul AlP!Weld -.... cO 4 g ,,,,,pwn pmbn t- L 1- 0 a., %luewoo o!u21110 .0 .. P = W .0 %'mum°seuu co Z 77 c ..., 0) 0 . c w %.1UNLIO0.18)BAA 0 N CI DI 0 MI N CO a a + '' o 1 W V A ..... 2 . ...A. CI) E ._ CD . .';'• A 0 cy 0 I- Z A CL 0 E • ...3. . o A 2 kr u. b c.i L1_ z - r-, to r) m e- m 0 0o CDc) CD • • LC) oo ,r lociwAs C) 0 CI) 1 0 0.I.HSVV 0) v) ' CL c- 2 ili mull co E 4 i 1 1 as Jo Jelempuncue co 0 Z E 1- ti 4 a) .... 0? 0 st -71 CI- 1,.... t) L7" 4" "7 L'ill c41 -) 71 c?I '9 1 . 0 c ' a, O 1/ o0 0 I- 12 6 O2 E 0 0 N 4...v- 0 ,,, iY -o 2 ...a -0 0 E E -c ED. 1.1i .0 15 E co IY 8 0 a) D9 r, .L: I- E -0 ••••• g a) r) 1 u- g ro 1 2 E 2 2 -F. 2 .0 la .o = - a. '-g ) A 1-- C 0 ... 4-• = 15 Cl) a_ C.) (F) C) 4 e 0 c N 8 7, -a.i — Tt30.) co > . 2 -1-_ •c a) 0 in 0) m w w C ..... Z Z L. ga -1 og o 00 0 0 u) u) (1)0. a. z z z z ILI w E 0 < < < < 2 2 -- (i) Cl) (i) Cl) Li 7J C = c) w LL 1.1 1 I CO (/) (1) I/5 a' a' a. a' a' W 3 3 43 > 3) 33 CD a) .01- Cl)1 01 .1 q 40- a 2 dl c1i .ci cl col 0,1 c?..1 - 0,1 N U (13 0 1.1_, z (spuooas:salnulw) o 6u4uG to ales awl! co m N cr ,-- %'xopul 1p!seld c--15 0 Ul m 961P1-1 pinbll If; ` FN luo Z, %'Waa quell() E 13 o : 92 N Z %'lualuoO sau!dCO Ni CP 0 J C m %'lualuoO JaleM vN m p N S N U) O4--, v C w a) o E o. m a) c O N L Q Z o N A A A A A p R A A A A L- Z -- Co m m N <VO r M O • O to * * * * �eaka ax aaeacacaKyt' OD Nr logwAS H :: :: :: O 01 t d' 14) O1HSW M CL en paBlufl ui co c ` w Ja Z E JaleMpunao p V I- a) Z 5 Tie, If •Q W 42r colul, �I +I .?1 coo d c 4 to N d F W O G 0 N E o � N _ EE C W 4_ Y C N N LL •y In 0 o W C o N 0 ce ) LL. d E E u) m d m E N ce 8 u w Q m F- u) 2 c i ~ ~ S> i E m en o U E 2 t 2 a - m * m n C~ O Co' :- Q 0 a 0 a.) 9 o C Q 0 N_ N A LQ N W • C CO z L E o O O 0)) Lu a s Z Z Zg C OI— 0) fa!) J C) 4 C •i co 0 O O C t a W LL J J GO co d o z ' ' ' m co �- N o 4 pori N p w OI NI OI �I NI u_ Z O op (spuooes:se)nuiw) p Bu91u4 to ales awil �' N CO 'V' %'xapul A1!O11seId rJ F) c2 %'11w1.1 pinbn U 12 N a %'1ua1uoO oiue6JO 73 m j o % ui j 7 Z i '111011100 sacn -J °1 0 is: W %'111011100 JaleM -m 0 al 0 6 + ul R o v. • o E43 m 0rt a) o ✓ N O zR o E a o .. z a .. N LI- 2 lL Wa a CO •I— CO m Q O • F, .. .. .. .. * * * it * ak * xftx * * * * * *** 1 •CO logw�(S E ::. :• :: : .. .. * * 4F 1k 9k Xk 1k E+ .. ae_xxaaaaaaxatasat (V O ( 41 OIHSVV C/) M a pewun avJ vii ui 0) .. Co - JaleMpunoJo p Z r N Z .41 w + .- +1 1 Lovii NI N N O 0 N C a 0 U) N0 01- E o 0 o 0 N o .-. Q V O C E . d u- .y P. E E m ` ? w o al = U o rn o N t V L Q m H co N C F, 2 O N CO Cl) 4:- 2 o o t 22 N a = :. - Z. • * a2• n TII C ~ N f0 O .c 01 Q cz U Ili C N NA _ Co•L— a) a) FT) Co iT) C m w w • Z z L. o J O Q) E O) 0 0 0 u) LU Q) d Z Z Z Wc H (/) U) Cl) - - (a t y W 0 . O 'O V, t LL ` E _ CD CO (n U) 203 v Z' o > > > -.I Y l- Nl ol 0of o q c Q nO co 0 w u_ Z ire()) I E N ia430 _ m o 0 - ie %.xepui 6;!o!;se!d `s. co m m m 0 o r v w mm o o: %'wan Aman £ 0 m m y « y •E ........................................................................ N C J _ m a m N J o %';ua;uo0 o!ue6J0 d m ton ,- fon u ton a s a ...................................»............,...................,.... E u m m Z' u) Z .E a• c m .-. c u = w e E m 0 ❑ ❑ ;3 m u! « _ a N %';ualuo0 Saud c 0 3 m ❑ m - 7, °u v tl °u a Y 0 C y 6 L z .5 W '5 m 2 N m a m V %';UaluoO JaleM - o 5, - 'm 'm 'd •m 'd 'm .o z N 'o .4 to o n c °1 ¢ 2 a ? a __................_............ ma m , 33 33 sa o v m N E m o u E E o o m g t t ma, m m = ? ._N o .. .. C .. . y C 0C o x > oa a o a s a• c E E c a a v c c o d m _ O f m o N O O 0 J J 2 E �� m v` U U E a u a CU ((($nnn d _ v _ v` d ' c O O� m a m a 10 C R S N y m C a a t IL dl J a 1 `� Z O O � 5 0 y a n -9- y m 3 a m 3 m E U) E 'E 't N 0 9E.) J 0 a 9 a 0 8 `o o v CZ Z = `o E U Z m v 3 ; m m owR t .. _--* ❑Li_ t t Jo_ o 3> ' EwCM 0 .........................................................»............... � c _ Y WY F.W c e•-, " �o = `g OIHSVV O U U Z— LU W m n° c d o PaJNfI ... N m Q J� .z W J W K .a Li Q O a O fn m N flUT.- _g •L .........................„..............................._............... o ocn (0U� ❑�aoziac� 5> _ 24 � = 5 0 0 N 3 )a;etapunm0 '. m " E E 2 ,2 (13 .......................................... a E u) w �' 0 m a r o o I w = o E m m c u u ` a a 'yYi /�� N E p N N 0 S U U m to tonu) m O w c N r w E E '3a mQ7 cc m . a Q _o m a u) a C c o m m ..............................,.........,....._....................... 77-, N a a N ❑ m c o v` `o 0 0 � O c O N N - w m N m U.......... o m ca E of to m w 2 m o 'c i o 0 0 = = = = = a0 cs4 "O'O _ S' o o a d 0 E — 0 0 0 0 0 0 0 0 0 ca N 5 w a' O O a m E m m a E . .N Ofo fn fn co fO CO(n (O 0 0 0 0 0 0 m 03 c0 m e c o m N fmi E a c m n 0 m N 0 0 z' a.0 0 a. 0 to fn (o(n In co 2 2 0) 9) `0 v o z ,'m- 6 E ? a u N c) m a) N a) a) I) a) a) a) a) m m m 'E m m z o ., O r 9m J ca 2 2 aa L O 0 a N m da 2' m m Q E ',.7. . N Y rCN a ..o y ir= (r o. ,OE m no n " m c E m _ 9m maaim ❑ t = = E E u)( aO IDOOO mv X w m w 2 m 3 • Uc a vo n a c ZO O rff-C ' n (n ti tin o a'al2t222l9O Eo E o ❑ m73- E0 N N mm E ma m c aN m 0cocn $ u ❑ > > > >N x .mom o m 2' FE .' E .` 2 mwmm $ u a m $ @ o . V) Na) a) ar. r v ! zoa ? C m 3›3a) ❑ ONcccc NNNqc C N en r Z aO o 0 o m oaa) aaooaaa) c £ Orama EtmPo .L E N d � O O O O 0 co 0 N❑ ❑ ❑❑ fn n a) a) cu a) a,, C a, 2' O '8 8'N ,r13 J J J J OOOOEEEE ) O ❑❑ ❑ ❑ « « a m ^W E tCNJJJJ2 ❑ am = 11 m o oDW' a) a) O 'O. ❑ a) a) a) a) 1- mNt n y m ` E 0 > >> > > > > > a m ag mo E C mi a • n m > o 3 z z U .a. m Z` 13 u .c 0 mo w C 7-- = t e sm w2ODUW ae a D MOO O •o w NKz LL w ` O mu ° YN z /m ye v d z w w0 Q J g 2 a 2 a A ❑ CO Qj (0 N (730 .71 N J O 0) a) a m ."1 a a g LL. Z (I) LABORATORY TEST RESULTS x- 0 o•)' O Q E 0 co co U o O N cc a) _ co To EU w o a) (A o m fis O O 7 I- = r• oci o to N ti N in Z � zp " M O N C 4 ii o L0 4 Nco LL C ‘,2,1 �� O 4 W O c- Z O O U , Oo N is z Q m CO WI N 71' Z F- C C C C4* • Q z O O O y r O N J F.Q. Q O. 0 C CD O nj W M Z v IF0 O N ztv • Zcn d y O O 00 W 0 z _-_,. . E„. o W F U ( Qv o d o r a) r�i ZOz UE0E U z1"` o < • w O • 0 Z C) men RS O O J° W (17) N L? O u. W zU-I 1— � N- o Ui • IX z W O ■ J • LL Oa. o o z 0ci O O M0) C o LL a O E a) O r e ■ O U O O X C ' O O 0 E a) III No 0 u_ -0 _ ■ O. o C O 2 w o 0 o0m w z.„.1 oo O C ■ N-: O CO DO C '- co '- a m U -a co O 00 g N m O ZE N w O •• Oi C) -0 111111111 111111111 111111111 111111111 111111111 111111111 111111111 111111111 u111W1 111111111 a) 2 p_, O m N O O 'C • Q ,- Q-' CD 0 0 0 0 0 0 0 0 0 0 0 a) ococa 0 0 0 0 0 0 0 0 0 0 0 O 0a) a CD m ? -0 O O) CO I` CO Lf) d• M N �— a'_) L• U V r in n m a aal (%) `Buissed IUe3.1ed cn Lo 0 rt 0 L O QMI CO E 0 :(. as 0 F y N co p O Z O 00 coO LL X N— 00 LO _ cQQA Npo fnQ Zoo 6).- .S.12 N N ' .� � V' N N LL N ?i Zr) __ Z p 00) O Z 1 0 a co E O mmu) N 0 0 N i Z F C C C E r /n Q Z O O O y �� s 00 0) 1$) V J Q •.a r i+ r F., Cti0 0. 0 0 a) O N 0) F Z �_ o • � � O N ZCI J �' �+ 0 O W• = Z ao � Y 0 0 W a co) � a� o 0 • o M Z 0 z U) E 0 2 I C. Z `r < Lu O N N • C3 W fn re N Lo O u. z I- ,- � � LLIw z to O oi O O • a W LL. O o o Z 1 0 O Mrno 0 LL c cr 0 O E o CoM O ol ■ S • 0 0 x o c _ o o 0 °' • N O O u_ -`0 • • 0 o O 2 w N O O co co o O C is L0 o a_ 0 U 2 O O O m ,nr°° -i O ZE v5 co • C M -0 111111111 111111111 I I I 111111 111111111 111111111 111111111 111111 111 111111111 111111111 111111111 O a) tE o_ 2 ch N O O in C c d Q dCC O O O O O O O O O O O r a a) ai 0)) z c m 0 0 0 0 0 0 0 0 0 0 0 00 CL o= -0 O O CO ti CO LU Nr CO N x— i- m C 1 a) 'O'' a r m a (7) TE 0 a E (%) `Buissed lue Jed LI., 0 w 0 U. O cnl O E 0 47,m o N y cuU to = 0 o to 4 o . O N N17) Z Z p N c NX co O c_ O M o EZ p Z co I Nm � o 0 co Ti ^ ZF- CCCt; v ' Q z O O O y u I- O �t to V J O �. 0 d 0 0 CD O nj m M Z V J o %--*0 F o O N zty W z co 2 N m O c W Uj U O a� U -uUi N- d � cnrn 0 Z p z u) a02 C) z4a) < • w O N � ■ 't o Z Li = (f) o o CO 0 W V) EN In p LL W z F- O V) N Z W wO ■ J Ce LL U a oo z 0 O N o d ci U.. c O d E a E O M a) r) O U ■ O O X p C = O O a) 0 N ■ N �O O u_ ct ■ a O c O ` W N O O aoco S vi No o c ■ ti O w o� c ch u) U -O (0 O co O .E O oco tri N 0 a)> rn Ov c M N p 111111111111111111111111111111111111111111111111111111111111111111111111111m111111111111 O o_ 2 a Q .- d CL CO = C 0 0 0 0 0 0 0 0 0 0 0N- 0 v 0 0z 3m 0 0 0 0 0 0 0 0 0 0 0 Oa) CL o . a OO CO N. (.0d' CO In C� N- L U o Y 0 d 0 m a .E2'CIa � (%) `Guissed IUO3Jad W O ct 0 U- 0 v- 0 `f O N Q C _O N �' > 0 W U 0 .;5 o 3U o Z ( to u) o O Zi c = out v T r Q N O O; d CD In iii 7 ZIP r°)i o 3Q 1 2 2 v N mem CI 0) Zi Z F- C C c +' ^ , Q Q O O O y �� r �J 0 O O J �+ a+ r �+ O N Za J U w (j O NCD Z N n N c> U) Ce Z UJd y NW 0 CD O W 0 W U E " N CI) o n rM) 71. F- ° = O v o0 Z_ W z0 UE0 V Z o (D00 � > Z c> � 0 a = opo W z 1 = r10 W U) z w (' 0 O a Ceu- 0 OO z 0 O to O M O O O LL c OTr a) O EO r) a) r Z r O U O O X C _ O O CO O N r 0 . o: O O 2 LL1 N O O 06 O m t/1 LO d o C •■ h 0 d 8 U _ -d N O o0 O z E .2 a) m r to o _ 0N = O a) O '0 N C Oi M -0 iiinwi 111111111 111111111[Ilium 11n11w 111111111 111111111 111111111 111111111 111111111 N tz a. 2 M N O O (� '� C o_ Q r d t: 0 Co 0 0 0 Co 0 0 0 0 0 a ` 0 0 0 0 0 0 0 0 0 0 0 O m • C T om Z mo O CA CO I` CO d' CO CV x"-- .- 0 Q ,N a) ,k— U) n- a) ma ET 0 E o.Lu o (%) `6uissed lUealed 0 CC 0 LL ACCPRD® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD YYYY) `.►� 11/28/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT A Marsh&McLennan Agency LLC PHONE Marsh&McLennan Agency LLC FAX 222 Central Park Avenue, Suite 1340 (A/C.No.Ext);757456-0577 (A/C,No): Virginia Beach VA 23462 E-MAIL ADDRESS: certificates@MarshMMA.com INSURER(S)AFFORDING COVERAGE NAIC S INSURER A:American Guarantee and Liability Ins Co 26247 INSURED INSURER B:Zurich American Ins Co of Illinois 27855 Quality Enterprises USA, Inc. & Quality Environment Company, Inc. INSURER c:Zurich American Insurance Company 16535 3494 Shearwater Street INSURER D:Evanston Insurance Company 35378 Naples FL 34117 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1484572854 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSD WVD, POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY Y GL0017931103 7/1/2018 7/1/2019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 _ MED EXP(Any one person) _ $10,000 PERSONAL 8 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X ECT LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY BAP017930903 7/1/2018 7/1/2019 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) _ X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED x NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY (Per accident) $ X Comp $1,000 X Coll$1,000 PIP $$10,000 aggre. A UMBRELLALIAB X OCCUR AUC017426604 7/1/2018 7/1/2019 EACH OCCURRENCE $15,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED RETENTION$ $ C WORKERS COMPENSATION WC017931003 7/1/2018 7/1/2019 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEN E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Pollution Liability MMAENV0001065 7/1/2018 7/1/2020 $1,000,000 each claim $1,000,000 Aggre DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:For any and all work performed on behalf of Collier County Collier County Board of County Commissioners is Additional Insured under the General Liability and auto policy with respects to work performed by the insured, as required by written contract,prior to a loss. Coverage is primary and non contributory where required by written contract or written agreement executed prior to any"accident",in no event will this coverage extend beyond the terms and conditions of the coverage form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 AUTHORIZED REPRESENTATIVE 0 ilk—' m. C,,,,uSQ , ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD