Loading...
Agenda 02/12/2019 Item #11E02/12/2019 EXECUTIVE SUMMARY Recommendation to approve an Agreement for Invitation to Bid 18-7486, “Carica Pump Station Water Main Improvements,” Project Number 70129, to Andrew Site Work, LLC, in the amount of $1,466,456, and authorize the necessary budget amendment. OBJECTIVE: To meet demand, stay in compliance, and serve customers efficiently by providing a compliant and reliable potable water system to Collier County Water -Sewer District (CCWSD) customers. CONSIDERATIONS: The proposed scope of work under Project No. 70129, “Vanderbilt Beach Road Water Main” (US 41 - Airport Road) is consistent with the FY2019 Budget approved by the Board of County Commissioners on September 20, 2018. The Carica Pump Station Water Main represents a portion of the total Vanderbilt Beach Road Water Main. The Carica Water Booster Pump Station (the “Station”) is responsible to maintain water pressures within the northern portions of the Water District. The purpose of this project is to provide a reliable source of potable and firefighting water to the northern portions of the Collier County Water District. This project will include the following components: • Installation of a pump and fill system located adjacent to the Station, which includes 30-inch piping, 6 - 30-inch gate valves, and electrical components to operate this system. This new system will allow the Station to fill the existing water storage tanks and pump water into the water distribution system at the same time. • Replacement of 30-inch and 48-inch gate valves and piping on the existing water mains to control water through the Station and surrounding areas. • Removal and replacement of cast iron water main pipe that has reached the end of its useful life. • Restoration of the site including clear and grubbing and asphalt restoration. Upon completing the proposed pump and fill system, along with the other improvements, the Station will react faster to lower water pressures detected and send additional water into the system to maintain the County’s minimum water system pressures in the northern water distribution system to handle any large water usage. The condition of this asset is defined as “Red: Level 3 - Risked Compliance,” as reported to the Board at the October 1, 2013, Asset Assessment and Management Workshop. On September 12, 2018, the Procurement Services Department released Invitation to Bid (ITB) 18 -7486 to 18,105 vendors for the Carica Pump Station Water Main Improvements project. Contractors downloaded 112 bid packages, and the County received five (5) bi d submittals by the October 19, 2018 deadline. Of the five bids received, two (2) bidders were deemed either not responsive or not responsible as indicated in the below chart. Randall Environmental failed to provide adequate references and experience and Coastal Concrete Products submitted an incomplete Bid package. Additionally, both Randall Environmental and Coastal Concrete Products had rounding/formula errors in their bids. Based on the foregoing, staff is recommending award to the 2nd Lowest, Responsive/Responsible Bidder: Andrew Site Work, LLC (“Andrew”). 11.E Packet Pg. 423 02/12/2019 Company Name City County State Base Bid Submitted Base Bid with Math Correction Responsive/ Responsible Randall Environmental, Inc. Apopka Orange FL $1,248,319.00 $1,248,319.10 Yes/No Andrew Sitework LLC Fort Myers Lee FL $1,466,456.00 Yes/Yes Douglas N. Higgins, Inc Naples Collier FL $1,583,230.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $1,707,205.00 Yes/Yes Coastal Concrete Products LLC Fort Myers Lee FL $1,980,265.00 $2,000,265.00 No/Yes Andrew’s bid is 3 percent higher than the engineer’s cost opinion. In its attached November 28, 2018 letter, the design professional, Johnson Engineering, Inc., recommends awarding the contract to Andrew, who has a satisfactory performance and warranty record on previous, similar, utility-related projects. The total project cost incorporates a $245,000 allowance for owner-directed allowance for work related to unforeseen conditions including, but not limited to, conflicts with existing facilities not reflected in record drawings and modifications or repairs resulting from unforeseen utility work associated with this project. The price for any needed additional work will be negotiated prior to commencement in accordance with the County’s Procurement Ordinance and the terms of the agreement. FISCAL IMPACT: The source of funding is Water User Fees, Fund (412). A budget amendment in the amount of $2,583,446.93 is required to reallocate funds from Project 70197, Project 71067, Project 70045 and Project 70133 into Project 70129. The budget amendment is necessary to cover the construction ($1,466,456), engineer of record construction administration ($90,954) and to purchase construction materials ($1,026,037), resulting in an approximate sales tax savings of $61,562.22. The project is expected to be completed in 2020. Annual operating costs for this replacement water main are expected to remain the same or decrease. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: To approve an Agreement with Andrew Site Work, LLC, for ITB # 18-7486, “Carica Pump Station Water Main Improvements,” Project Number 70129 in the amount of $1,466,456; authorize the necessary budget amendment; and, authorize the Chairman to sign and execute the attached Agreement. Prepared By: Benjamin N. Bullert, P.E., Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. Attachment No 1 - 18-7486 Bid Tab (PDF) 11.E Packet Pg. 424 02/12/2019 2. Attachment No 2 - 18-7486 Quote Analysis (PDF) 3. Attachment No 3 - 18-7486 Engineer Recommendation Letter (PDF) 4. Attachment No 4 - 18-7486 NORA_Signed (PDF) 5. [Linked] Attachment No 5 - Construction Agreement 2-1-19 (PDF) 6. Attachment No 6 - 18-7486 Contractor Insurance (PDF) 7. Carica Pump Station Water Main Improvements PPP final (PDF) 11.E Packet Pg. 425 02/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 11.E Doc ID: 7676 Item Summary: Recommendation to approve an Agreement for Invitation to Bid 18-7486, “Carica Pump Station Water Main Improvements,” Project Number 70129, to Andrew Site Work, LLC, in the amount of $1,466,456, and authorize the necessary budget amendment. (Tom Chmelik, Engineering and Project Management Division Director, Public Utilities Department) Meeting Date: 02/12/2019 Prepared by: Title: – Public Utilities Planning and Project Management Name: Benjamin Bullert 12/28/2018 9:54 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 12/28/2018 9:54 AM Approved By: Review: Water Pamela Libby Additional Reviewer Completed 12/28/2018 11:06 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 12/28/2018 12:03 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 12/28/2018 1:07 PM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 12/28/2018 3:57 PM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 01/02/2019 8:17 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/02/2019 8:23 AM Procurement Services Barbara Lance Additional Reviewer Completed 01/02/2019 9:45 AM Wastewater Beth Johnssen Additional Reviewer Completed 01/02/2019 9:52 AM Procurement Services Swainson Hall Additional Reviewer Completed 01/02/2019 1:13 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/03/2019 6:55 PM Procurement Services Ted Coyman Additional Reviewer Completed 01/07/2019 5:34 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 01/18/2019 5:31 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 01/25/2019 4:02 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/31/2019 9:12 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/31/2019 9:42 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/31/2019 10:16 AM 11.E Packet Pg. 426 02/12/2019 Office of Management and Budget Susan Usher Additional Reviewer Completed 02/04/2019 10:21 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/04/2019 10:39 AM Board of County Commissioners MaryJo Brock Meeting Pending 02/12/2019 9:00 AM 11.E Packet Pg. 427 Addendum #2 COLLIER COUNTY PUBLIC UTILITIES Engineering and Project Management Division 18-7486 CARICA PUMP STATION WATER MAIN IMPROVEMENTS Bid Schedule 12/12/2018 Project Manager: Ben Bullert 18,105 Procurment Strategist: Barbara Lance 112 5 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE Engineer's Opinion of Cost Mandatory Pre-Bid Attendees: 1 Mobilization/Demobilization 1 LS 140,000.00$ 140,000.00$ 72,677.00$ 72,677.00$ 150,000.00$ 150,000.00$ 256,100.00$ 256,100.00$ 175,000.00$ 175,000.00$ $130,000.00 Andrew Sitework 2 Maintenance of Traffic 1 LS 25,000.00$ 25,000.00$ 50,493.00$ 50,493.00$ 70,000.00$ 70,000.00$ 11,700.00$ 11,700.00$ 8,500.00$ 8,500.00$ $5,000.00 Coastal Site Development 3 Survey & Record Drawings 1 LS 50,000.00$ 50,000.00$ 25,960.00$ 25,960.00$ 20,000.00$ 20,000.00$ 10,300.00$ 10,300.00$ 19,500.00$ 19,500.00$ $15,000.00 DN Higgins 4 Pre-Construction Video Recording 1 LS 1,200.00$ 1,200.00$ 3,959.00$ 3,959.00$ 15,000.00$ 15,000.00$ 2,000.00$ 2,000.00$ 4,500.00$ 4,500.00$ $1,500.00 Mitchell & Stark 216,200.00$ $151,500.00 Quality Enterprises USA Randall Environmental ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 5 Install 30" Cross and Gate Valves using Double Line Stop with Bypass a.Furnish and Install 30" Double Line Stop with 24" Bypass 1 EA 104,000.00$ 104,000.00$ 181,090.00$ 181,090.00$ 150,000.00$ 150,000.00$ 287,000.00$ 287,000.00$ 350,000.00$ 350,000.00$ $120,000.00 b.Install 30" Cross (Installation Only)1 EA 2,587.20$ 2,587.20$ 5,608.00$ 5,608.00$ 18,000.00$ 18,000.00$ 3,100.00$ 3,100.00$ 18,500.00$ 18,500.00$ $20,000.00 c.Install 30" DIP Water Main (Installation Only)45 LF 2,632.00$ 118,440.00$ 147.00$ 6,615.00$ 400.00$ 18,000.00$ 300.00$ 13,500.00$ 350.00$ 15,750.00$ $18,000.00 d.Connect to Existing 30" PCCP WM 2 EA 24,000.00$ 48,000.00$ 51,250.00$ 102,500.00$ 22,000.00$ 44,000.00$ 16,900.00$ 33,800.00$ 22,500.00$ 45,000.00$ $40,000.00 e.Install 30" Gate Valves (Installation Only)4 EA 1,480.50$ 5,922.00$ 3,945.00$ 15,780.00$ 8,000.00$ 32,000.00$ 7,000.00$ 28,000.00$ 18,500.00$ 74,000.00$ $60,000.00 f.Install Temporary 30 WM Caps (Installation Only)2 EA 1,645.00$ 3,290.00$ 3,586.00$ 7,172.00$ 3,000.00$ 6,000.00$ 7,000.00$ 14,000.00$ 4,500.00$ 9,000.00$ $10,000.00 g.Disconnect and Cap 16" DIP WM (Installation Only)1 EA 295.28$ 295.28$ 3,650.00$ 3,650.00$ 8,000.00$ 8,000.00$ 7,000.00$ 7,000.00$ 4,500.00$ 4,500.00$ $3,000.00 6 Install Above Ground Valve Assembly a.30" Bermad Solenoid Control Valve (Installation Only)2 EA 904.75$ 1,809.50$ 2,937.00$ 5,874.00$ 3,500.00$ 7,000.00$ 1,700.00$ 3,400.00$ 15,500.00$ 31,000.00$ $30,000.00 b.30" Gate Valve w/ Rotork Actuator (Installation Only)4 EA 904.75$ 3,619.00$ 2,937.00$ 11,748.00$ 4,500.00$ 18,000.00$ 1,700.00$ 6,800.00$ 19,500.00$ 78,000.00$ $60,000.00 c.30" Ductile Iron Flanged 45° Fitting, Above Ground (Installation Only)2 EA 978.78$ 1,957.56$ 2,447.00$ 4,894.00$ 2,300.00$ 4,600.00$ 1,500.00$ 3,000.00$ 3,500.00$ 7,000.00$ $5,000.00 d.30" Ductile Iron Flanged 90° Fitting, Above Ground (Installation Only)2 EA 1,419.64$ 2,839.28$ 2,447.00$ 4,894.00$ 2,300.00$ 4,600.00$ 1,500.00$ 3,000.00$ 3,500.00$ 7,000.00$ $5,000.00 e.30" Ductile Iron Flanged Tee Fitting, Above Ground (Installation Only)2 EA 2,377.03$ 4,754.06$ 2,937.00$ 5,874.00$ 2,300.00$ 4,600.00$ 1,500.00$ 3,000.00$ 2,500.00$ 5,000.00$ $6,000.00 f.30" Ductile Iron Flanged Spool Fitting, Above Ground (Installation Only)10 EA 1,413.06$ 14,130.60$ 1,958.00$ 19,580.00$ 1,800.00$ 18,000.00$ 1,500.00$ 15,000.00$ 2,500.00$ 25,000.00$ $20,000.00 g.30" Ductile Iron Dismantling Joint, Above Ground (Installation Only)2 EA 1,035.53$ 2,071.06$ 2,447.00$ 4,894.00$ 1,800.00$ 3,600.00$ 1,500.00$ 3,000.00$ 2,500.00$ 5,000.00$ $3,000.00 h.30" Ductile Iron Flanged-MJ Pipe, Above to Below Ground (Installation Only)2 EA 1,709.98$ 3,419.96$ 3,421.00$ 6,842.00$ 1,800.00$ 3,600.00$ 4,150.00$ 8,300.00$ 3,800.00$ 7,600.00$ $10,000.00 i.Furnish and Install Reinforced Concrete Pad with Concrete Supports 100 SY 620.00$ 62,000.00$ 525.00$ 52,500.00$ 500.00$ 50,000.00$ 560.00$ 56,000.00$ 255.00$ 25,500.00$ $30,000.00 j.Install Air Release Valve (Installation Only)1 EA 431.81$ 431.81$ 2,148.00$ 2,148.00$ 2,000.00$ 2,000.00$ 1,500.00$ 1,500.00$ 3,800.00$ 3,800.00$ $2,000.00 k.Furnish and Install <1" Diameter Stone at 4" Thick with Geotextile Filter Fabric 43 SY 54.00$ 2,322.00$ 75.00$ 3,225.00$ 70.00$ 3,010.00$ 40.00$ 1,720.00$ 180.00$ 7,740.00$ $4,300.00 l.Furnish and Install Chain Link Fence at 6' High (Shall match Ex. Fence Height)140 LF 32.00$ 4,480.00$ 70.50$ 9,870.00$ 170.00$ 23,800.00$ 56.50$ 7,910.00$ 45.00$ 6,300.00$ $10,500.00 m.Furnish and Install Control Panel and Electrical 1 LS 99,000.00$ 99,000.00$ 116,612.00$ 116,612.00$ 170,000.00$ 170,000.00$ 23,500.00$ 23,500.00$ 75,000.00$ 75,000.00$ $40,000.00 n.Furnish and Install 6" Thick Concrete Driveway 60 SY 620.00$ 37,200.00$ 92.00$ 5,520.00$ 140.00$ 8,400.00$ 105.00$ 6,300.00$ 115.00$ 6,900.00$ $4,500.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 7 Coordinate Bermad Valves Startup with Bermad Representative 1 LS 1,000.00$ 1,000.00$ 7,479.00$ 7,479.00$ 4,000.00$ 4,000.00$ 3,650.00$ 3,650.00$ 12,500.00$ 12,500.00$ $2,500.00 8 Coordinate Rotork Actuator Startup with Rotork Representative 1 LS 1,000.00$ 1,000.00$ 11,632.00$ 11,632.00$ 4,000.00$ 4,000.00$ 3,650.00$ 3,650.00$ 12,500.00$ 12,500.00$ $5,000.00 9 SCADA Integration for Bypass Valves and MOVs 1 LS 47,000.00$ 47,000.00$ 31,174.00$ 31,174.00$ 25,000.00$ 25,000.00$ 32,000.00$ 32,000.00$ 18,500.00$ 18,500.00$ $5,000.00 10 Install Water Main Pipeline (Installation Only) a.30" DIP Water Main (DS Valves)80 LF 46.06$ 3,684.80$ 531.00$ 42,480.00$ 250.00$ 20,000.00$ 400.00$ 32,000.00$ 650.00$ 52,000.00$ $32,000.00 b.30" DIP Water Main (Fill line)100 LF 46.06$ 4,606.00$ 422.00$ 42,200.00$ 250.00$ 25,000.00$ 410.00$ 41,000.00$ 650.00$ 65,000.00$ $40,000.00 c.16" PVC DR18 Water Main 35 LF 39.48$ 1,381.80$ 231.00$ 8,085.00$ 130.00$ 4,550.00$ 680.00$ 23,800.00$ 225.00$ 7,875.00$ $5,250.00 d.16" PVC DR18 Water Main (Replacing Cast)350 LF 39.48$ 13,818.00$ 124.00$ 43,400.00$ 120.00$ 42,000.00$ 150.00$ 52,500.00$ 175.00$ 61,250.00$ $52,500.00 11 Install 16" Gate Valves (Installation Only)4 EA 1,147.39$ 4,589.56$ 1,492.00$ 5,968.00$ 3,000.00$ 12,000.00$ 3,600.00$ 14,400.00$ 8,500.00$ 34,000.00$ $20,000.00 12 Install 48" Tee and Valves (Installation Only) a.Install 48"x30" Tee 1 EA 2,841.74$ 2,841.74$ 6,033.00$ 6,033.00$ 16,000.00$ 16,000.00$ 3,100.00$ 3,100.00$ 13,500.00$ 13,500.00$ $25,000.00 b.Install 48" Gate Valve 1 EA 3,109.87$ 3,109.87$ 5,123.00$ 5,123.00$ 12,000.00$ 12,000.00$ 6,600.00$ 6,600.00$ 28,500.00$ 28,500.00$ $25,000.00 c.Install 30" Gate Valve 1 EA 1,480.50$ 1,480.50$ 4,144.00$ 4,144.00$ 7,000.00$ 7,000.00$ 6,600.00$ 6,600.00$ 18,500.00$ 18,500.00$ $15,000.00 d.Install 48"X30" Reducer 1 EA 1,104.62$ 1,104.62$ 3,586.00$ 3,586.00$ 6,000.00$ 6,000.00$ 3,100.00$ 3,100.00$ 9,500.00$ 9,500.00$ $25,000.00 e.Install 30" DIP Water Main 15 LF 46.06$ 690.90$ 142.00$ 2,130.00$ 500.00$ 7,500.00$ 205.00$ 3,075.00$ 225.00$ 3,375.00$ $6,000.00 f.Connect to Ex. 48" DIP WM 1 EA 15,000.00$ 15,000.00$ 5,543.00$ 5,543.00$ 6,000.00$ 6,000.00$ 5,500.00$ 5,500.00$ 24,500.00$ 24,500.00$ $20,000.00 g.Connect to Ex. 30" DIP WM 1 EA 11,000.00$ 11,000.00$ 5,543.00$ 5,543.00$ 6,000.00$ 6,000.00$ 5,500.00$ 5,500.00$ 18,500.00$ 18,500.00$ $15,000.00 13 Install Fire Hydrant Assembly (Installation Only)1 EA 987.00$ 987.00$ 5,505.00$ 5,505.00$ 5,000.00$ 5,000.00$ 13,900.00$ 13,900.00$ 4,500.00$ 4,500.00$ $3,000.00 14 Connect to Existing Water Main (Installation Only) a.16" DIP Water Main 2 EA 3,700.00$ 7,400.00$ 4,564.00$ 9,128.00$ 4,000.00$ 8,000.00$ 5,500.00$ 11,000.00$ 5,500.00$ 11,000.00$ $16,000.00 b.30" DIP Water Main (Fill Line)1 EA 3,700.00$ 3,700.00$ 6,682.00$ 6,682.00$ 5,000.00$ 5,000.00$ 5,500.00$ 5,500.00$ 16,500.00$ 16,500.00$ $15,000.00 c.16" Cast Iron 1 EA 3,700.00$ 3,700.00$ 8,780.00$ 8,780.00$ 4,000.00$ 4,000.00$ 5,500.00$ 5,500.00$ 21,500.00$ 21,500.00$ $10,000.00 d.16" Single Line Stop (Furnish and Install)1 EA 21,500.00$ 21,500.00$ 13,791.00$ 13,791.00$ 21,000.00$ 21,000.00$ 14,500.00$ 14,500.00$ 45,000.00$ 45,000.00$ $15,000.00 15 Interconnect Existing 12" Cast Iron and 16" DIP Water Mains (Installation Only)1 LS 5,400.00$ 5,400.00$ 8,545.00$ 8,545.00$ 11,000.00$ 11,000.00$ 9,500.00$ 9,500.00$ 14,500.00$ 14,500.00$ $5,000.00 677,564.10$ 853,841.00$ 848,260.00$ 825,205.00$ 1,300,590.00$ $858,550.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 16 General Restoration 1 LS 4,500.00$ 4,500.00$ 51,675.00$ 51,675.00$ 80,000.00$ 80,000.00$ 45,000.00$ 45,000.00$ 25,000.00$ 25,000.00$ $30,000.00 17 Asphalt Pavement Restoration 225 SY 43.00$ 9,675.00$ 145.12$ 32,652.00$ 150.00$ 33,750.00$ 120.00$ 27,000.00$ 55.00$ 12,375.00$ $18,000.00 18 Abandon and Grout Existing Water Main a.30" PCCP Water Main 230 LF 45.00$ 10,350.00$ 85.70$ 19,711.00$ 44.00$ 10,120.00$ 100.00$ 23,000.00$ 95.00$ 21,850.00$ $14,950.00 b.20" PVC Water Main 340 LF 45.00$ 15,300.00$ 77.25$ 26,265.00$ 30.00$ 10,200.00$ 60.00$ 20,400.00$ 75.00$ 25,500.00$ $13,600.00 c.16" Cast Iron Water Main 350 LF 45.00$ 15,750.00$ 57.50$ 20,125.00$ 24.00$ 8,400.00$ 60.00$ 21,000.00$ 65.00$ 22,750.00$ $10,500.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 19 Abandon and Remove Existing Water Main a.12" Cast Iron Water Main (Towards West)185 LF 50.00$ 9,250.00$ 28.00$ 5,180.00$ 40.00$ 7,400.00$ 100.00$ 18,500.00$ 85.00$ 15,725.00$ $6,475.00 b.16" Cast Iron Water Main (Toward West)40 LF 50.00$ 2,000.00$ 27.50$ 1,100.00$ 40.00$ 1,600.00$ 160.00$ 6,400.00$ 85.00$ 3,400.00$ $3,000.00 c.16" DIP Water Main (Towards West)185 LF 50.00$ 9,250.00$ 31.00$ 5,735.00$ 40.00$ 7,400.00$ 160.00$ 29,600.00$ 85.00$ 15,725.00$ $7,400.00 d.16" PVC Water Main (Fill Line)40 LF 50.00$ 2,000.00$ 35.00$ 1,400.00$ 40.00$ 1,600.00$ 160.00$ 6,400.00$ 85.00$ 3,400.00$ $3,000.00 e.16" DIP Water Main (Fill Line)30 LF 50.00$ 1,500.00$ 39.50$ 1,185.00$ 40.00$ 1,200.00$ 200.00$ 6,000.00$ 85.00$ 2,550.00$ $2,250.00 f.20" DIP Water Main 95 LF 50.00$ 4,750.00$ 33.00$ 3,135.00$ 40.00$ 3,800.00$ 350.00$ 33,250.00$ 125.00$ 11,875.00$ $5,700.00 g.30" PCCP Water Main 30 LF 125.00$ 3,750.00$ 50.00$ 1,500.00$ 80.00$ 2,400.00$ 350.00$ 10,500.00$ 155.00$ 4,650.00$ $3,000.00 h.30" DIP Water Main (Fill Line)35 LF 100.00$ 3,500.00$ 43.00$ 1,505.00$ 80.00$ 2,800.00$ 350.00$ 12,250.00$ 155.00$ 5,425.00$ $3,500.00 i.36" DIP Water Main 15 LF 100.00$ 1,500.00$ 68.00$ 1,020.00$ 95.00$ 1,425.00$ 350.00$ 5,250.00$ 155.00$ 2,325.00$ $3,000.00 j.48" DIP Water Main 25 LF 145.00$ 3,625.00$ 49.00$ 1,225.00$ 95.00$ 2,375.00$ 2,500.00$ 62,500.00$ 215.00$ 5,375.00$ $8,750.00 20 Locate and Protect Existing 16" Raw Water Main During Construction 1 LS 2,000.00$ 2,000.00$ 3,521.00$ 3,521.00$ 17,000.00$ 17,000.00$ 2,000.00$ 2,000.00$ 12,500.00$ 12,500.00$ $5,000.00 21 Abandon and Remove Fire Hydrant Assembly 1 EA 375.00$ 375.00$ 1,671.00$ 1,671.00$ 3,000.00$ 3,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ $2,000.00 22 Abandon and Remove Existing Below Ground Valve Vault and 30" Valve 1 LS 5,800.00$ 5,800.00$ 6,056.00$ 6,056.00$ 8,000.00$ 8,000.00$ 8,500.00$ 8,500.00$ 21,500.00$ 21,500.00$ $20,000.00 23 Remove Existing 30" Valve Stem and Pad 1 EA 700.00$ 700.00$ 756.00$ 756.00$ 4,000.00$ 4,000.00$ 2,500.00$ 2,500.00$ 12,500.00$ 12,500.00$ $1,000.00 24 Clear and Grub Wooded Area 1 LS 2,000.00$ 2,000.00$ 20,019.00$ 20,019.00$ 15,000.00$ 15,000.00$ 7,500.00$ 7,500.00$ 12,500.00$ 12,500.00$ $5,000.00 25 Replace Existing 6' Tall Chain Link Fence 90 LF 22.00$ 1,980.00$ 101.00$ 9,090.00$ 150.00$ 13,500.00$ 65.00$ 5,850.00$ 75.00$ 6,750.00$ $6,750.00 109,555.00$ 214,526.00$ 234,970.00$ 356,900.00$ 247,175.00$ $172,875.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 26 Allowance General: Allowance for unforeseen conditions will be made at the appropriate contract 1 T&M 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ $150,000.00 27 Allowance to Field Verify Existing 30" PCCP Water Main Joint Type and Outer Pipe Diameter 1 T&M 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ $20,000.00 28 Allowance to Field Verify Existing 30" PCCP Water Main Joint Restraint 1 T&M 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ $20,000.00 29 Allowance to Coordination with Collier County Water Department and Valve Team 1 T&M 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ $5,000.00 30 Allowance for Joint Restraint: Allowance for labor and material to restrain the existing pipe if determined necessary through field verification. 1 T&M 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ $50,000.00 245,000.00$ 245,000.00$ 245,000.00$ 245,000.00$ 245,000.00$ 245,000.00$ 216,200.00$ $151,500.00 677,564.10$ $858,550.00 Randall Environmental Andrew Sitework Douglas N Higgins Quality Enterprises USA Coastal Concrete 207,500.00$ 207,500.00$ 1,300,590.00$ 848,260.00$ 280,100.00$ 280,100.00$ 825,205.00$ Notices Sent: Bid Packages Downloaded: Submittals: SECTION 4: ALLOWANCES SECTION 4 SUBTOTAL: BID SUMMARY SECTION 1 GENERAL SUBTOTAL: SECTION 1: GENERAL SECTION 3: RESTORATION SECTION 2 SUBTOTAL: SECTION 2: WATER SYSTEM (Continued) SECTION 2: WATER SYSTEM SECTION 1 SUBTOTAL: 255,000.00$ 153,089.00$ 255,000.00$ 153,089.00$ 853,841.00$ SECTION 2 WATER SYSTEM SUBTOTAL: SECTION 3: RESTORATION (Continued) SECTION 3 SUBTOTAL: Page 1 of 2 11.E.1 Packet Pg. 428 Attachment: Attachment No 1 - 18-7486 Bid Tab (7676 : Carica Pump Station Water Main Improvements) Addendum #2 COLLIER COUNTY PUBLIC UTILITIES Engineering and Project Management Division 18-7486 CARICA PUMP STATION WATER MAIN IMPROVEMENTS Bid Schedule 12/12/2018 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE SECTION 3: RESTORATION (Continued) 109,555.00$ $172,875.00 245,000.00$ 245,000.00$ 1,248,319.10$ $1,427,925.00 * Randall: Rounding/Formula errors *Coastal: Formula Errors BidSync Bid Amt: $1,248,319.00 BidSync Amt: $1,980,265.00 Barbara Lance 10/19/2018 Unresponsive N/A Yes Responsive Responsive Responsive Yes Yes Yes Yes Yes N/A Yes Yes Yes Yes Yes Yes Yes Yes N/A Yes N/A N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes 2,000,265.00$ 247,175.00$ 245,000.00$ 1,707,205.00$ 234,970.00$ 245,000.00$ 1,583,230.00$ 356,900.00$ 245,000.00$ Yes Yes Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Vendor Substitute W-9 (Form 12) 214,526.00$ 245,000.00$ 1,466,456.00$ SECTION 3 RESTORATION SUBTOTAL: SECTION 4 ALLOWANCES SUBTOTAL: PROJECT TOTAL: Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Responsive Check (Yes/No) Bid Response Form (Form 1) Contractors Key Personnel Assigned to the Project - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Witnessed By:Swain Hall Bid Open Date: Bidders Checklist (Form 13) Business Tax Receipt Grant Provisions Package Addendums Opened By: N/A Responsive Yes N/A Page 2 of 2 11.E.1 Packet Pg. 429 Attachment: Attachment No 1 - 18-7486 Bid Tab (7676 : Carica Pump Station Water Main Improvements) $500,000.00 $700,000.00 $900,000.00 $1,100,000.00 $1,300,000.00 $1,500,000.00 $1,700,000.00 $1,900,000.00 $2,100,000.00 $2,300,000.00 $2,500,000.00 Eng Est Randall Environmental Andrew Site Work Douglas N Higgins Quality Enterprises Coastal Concrete Results for Bid 18-7486 Carica Pump Station Water Main Improvements KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid 11.E.2 Packet Pg. 430 Attachment: Attachment No 2 - 18-7486 Quote Analysis (7676 : Carica Pump Station Water Main 2350 Stanford Court ■ Naples, Florida 34112 Phone (239) 434-0333 ■ Fax (239) 334-9320 SINCE 1946 November 28, 2018 Mr. Benjamin N. Bullert, P.E. Collier County Public Utilities Engineering & Project Management Department 3339 East Tamiami Trail, Suite 303 Naples, Florida 34112 Re: Collier County Public Utilities 18-7486 Carica Pump Station Water Main Improvements Second Lowest Bidder: Andrew Site Work LLC Dear Ben: The bid opening for the above-referenced project took place on Friday, October 19, 2018. Collier County provided the results of the bid opening to Johnson Engineering following the bid opening. Johnson Engineering performed an evaluation of the results and our recommendation is contained herein. At the bid opening performed by Collier County, the following bids were received and for convenience purposes, we have listed the bids from lowest to highest. BIDDER BASE BID AMOUNT Randall Environmental, Inc. $1,248,319.00 Andrew Site Work, LLC $1,466,456.00 Douglas N. Higgins, Inc. $1,583,230.00 Quality Enterprises, Inc. $1,707,205.00 Coastal Concrete $1,980,265.00 For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost to be $1,427,925.00. Following the bid opening, Collier County prepared the enclosed Bid Tabulation Analysis which includes an analysis for mathematical errors. 11.E.3 Packet Pg. 431 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Mr. Benjamin N. Bullert, P.E. 18-7486 Carica Pump Station Water Main Improvements Re: Bid Recommendation November 28, 2018 Page 2 Mathematical errors appeared as follows: BIDDER BASE BID SUBMITTED BASE BID WITH MATH CORRECTION DESCRIPTION OF ERRORS FOUND Randall Environmental, Inc. $1,248,319.00 $1,248,319.10 Rounding / Formula Error Andrew Site Work, LLC $1,466,456,00 None Douglas N. Higgins, Inc. $1,583,230.00 None Quality Enterprises, Inc. $1,707,205.00 None Coastal Concrete $1,980,265.00 $2,000,265.00 Rounding / Formula Error Research of Randall Environmental, Inc. The low bid submitted by Randall Environmental, Inc. of $1,248,319.10 was $179,605.90, or 13% less than the Engineer’s Opinion of Probable Construction Cost. Johnson Engineering made contact with one reference and attempted to contact the remaining references provided in their bid package. The responses are provided in the attached call logs. In summary, the only response we were able to obtain stated that the work was performed for the contract value referenced in their bid documents, and further stated there were some issues with the productivity and quality of work. The other references provided by the bidder were either invalid, they were not the prime contractor of the project, or the referenced projects were not within the last 5 years. Based upon our research, the review of the analysis and bid documents, the low bidder, Randall Environmental, Inc. appears to be not responsible for failing to provide adequate references and experience. The references listed were either invalid, they were not the prime contractor of the project and only three of the six projects occurred within the past 5 years. Research of Andrew Site Work LLC The second lowest bid submitted by Andrew Site Work, LLC of $1,466,456.00 was $38,531, or 3% higher than the Engineer’s Opinion of Probable Construction Cost. Johnson Engineering therefore performed the same research on the second lowest bidder, Andrew Site Work LLC. Johnson Engineering has had past experiences working with Andrew Site Work, LLC as a Contractor for Lee County. Collier County has also had past experiences working with them. We consider Andrew Site Work to be a competent contractor in the area. A list of their 11.E.3 Packet Pg. 432 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Mr. Benjamin N. Bullert, P.E. 18-7486 Carica Pump Station Water Main Improvements Re: Bid Recommendation November 28, 2018 Page 3 references, and the response from those references are provided in the attached call logs. We also note that in their Form 5 - State of Experience of Bidder, that all the projects listed were completed within the last five years and all were similar in magnitude or greater. This construction project is unique in that it will require extensive coordination with the project team to perform the work in accordance with the construction sequence specifications provided in the bid documents, maintain service of the Carica Pump Station during construction, minimize shut downs of the potable water system, and will require coordination with Thompson Pipe Group to perform connections to the existing 30-inch PCCP Water Main. It is imperative that the project is awarded to a responsive and responsible bidder that is capable of performing the work and communicating effectively with the project team. Based upon Johnson Engineering and Collier County’s past work experience, the responses received from their list of references and our review of their bid documents, of which no apparent errors or omissions were contained, and subject to concurrence with Collier County’s Purchasing and Contracts Division, and Andrew Site Work, LLC furnishing the appropriate bonding and other required insurances, we believe selection of the next to lowest bidder, Andrew Site Work, LLC by Collier County for the intended work contained within the bid documents to be the appropriate choice. Should you have any questions, or require additional information, please let us know. Very truly yours, JOHNSON ENGINEERING, INC. Michael S. Dickey, P.E. Director of Utility Services MSD/ljb Enclosures 20149700-184 11.E.3 Packet Pg. 433 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Bid Tabulation Analysis 11.E.3 Packet Pg. 434 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Addendum #2 COLLIER COUNTY PUBLIC UTILITIES Engineering and Project Management Division 18-7486 CARICA PUMP STATION WATER MAIN IMPROVEMENTS Bid Schedule 11/28/2018 Project Manager:               Ben Bullert 18,105                     Procurment Strategist:    Barbara Lance 112                          5                               ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE Engineer's Opinion of Cost Mandatory Pre‐Bid Attendees: 1 Mobilization/Demobilization 1 LS 140,000.00$ 140,000.00$ 72,677.00$ 72,677.00$ 150,000.00$ 150,000.00$ 256,100.00$ 256,100.00$ 175,000.00$ 175,000.00$ $130,000.00 Andrew Sitework 2 Maintenance of Traffic 1 LS 25,000.00$ 25,000.00$ 50,493.00$ 50,493.00$ 70,000.00$ 70,000.00$ 11,700.00$ 11,700.00$ 8,500.00$ 8,500.00$ $5,000.00 Coastal Site Development 3 Survey & Record Drawings 1 LS 50,000.00$ 50,000.00$ 25,960.00$ 25,960.00$ 20,000.00$ 20,000.00$ 10,300.00$ 10,300.00$ 19,500.00$ 19,500.00$ $15,000.00 DN Higgins 4 Pre-Construction Video Recording 1 LS 1,200.00$ 1,200.00$ 3,959.00$ 3,959.00$ 15,000.00$ 15,000.00$ 2,000.00$ 2,000.00$ 4,500.00$ 4,500.00$ $1,500.00 Mitchell & Stark 216,200.00$ $151,500.00 Quality Enterprises USA Randall Environmental ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 5 Install 30" Cross and Gate Valves using Double Line Stop with Bypass a.Furnish and Install 30" Double Line Stop with 24" Bypass 1 EA 104,000.00$ 104,000.00$ 181,090.00$ 181,090.00$ 150,000.00$ 150,000.00$ 287,000.00$ 287,000.00$ 350,000.00$ 350,000.00$ $120,000.00 b. Install 30" Cross (Installation Only) 1 EA 2,587.20$ 2,587.20$ 5,608.00$ 5,608.00$ 18,000.00$ 18,000.00$ 3,100.00$ 3,100.00$ 18,500.00$ 18,500.00$ $20,000.00 c. Install 30" DIP Water Main (Installation Only) 45 LF 2,632.00$ 118,440.00$ 147.00$ 6,615.00$ 400.00$ 18,000.00$ 300.00$ 13,500.00$ 350.00$ 15,750.00$ $18,000.00 d. Connect to Existing 30" PCCP WM 2 EA 24,000.00$ 48,000.00$ 51,250.00$ 102,500.00$ 22,000.00$ 44,000.00$ 16,900.00$ 33,800.00$ 22,500.00$ 45,000.00$ $40,000.00 e. Install 30" Gate Valves (Installation Only) 4 EA 1,480.50$ 5,922.00$ 3,945.00$ 15,780.00$ 8,000.00$ 32,000.00$ 7,000.00$ 28,000.00$ 18,500.00$ 74,000.00$ $60,000.00 f.Install Temporary 30" WM Caps (Installation Only)2 EA 1,645.00$ 3,290.00$ 3,586.00$ 7,172.00$ 3,000.00$ 6,000.00$ 7,000.00$ 14,000.00$ 4,500.00$ 9,000.00$ $10,000.00 g.Disconnect and Cap 16" DIP WM (Installation Only)1 EA 295.28$ 295.28$ 3,650.00$ 3,650.00$ 8,000.00$ 8,000.00$ 7,000.00$ 7,000.00$ 4,500.00$ 4,500.00$ $3,000.00 6 Install Above Ground Valve Assembly a.30" Bermad Solenoid Control Valve (Installation Only)2 EA 904.75$ 1,809.50$ 2,937.00$ 5,874.00$ 3,500.00$ 7,000.00$ 1,700.00$ 3,400.00$ 15,500.00$ 31,000.00$ $30,000.00 b.30" Gate Valve w/ Rotork Actuator (Installation Only)4 EA 904.75$ 3,619.00$ 2,937.00$ 11,748.00$ 4,500.00$ 18,000.00$ 1,700.00$ 6,800.00$ 19,500.00$ 78,000.00$ $60,000.00 c.30" Ductile Iron Flanged 45° Fitting, Above Ground (Installation Only)2 EA 978.78$ 1,957.56$ 2,447.00$ 4,894.00$ 2,300.00$ 4,600.00$ 1,500.00$ 3,000.00$ 3,500.00$ 7,000.00$ $5,000.00 d.30" Ductile Iron Flanged 90° Fitting, Above Ground (Installation Only)2 EA 1,419.64$ 2,839.28$ 2,447.00$ 4,894.00$ 2,300.00$ 4,600.00$ 1,500.00$ 3,000.00$ 3,500.00$ 7,000.00$ $5,000.00 e.30" Ductile Iron Flanged Tee Fitting, Above Ground (Installation Only)2 EA 2,377.03$ 4,754.06$ 2,937.00$ 5,874.00$ 2,300.00$ 4,600.00$ 1,500.00$ 3,000.00$ 2,500.00$ 5,000.00$ $6,000.00 f.30" Ductile Iron Flanged Spool Fitting, Above Ground (Installation Only)10 EA 1,413.06$ 14,130.60$ 1,958.00$ 19,580.00$ 1,800.00$ 18,000.00$ 1,500.00$ 15,000.00$ 2,500.00$ 25,000.00$ $20,000.00 g.30" Ductile Iron Dismantling Joint, Above Ground (Installation Only)2 EA 1,035.53$ 2,071.06$ 2,447.00$ 4,894.00$ 1,800.00$ 3,600.00$ 1,500.00$ 3,000.00$ 2,500.00$ 5,000.00$ $3,000.00 h.30" Ductile Iron Flanged-MJ Pipe, Above to Below Ground (Installation Only)2 EA 1,709.98$ 3,419.96$ 3,421.00$ 6,842.00$ 1,800.00$ 3,600.00$ 4,150.00$ 8,300.00$ 3,800.00$ 7,600.00$ $10,000.00 i.Furnish and Install Reinforced Concrete Pad with Concrete Supports 100 SY 620.00$ 62,000.00$ 525.00$ 52,500.00$ 500.00$ 50,000.00$ 560.00$ 56,000.00$ 255.00$ 25,500.00$ $30,000.00 j. Install Air Release Valve (Installation Only) 1 EA 431.81$ 431.81$ 2,148.00$ 2,148.00$ 2,000.00$ 2,000.00$ 1,500.00$ 1,500.00$ 3,800.00$ 3,800.00$ $2,000.00 k.Furnish and Install <1" Diameter Stone at 4" Thick with Geotextile Filter Fabric 43 SY 54.00$ 2,322.00$ 75.00$ 3,225.00$ 70.00$ 3,010.00$ 40.00$ 1,720.00$ 180.00$ 7,740.00$ $4,300.00 l.Furnish and Install Chain Link Fence at 6' High (Shall match Ex. Fence Height)140 LF 32.00$ 4,480.00$ 70.50$ 9,870.00$ 170.00$ 23,800.00$ 56.50$ 7,910.00$ 45.00$ 6,300.00$ $10,500.00 m. Furnish and Install Control Panel and Electrical 1 LS 99,000.00$ 99,000.00$ 116,612.00$ 116,612.00$ 170,000.00$ 170,000.00$ 23,500.00$ 23,500.00$ 75,000.00$ 75,000.00$ $40,000.00 n. Furnish and Install 6" Thick Concrete Driveway 60 SY 620.00$ 37,200.00$ 92.00$ 5,520.00$ 140.00$ 8,400.00$ 105.00$ 6,300.00$ 115.00$ 6,900.00$ $4,500.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 7 Coordinate Bermad Valves Startup with Bermad Representative 1 LS 1,000.00$ 1,000.00$ 7,479.00$ 7,479.00$ 4,000.00$ 4,000.00$ 3,650.00$ 3,650.00$ 12,500.00$ 12,500.00$ $2,500.00 8 Coordinate Rotork Actuator Startup with Rotork Representative 1 LS 1,000.00$ 1,000.00$ 11,632.00$ 11,632.00$ 4,000.00$ 4,000.00$ 3,650.00$ 3,650.00$ 12,500.00$ 12,500.00$ $5,000.00 9 SCADA Integration for Bypass Valves and MOVs 1 LS 47,000.00$ 47,000.00$ 31,174.00$ 31,174.00$ 25,000.00$ 25,000.00$ 32,000.00$ 32,000.00$ 18,500.00$ 18,500.00$ $5,000.00 10 Install Water Main Pipeline (Installation Only) a. 30" DIP Water Main (DS Valves) 80 LF 46.06$ 3,684.80$ 531.00$ 42,480.00$ 250.00$ 20,000.00$ 400.00$ 32,000.00$ 650.00$ 52,000.00$ $32,000.00 b. 30" DIP Water Main (Fill line) 100 LF 46.06$ 4,606.00$ 422.00$ 42,200.00$ 250.00$ 25,000.00$ 410.00$ 41,000.00$ 650.00$ 65,000.00$ $40,000.00 c. 16" PVC DR18 Water Main 35 LF 39.48$ 1,381.80$ 231.00$ 8,085.00$ 130.00$ 4,550.00$ 680.00$ 23,800.00$ 225.00$ 7,875.00$ $5,250.00 d. 16" PVC DR18 Water Main (Replacing Cast) 350 LF 39.48$ 13,818.00$ 124.00$ 43,400.00$ 120.00$ 42,000.00$ 150.00$ 52,500.00$ 175.00$ 61,250.00$ $52,500.00 11 Install 16" Gate Valves (Installation Only)4 EA 1,147.39$ 4,589.56$ 1,492.00$ 5,968.00$ 3,000.00$ 12,000.00$ 3,600.00$ 14,400.00$ 8,500.00$ 34,000.00$ $20,000.00 12 Install 48" Tee and Valves (Installation Only) a. Install 48"x30" Tee 1 EA 2,841.74$ 2,841.74$ 6,033.00$ 6,033.00$ 16,000.00$ 16,000.00$ 3,100.00$ 3,100.00$ 13,500.00$ 13,500.00$ $25,000.00 b. Install 48" Gate Valve 1 EA 3,109.87$ 3,109.87$ 5,123.00$ 5,123.00$ 12,000.00$ 12,000.00$ 6,600.00$ 6,600.00$ 28,500.00$ 28,500.00$ $25,000.00 c. Install 30" Gate Valve 1 EA 1,480.50$ 1,480.50$ 4,144.00$ 4,144.00$ 7,000.00$ 7,000.00$ 6,600.00$ 6,600.00$ 18,500.00$ 18,500.00$ $15,000.00 d. Install 48"X30" Reducer 1 EA 1,104.62$ 1,104.62$ 3,586.00$ 3,586.00$ 6,000.00$ 6,000.00$ 3,100.00$ 3,100.00$ 9,500.00$ 9,500.00$ $25,000.00 e. Install 30" DIP Water Main 15 LF 46.06$ 690.90$ 142.00$ 2,130.00$ 500.00$ 7,500.00$ 205.00$ 3,075.00$ 225.00$ 3,375.00$ $6,000.00 f. Connect to Ex. 48" DIP WM 1 EA 15,000.00$ 15,000.00$ 5,543.00$ 5,543.00$ 6,000.00$ 6,000.00$ 5,500.00$ 5,500.00$ 24,500.00$ 24,500.00$ $20,000.00 g. Connect to Ex. 30" DIP WM 1 EA 11,000.00$ 11,000.00$ 5,543.00$ 5,543.00$ 6,000.00$ 6,000.00$ 5,500.00$ 5,500.00$ 18,500.00$ 18,500.00$ $15,000.00 13 Install Fire Hydrant Assembly (Installation Only)1 EA 987.00$ 987.00$ 5,505.00$ 5,505.00$ 5,000.00$ 5,000.00$ 13,900.00$ 13,900.00$ 4,500.00$ 4,500.00$ $3,000.00 14 Connect to Existing Water Main (Installation Only) a. 16" DIP Water Main 2 EA 3,700.00$ 7,400.00$ 4,564.00$ 9,128.00$ 4,000.00$ 8,000.00$ 5,500.00$ 11,000.00$ 5,500.00$ 11,000.00$ $16,000.00 b. 30" DIP Water Main (Fill Line) 1 EA 3,700.00$ 3,700.00$ 6,682.00$ 6,682.00$ 5,000.00$ 5,000.00$ 5,500.00$ 5,500.00$ 16,500.00$ 16,500.00$ $15,000.00 c. 16" Cast Iron 1 EA 3,700.00$ 3,700.00$ 8,780.00$ 8,780.00$ 4,000.00$ 4,000.00$ 5,500.00$ 5,500.00$ 21,500.00$ 21,500.00$ $10,000.00 d. 16" Single Line Stop (Furnish and Install) 1 EA 21,500.00$ 21,500.00$ 13,791.00$ 13,791.00$ 21,000.00$ 21,000.00$ 14,500.00$ 14,500.00$ 45,000.00$ 45,000.00$ $15,000.00 15 Interconnect Existing 12" Cast Iron and 16" DIP Water Mains (Installation Only)1 LS 5,400.00$ 5,400.00$ 8,545.00$ 8,545.00$ 11,000.00$ 11,000.00$ 9,500.00$ 9,500.00$ 14,500.00$ 14,500.00$ $5,000.00 677,564.10$ 853,841.00$ 848,260.00$ 825,205.00$ 1,300,590.00$ $858,550.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 16 General Restoration 1 LS 4,500.00$ 4,500.00$ 51,675.00$ 51,675.00$ 80,000.00$ 80,000.00$ 45,000.00$ 45,000.00$ 25,000.00$ 25,000.00$ $30,000.00 17 Asphalt Pavement Restoration 225 SY 43.00$ 9,675.00$ 145.12$ 32,652.00$ 150.00$ 33,750.00$ 120.00$ 27,000.00$ 55.00$ 12,375.00$ $18,000.00 18 Abandon and Grout Existing Water Main a. 30" PCCP Water Main 230 LF 45.00$ 10,350.00$ 85.70$ 19,711.00$ 44.00$ 10,120.00$ 100.00$ 23,000.00$ 95.00$ 21,850.00$ $14,950.00 b. 20" PVC Water Main 340 LF 45.00$ 15,300.00$ 77.25$ 26,265.00$ 30.00$ 10,200.00$ 60.00$ 20,400.00$ 75.00$ 25,500.00$ $13,600.00 c. 16" Cast Iron Water Main 350 LF 45.00$ 15,750.00$ 57.50$ 20,125.00$ 24.00$ 8,400.00$ 60.00$ 21,000.00$ 65.00$ 22,750.00$ $10,500.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 19 Abandon and Remove Existing Water Main a. 12" Cast Iron Water Main (Towards West) 185 LF 50.00$ 9,250.00$ 28.00$ 5,180.00$ 40.00$ 7,400.00$ 100.00$ 18,500.00$ 85.00$ 15,725.00$ $6,475.00 b. 16" Cast Iron Water Main (Toward West) 40 LF 50.00$ 2,000.00$ 27.50$ 1,100.00$ 40.00$ 1,600.00$ 160.00$ 6,400.00$ 85.00$ 3,400.00$ $3,000.00 c. 16" DIP Water Main (Towards West) 185 LF 50.00$ 9,250.00$ 31.00$ 5,735.00$ 40.00$ 7,400.00$ 160.00$ 29,600.00$ 85.00$ 15,725.00$ $7,400.00 d. 16" PVC Water Main (Fill Line) 40 LF 50.00$ 2,000.00$ 35.00$ 1,400.00$ 40.00$ 1,600.00$ 160.00$ 6,400.00$ 85.00$ 3,400.00$ $3,000.00 e. 16" DIP Water Main (Fill Line) 30 LF 50.00$ 1,500.00$ 39.50$ 1,185.00$ 40.00$ 1,200.00$ 200.00$ 6,000.00$ 85.00$ 2,550.00$ $2,250.00 f. 20" DIP Water Main 95 LF 50.00$ 4,750.00$ 33.00$ 3,135.00$ 40.00$ 3,800.00$ 350.00$ 33,250.00$ 125.00$ 11,875.00$ $5,700.00 g. 30" PCCP Water Main 30 LF 125.00$ 3,750.00$ 50.00$ 1,500.00$ 80.00$ 2,400.00$ 350.00$ 10,500.00$ 155.00$ 4,650.00$ $3,000.00 h. 30" DIP Water Main (Fill Line) 35 LF 100.00$ 3,500.00$ 43.00$ 1,505.00$ 80.00$ 2,800.00$ 350.00$ 12,250.00$ 155.00$ 5,425.00$ $3,500.00 i. 36" DIP Water Main 15 LF 100.00$ 1,500.00$ 68.00$ 1,020.00$ 95.00$ 1,425.00$ 350.00$ 5,250.00$ 155.00$ 2,325.00$ $3,000.00 j. 48" DIP Water Main 25 LF 145.00$ 3,625.00$ 49.00$ 1,225.00$ 95.00$ 2,375.00$ 2,500.00$ 62,500.00$ 215.00$ 5,375.00$ $8,750.00 20 Locate and Protect Existing 16" Raw Water Main During Construction 1 LS 2,000.00$ 2,000.00$ 3,521.00$ 3,521.00$ 17,000.00$ 17,000.00$ 2,000.00$ 2,000.00$ 12,500.00$ 12,500.00$ $5,000.00 21 Abandon and Remove Fire Hydrant Assembly 1 EA 375.00$ 375.00$ 1,671.00$ 1,671.00$ 3,000.00$ 3,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ $2,000.00 22 Abandon and Remove Existing Below Ground Valve Vault and 30" Valve 1 LS 5,800.00$ 5,800.00$ 6,056.00$ 6,056.00$ 8,000.00$ 8,000.00$ 8,500.00$ 8,500.00$ 21,500.00$ 21,500.00$ $20,000.00 23 Remove Existing 30" Valve Stem and Pad 1 EA 700.00$ 700.00$ 756.00$ 756.00$ 4,000.00$ 4,000.00$ 2,500.00$ 2,500.00$ 12,500.00$ 12,500.00$ $1,000.00 24 Clear and Grub Wooded Area 1 LS 2,000.00$ 2,000.00$ 20,019.00$ 20,019.00$ 15,000.00$ 15,000.00$ 7,500.00$ 7,500.00$ 12,500.00$ 12,500.00$ $5,000.00 25 Replace Existing 6' Tall Chain Link Fence 90 LF 22.00$ 1,980.00$ 101.00$ 9,090.00$ 150.00$ 13,500.00$ 65.00$ 5,850.00$ 75.00$ 6,750.00$ $6,750.00 109,555.00$ 214,526.00$ 234,970.00$ 356,900.00$ 247,175.00$ $172,875.00 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE 26 Allowance General: Allowance for unforeseen conditions will be made at the appropriate contract 1 T&M 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ 150,000.00$ $150,000.00 27 Allowance to Field Verify Existing 30" PCCP Water Main Joint Type and Outer Pipe Diameter 1 T&M 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ $20,000.00 28 Allowance to Field Verify Existing 30" PCCP Water Main Joint Restraint 1 T&M 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ $20,000.00 29 Allowance to Coordination with Collier County Water Department and Valve Team 1 T&M 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ $5,000.00 30 Allowance for Joint Restraint: Allowance for labor and material to restrain the existing pipe if determined necessary through field verification. 1 T&M 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ $50,000.00 245,000.00$ 245,000.00$ 245,000.00$ 245,000.00$ 245,000.00$ 245,000.00$ 216,200.00$ $151,500.00 677,564.10$ $858,550.00 109,555.00$ $172,875.00 153,089.00$ 255,000.00$ 153,089.00$ 853,841.00$ 214,526.00$ SECTION 2 WATER SYSTEM SUBTOTAL: SECTION 3 RESTORATION SUBTOTAL: SECTION 3: RESTORATION (Continued) SECTION 3 SUBTOTAL: Notices Sent: Bid Packages Downloaded: Submittals: SECTION 4: ALLOWANCES SECTION 4 SUBTOTAL: BID SUMMARY SECTION 1 GENERAL SUBTOTAL: SECTION 1: GENERAL SECTION 3: RESTORATION SECTION 2 SUBTOTAL: SECTION 2: WATER SYSTEM (Continued) SECTION 2: WATER SYSTEM SECTION 1 SUBTOTAL: 255,000.00$ Randall Environmental Andrew Sitework Douglas N Higgins Quality Enterprises USA Coastal Concrete 207,500.00$ 207,500.00$ 1,300,590.00$ 247,175.00$ 848,260.00$ 234,970.00$ 280,100.00$ 280,100.00$ 825,205.00$ 356,900.00$ Page 1 of 2 11.E.3 Packet Pg. 435 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Addendum #2 COLLIER COUNTY PUBLIC UTILITIES Engineering and Project Management Division 18-7486 CARICA PUMP STATION WATER MAIN IMPROVEMENTS Bid Schedule 11/28/2018 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE SECTION 3: RESTORATION (Continued) 245,000.00$ 245,000.00$ 1,248,319.10$ $1,427,925.00 * Randall: Rounding/Formula errors *Coastal: Formula Errors BidSync Bid Amt:  $1,248,319.00 BidSync Amt: $1,980,265.00 Barbara Lance 10/19/2018 Witnessed By: Swain Hall Bid Open Date: Bidders Checklist (Form 13) Business Tax Receipt Grant Provisions Package Addendums Opened By: N/A Responsive Yes N/A Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Vendor Substitute W-9 (Form 12) 245,000.00$ 1,466,456.00$ SECTION 4 ALLOWANCES SUBTOTAL: PROJECT TOTAL: Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Responsive Check (Yes/No) Bid Response Form (Form 1) Contractors Key Personnel Assigned to the Project - (Form 2) Yes 2,000,265.00$ 245,000.00$ 1,707,205.00$ 245,000.00$ 1,583,230.00$ 245,000.00$ Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Unresponsive N/A Yes Responsive Responsive Responsive Yes Yes Yes Yes Yes N/A Yes Yes Yes Yes Yes Yes Yes Yes N/A Yes N/A N/A Page 2 of 2 11.E.3 Packet Pg. 436 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Bidder Reference Call Logs 11.E.3 Packet Pg. 437 Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Carica Pump Station Water Main Improvements 18‐7486 Low‐Bidder Reference Verification 11/2/2018 Randal Environmental Reference Call Log Information Provided by the Bidder (Randall Environmental) Information from Reference Verification Project Name/ Reference # Project Owner Project Contact Contact Phone/Email Contact Comments Date Contacted #1 Moultrie Wastewater Plant City of Moultrie Utilities, GA Brian Rowland Project Manager 229‐668‐6000 browland@esginc.net Brian Rowland at the phone number provided by the bidder •Confirmed they did perform the work referenced and for the contract value referenced.•Mentioned there were some issues with the productivity and quality of work.10/24/2018 #2 Gwinnett County WWTP Gwinnett County Wastewater Resources, GA Bill Defino 678‐376‐6804 Spoke with Bill Defino at the phone number provided by the bidder. Bill Defino provided Peirce Freemans phone number. •Bill Defino works for the Gwinnett County water department and had no knowledge of the referenced project.•Pierce Freeman works for the wastewater department and was familiar with the referenced project, however said this project was performed by RTD Construction. He did say there is a chance the bidder was a subcontractor, however was not familiar with the company.10/24/2018 & 10/25/2018 #3 InterAmerican Wastewater Lift Station Puerto Rico Aqueducts & Sewer Authority (PRASA) Norberto Nunez No contact phone or email provided by the bidder Spoke with Jose Rivera by calling the PRASA phone number listed on website •No contact phone or email was provided by the bidder.•The 620‐2270 phone number provided by the bidder for other reference projects for the same owner was notin service.•The PRASA contact number listed on their website was called, and after many iterations, Jose Rivera wasreached and was not familiar with the project.‐ He does not know who Norberto Nunez is.10/24/2018 #4 1.0 MGD WTP Maunabo Puerto Rico Aqueducts & Sewer Authority (PRASA) Irma Lopez Executive Director 787‐620‐2270 787‐371‐9349 Could not reach Irma Lopez Spoke with Jose Rivera by calling the PRASA phone number listed on website •The 620‐2270 phone number provided by the bidder was not in service.•The 371‐9349 phone number provided by the bidder was answered by a Gerardo who said he does NOT workat the PRASA nor has any knowledge of the referenced project. •The PRASA contact number listed on their website was called, and after many iterations, Jose Rivera wasreached and had some information on the project.‐ He said Irma Lopez is the director of compliance and would not have been involved with a construction project. All construction projects are managed by the PRASA Infrastructure Department. ‐ The information the PRASA has on file, the contractor for this project was HBA Contractors, Inc.  10/24/2018 #5 Patillas Filtration Plant Improvements Puerto Rico Aqueducts & Sewer Authority (PRASA) Irma Lopez Executive Director 787‐620‐2270 787‐371‐9349 Could not reach Irma Lopez Spoke with Jose Rivera by calling the PRASA phone number listed on website •The 620‐2270 phone number provided by the bidder was not in service.•The 371‐9349 phone number provided by the bidder was answered by a Gerardo who said he does NOT workat the PRASA nor has any knowledge of the referenced project. •The PRASA contact number listed on their website was called, and after many iterations, Jose Rivera wasreached and had some information on the project.‐ He said Irma Lopez is the director of compliance and would not have been involved with a construction project. All construction projects are managed by the PRASA Infrastructure Department. ‐ The information the PRASA has on file, the contractor for this project was HBA Contractors, Inc.  10/24/2018 #6 Torrecillas Sanitary Sewer Pump Station Puerto Rico Aqueducts & Sewer Authority (PRASA) Irma Lopez Executive Director 787‐620‐2270 Could not reach Irma Lopez Spoke with Jose Rivera by calling the PRASA phone number listed on website •The 620‐2270 phone number provided by the bidder was not in service.•The 371‐9349 phone number provided by the bidder was answered by a Gerardo who said he does NOT workat the PRASA nor has any knowledge of the referenced project. •The PRASA contact number listed on their website was called, and after many iterations, Jose Rivera wasreached and had some information on the project.‐ He said Irma Lopez is the director of compliance and would not have been involved with a construction project. All construction projects are managed by the PRASA Infrastructure Department. ‐ The information the PRASA has on file, the contractor for this project was HBA Contractors, Inc.  10/24/2018 11.E.3Packet Pg. 438Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) Carica Pump Station Water Main Improvements 18‐7486 Alternate Low‐Bidder Reference Verification 11/2/2018 Andrew Site Work Reference Call Log Information Provided by the Bidder (Andrew Site Work) Information from Reference Verification Project Name/ Reference # Project Owner Project Contact Contact Phone/Email Contact Comments Date Contacted #1 FGCU Off‐Site Utility Improvements Lee County OCC Jessica Sulzer (formerly Munoz) Project Manager 239‐533‐8155 jmunoz@leegov.com Jessica Sulzer at the email address provided by the bidder • Jessica was familiar with the project and confirmed the contract value. • She mentioned there were some site related concerns, however nothing related to Andrew Site Work. • She added that Ralph Andrew worked very well with all the adjacent property owners. 11/2/18 #2 Parkside CRA Utility Replacement Charlotte County BOCC Chuck Henderson Inspector 941‐661‐6473 Chuck.henderson@charlottecountyfl.gov Chuck at the phone number provided by the bidder • Chuck was familiar with the project and confirmed the contract value. • Experienced no issues during construction and seemed very competent. • He would be happy to work with them again.  11/1/2018 #3 AWWTF 10 Mile Canal 24” Force Main City of Fort Myers Jim Powell Project Manager 239‐841‐5000 jimp@wrightg.com Jim Powell was unavailable during the reference verification period; however, Robbie Powell of Wright Construction was contacted.  • Robbie was familiar with the project and confirmed the contract value.  • Experienced no issues during construction. 11/1/2018 #4 Venice Water Main Replacement City of Venice Tony Wierzbick Project Manager 941‐408‐3810 twierzbicki@venicegov.com Tony Wierzbick has since left the City of Venice. The phone number provided by the bidder was called and answered by John Banks, CIP Project Manager • John was familiar with the project and confirmed the contract value. • Experienced no issues during construction. • Has since worked with them on other projects. 11/1/2018 #5 IWSD Water Main Replacement Immokalee Water and Sewer District Gary Ferrante Engineer of Record 239‐226‐6990 gferrante@greely‐hansen.com Gary Ferrante has since left Greely and Hansen. The Greely and Hansen office was called and was directed to Mike Knowles, the Engineer of Record that took the project over when Gary left.  • Mike was familiar with the project and confirmed the contract value. • Experienced no issues during construction. • Mentioned they had very good communication with the project team and very good RFI documentation.  11/1/2018 #6 McGregor Drive Pavement and Drainage Improvements City of Fort Myers Robbie Powell Project Manager 239‐481‐5000 Robbie.powell@wrightg.com Robbie Powell at the phone number provided by the bidder • Robbie was familiar with the project and confirmed the contract value. • Experienced no issues during construction. 11/1/2018  11.E.3Packet Pg. 439Attachment: Attachment No 3 - 18-7486 Engineer Recommendation Letter (7676 : Carica Pump Station Water Main Improvements) 11.E.4 Packet Pg. 440 Attachment: Attachment No 4 - 18-7486 NORA_Signed (7676 : Carica Pump Station Water Main Improvements) INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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 any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Hanover Insurance Company FCCI Insurance Company 12/28/2018 McGriff Insurance Services 13515 Bell Tower Drive Fort Myers, FL 33907 239 433-4535 Tony Ledbetter 239 433-7139 866-881-5271 TLedbetter@McGriffinsurance.com Andrew Site Work LLC 2511 Palm Avenue Fort Myers, FL 33916 22292 10178 A X X X PD Ded:1,000 X X X LZJD69532200 09/15/2018 09/15/2019 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 A X X X X AWJD66460400 09/15/2018 09/15/2019 1,000,000 A X X X 10000 UHJD69532400 09/15/2018 09/15/2019 4,000,000 4,000,000 B N X 001WC18A72134 04/01/2018 04/01/2019 X 1,000,000 1,000,000 1,000,000 A Contractors Leased / Rented Equipment IHJD69535600 09/15/2018 09/15/2019 $500,000 Limit $5,000 Deductible Workers Comp Coverage includes USL&H Coverage For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is named as an additional insured with respect to General Liability and Automobile Liability on a primary and non-contributory basis. Collier County Board of County Commissioners 3327 Tamiami Trail E Naples, FL 34112 1 of 1 #S22633700/M22513950 132ANDRESITClient#: 1462194 TOLE 1 of 1 #S22633700/M22513950 11.E.6 Packet Pg. 441 Attachment: Attachment No 6 - 18-7486 Contractor Insurance (7676 : Carica Pump Station Water Main Improvements) This page has been left blank intentionally. 11.E.6 Packet Pg. 442 Attachment: Attachment No 6 - 18-7486 Contractor Insurance (7676 : Carica Pump Station Water Main Improvements) Carica Pump Station Water Main Project Public Utilities Department February 12, 2019 Collier County | Florida 11.E.7 Packet Pg. 443 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : Objectives ◆Due to increased water demands of adding the NE area and Golden Gate to the County’s regional water system, modifications are needed to continue providing reliable source of potable and firefighting water to the northern portions of the Collier County Water-Sewer District. ◆Continue to react quickly during high water volume demands. ◆Complete improvements on the existing re-pump stations to continue to meet minimum water pressures at all times. Public Utilities Department 2 11.E.7 Packet Pg. 444 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : Project Location 3Public Utilities Department Vanderbilt Beach Road Carica Pump Station Goodlette- Frank Road Carica Road 11.E.7 Packet Pg. 445 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : What to Expect Public Utilities Department 4 11.E.7 Packet Pg. 446 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : What to Expect Public Utilities Department 5 11.E.7 Packet Pg. 447 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : Results ◆Increased system reliability ◆Improved water quality ◆Station will react faster to lower water pressures detected ◆Station will provide additional water volumes faster to demand areas ◆Station will more effectively maintain the County’s minimum water pressures 6Public Utilities Department 11.E.7 Packet Pg. 448 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : Recommendation ◆To approve an Agreement with Andrew Site Work, LLC, for ITB # 18-7486, “Carica Pump Station Water Main Improvements,” Project Number 70129 in the amount of $1,466,456; authorize the necessary budget amendment; and, authorize the Chairman to sign and execute the attached Agreement. 7Public Utilities Department 11.E.7 Packet Pg. 449 Attachment: Carica Pump Station Water Main Improvements PPP final [Revision 1] (7676 : CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Andrew Site Work, LLC ("Contractor") of 2511 Palm Ave, Fort Myers, Florida 33916, a corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Carica Rump Station Water Main Improvements, Invitation to Bid No. 18-7486 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Johnson Engineering, Inc., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, f or the consideration herein set forth, agree as follows: Section 1. Contract Documents. A, The Contract Documents consist of this Agreement, the Lxhlbits 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. 1. 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. Soope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents, Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One Million, Four Hundred Sixty -Six Thousand, Four Hundred and Fifty -Six Dollar's ($1,466,456.00) Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in E=xhibit B-1 and 8-2, 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.gov/c570/c570. html#certified. Should the Contract Amount be less than 0 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 Five Hundred Twenty (520) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to 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 Five Hundred Eighty -Four Dollars ($1,584.00) 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 -7486 -Carica Pump Station Water 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 a a O Conslruction Services Agreement: Revised 072118 Exhibit E; Change Order Form Exhibit F: Certificate of Substantial Completion f=orm 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 #18-7486- Carica Pump Station Water Main Improvements. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system; https://www.bidsync.com/bidsync-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 Johnson Engineering, 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 c/o Public Utilities Engineering & Project Management 3339 Tamiami Trail Fast, Suite 303 Naples, Florida 34112-5361 Attn: Benjamin Bullert, Senior Project Manager Phone: 239-252-2583 Email: Benjamin.Suilertcolliercountyfl,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: Andrew Site Work LLC 2511 Palm Avenue Fort Myers, FL 33916 Attn: Ralph C. Andrew III, President Phone: 239-226-1606 Email: Ralph@andrewsitework.corn 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. 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 lis t." 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, Governinci 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. 9 s Construction Services Agreement: Revised 072118 Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute ail 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. e C�A ConsEruction Services Agreemenl: Revised 072118 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below, CONTRACTOR: TWO WITNESSES: Andrew Site Work, LLC By: FI// WITNESS{ I/ Print Na a an itle Print Nave 6jj4A(Vtrv6�- S ND I N SS 0- Vi Print Name Date: OWNER: ATTEST: _ Crystal K. Kinzel, Clerk of Courts & Comptroller BY: Approved as to Form and Legality: Assistant County Attorney Print Name I-2- I21I1g BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: W.L.McDaniel, Jr., Chairman 7 Construction Services Agreement: Revised 072118 6 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) Construction Services Agreement: Revised 072118 Ca Addendum 43 COLLIER COUNTY PUBLIC UTILITIES 10/19/2018 Engineering and Project Management Division CARICA PUMP STATION WATER MAIN IMPROVEMENTS 18-7486 Bid Schedule Page 1 of 4 ® 7EST UNIT UNIT PRICE EXTENDED PRICE ITEM ITEM DESCRIPTION UNIT UNIT PRICE EXTENDED PRICE NO.1 QUANT. Install 30" Cross and Gate Valves using Double Mobilization/Demobilization 1 LS $ 72,677.00 $ 72,677.00 2 Maintenance of Traffic 1 LS $ 50,493.00 $ 50,493.00 3 Survey & Record Drawings1 181,090.00 LS $ 25,960.00 $ 25,960.00 4 Pre -Construction Video Recording 1 LS $ 3,959.00 $ 3,959.00 Install 30" Cross (Installation Only) 1 EA SECTION 1 SUBTOTAL: $ 153,089.00 Page 1 of 4 7EST UNIT UNIT PRICE EXTENDED PRICE ITEM DESCRIPTION NO T. Install 30" Cross and Gate Valves using Double 5 Line Stop with Bypass Furnish and Install 30" Double Line Stop with 24" 1 EA $ 181,090.00 $ 181,090.00 a Bypass b.1 Install 30" Cross (Installation Only) 1 EA $ 5,608.00 $ 5,608.00 c. Install 30" DIP Water Main (Installation Only) 45 LF $ 147,00 $ 6,615.00 d. Connect to Existing 30" PCCP WM 2 EA $ 51,250.00 $ 102,500.00 e. Install 30" Gate Valves (Installation Only) 4 EA $ 3,945.00 $ 15,780.00 f. Install Temporary 30" WM Caps (Installation Only) 2 EA $ 3,586.00 $ 7,172.00 Disconnect and Cap 16" DIP WM (Installation 1 EA $ 3,650.00 $ 3,650.00 g' Only) 1 6 Install Above Ground Valve Assembly 30" Bermad Solenoid Control Valve (Installation 2 EA $ 2,937.00 $ 5,874.00 a' Only) b 30" Gate Valve w/ Rotork Actuator (Installation 4 EA $ 2,937.00 $ 11,748.00 Only) 30" Ductile Iron Flanged 45° Fitting, Above Ground 2 EA $ 2,447.00 $ 4,894.00 C. Installation Only) d 30" Ductile Iron Flanged 90° Fitting, Above Ground 2 EA $ 2,447.00 $ 4,894.00 Installation Only) 30" Ductile Iron Flanged Tee Fitting, Above 2 EA $ 2,937.00 $ 5,874.00 e' Ground Installation Only) f 30" Ductile Iron Flanged Spool Fitting, Above 10 EA $ 1,958.00 $ 19,580.00 Ground (installation _Only) 30" Ductile Iron Dismantling Joint, Above Ground 2 EA $ 2,447.00 $ 4,894.00 g' Installation Only) h 30" Ductile Iron Flanged -MJ Pipe, Above to Below 2 EA $ 3,421.00 $ 6,842.00 Ground Installation Only) �' Furnish and Install Reinforced Concrete Pad with 100 SY $ 525.00 $ 52,500.00 Concrete Supports j. Install Air Release Valve (installation Only) 1 EA $ 2,148.00 $ 2,148.00 k Furnish and Install <1" Diameter Stone at 4" Thick 43 SY $ 75.00 $ 3,225.00 with Geotextile Filter Fabric I. Furnish and Install Chain Link Fence at 6' High 140 LF $ 70.50 $ 9,870.00 Shall match Ex, Fence Height).. m, Furnish and Install Control Panel and Electrical 1 LS $ 116,612.00 $ 116,612.00 n. Furnish and Install 6" Thick Concrete Driveway 60 1 SY $ 92.00 $ 5,520.00 Page 1 of 4 Addendum #3 COLLIER COUNTY PUBLIC UTILITIES Engineering and Project Management Division CARICA PUMP STATION WATER MAIN IMPROVEMENTS 18-7486 Bid Schedule ITEM DESCRIPTION NO. 7 Coordinate Bermad Valves Startup with Bermad Representative 8 Coordinate Rotork Actuator Startup with Rotork Representative 9 SCADA Integration for Bypass Valves and MOVs 10 Install Water Main Pipeline (Installation Only) a. 30" DIP Water Main (DS Valves) b. 30" DIP Water Main (Fill line) c. 16" PVC DR18 Water Main d. 16" PVC DR18 Water Main (Replacing Cast) 11 Install 16" Gate Valves (Installation Only) 12 Install 48" Tee and Valves (Installation Only) a. Install 48"00" Tee b. Install 48" Gate Valve C., Install 30" Gate Valve d. Install 48"X30" Reducer e. Install 30" DIP Water Main f. Connect to Ex. 48" DIP WM g. Connect to Ex. 30" DIP WM 13 Install Fire Hydrant Assembly (Installation Only) 14 Connect to Existing Water Main (Installation Only) a. 16" DIP Water Main b. 30" DIP Water Main (Fill Line) c. 16" Cast Iron d. 16" Single Line Stop (Furnish and Install) 15 Interconnect Existing 12" Cast Iron and 16" DIP Water Mains (Installation Only) 10/19/2018 EST. QUANT. UNIT UNIT PRICE EXTENDED PRICE 1 LS $ 7,479.00 $ 7,479.00 1 LS $ 11,632.00 $ 11,632.00 1 LS $ 31,174.00 i $ 31,174.00 80 LF $ 531.00 $ 42,480.00 100 LF $ 422.00 $ 42,200.00 35 LF $ 231.00 $ 8,085.00 350 LF $ 124.00 $ 43,400.00 4 EA $ 1,492.00 $ 5,968.00 1 EA $ 6,033.00 $ 6,033.00 1 EA $ 5,123.00 $ 5,123.00 1 EA $ 4,144.00 $ 4,144.00 1 EA $ 3,586.00 $ 3,586.00 15 LF $ 142.00 $ 2,130.00 1 EA $ 5,543.00 $ 5,543.00 1 EA $ 5,543.00 $ 5,543.00 1 EA $ 5,505.00 $ 5,505.00 2 EA $ 4,564.00 $ 9,128.00 1 EA $ 6,682.00 $ 6,682.00 1 EA $ 8,780.00 $ 8,780.00 1 EA $ 13,791.00 $ 13,791.00 1 LS $ IN 8,545.00 $ 8,545.00 SECTIO 3 SUBTOTAL'; $ 853,841.00 Page 2 of 4 ,:CAO Addendum 43 COLLIER COUNTY PUBLIC UTILITIES 10/19/2018 Engineering and Project Management Division CARICA PUMP STATION WATER MAIN IMPROVEMENTS 18-7486 Bid Schedule ITEM NO. DESCRIPTION EST. QUANT. UNIT UNIT PRICE UNIT PRICE EXTENDED PRICE 19 Abandon and Remove Existing Water Main QUANT. 26 General: Allowance for unforeseen a. 12" Cast Iron Water Main (Towards West) 185 LF $ 28.00 $ 5,180.00 b, 16" Cast Iron Water Main (Toward West) 40 LF $ 27.50 $ 1,100.00 c. 16" DIP Water Main (Towards West) 185 LF $ 31.00 $ 5,735.00 d. 16" PVC Water Main (Fill Line) 40 LF $ 35.00 $ 1,400.00 e. 16" DIP Water Main (Fill Line) 30 LF $ 39.50 $ 1,185.00 f. 20" DIP Water Main 95 LF $ 33.00 $ 3,135.00 g.1 30" PCCP Water Main 30 LF $ 50.00 $ 1,500.00 h. 30" DIP Water Main (Fill Line) 35 LF $ 43.00 $ 1,505.00 1. 36" DIP Water Main 15 LF $ 68.00 $ 1,020.00 j. 48" DIP Water Main 25 LF $ 49.00 $ 1,225.00 20 Locate and Protect Existing 16" Raw Water Main During Construction 1 LS $ 3,521.00 $ 3,521.00 21 JAbanclon and Remove Fire Hydrant Assembly 1 EA $ 1,671.00 $ 1,671.00 22 Abandon and Remove Existing Below Ground Valve Vault and 30" Valve 1 LS $ 6,056.00 $ 6,056.00 23 Remove Existing 30" Valve Stem and Pad 1 EA $ 756.00 $ 756.00 24 Clear and Grub Wooded Area 1 LS $ 20,019.00 $ 20,019.00 25 Replace Existing 6' Tall Chain Link Fence 90 LF $ 101.00 $ 9,090.00 SECTION 3 SUBTOTAL: $ 214,526.00 Page 3 of 4 ICAO o DESCRIPTION UNIT UNIT PRICE EXTENDED PRICE IT M NO.Allowance QUANT. 26 General: Allowance for unforeseen 1 T&M $ 150,000.00 $ 150,000.00 conditions will be made at theappropriate contract 27 Allowance to Field Verify Existing 30" PCCP Water 1 T&M $ 20,000.00 $ 20,000.00 Main Joint Type and Outer Pipe Diameter 28 Allowance to Field Verify Existing 30" PCCP Water 1 T&M $ 20,000.00 $ 20,000.00 Main Joint Restraint 29 Allowance to Coordination with Collier County Water 1 T&M $ 5,000.00 $ 5,000,00 Department and Valve Team Allowance for Joint Restraint: Allowance for labor 30 and material to restrain the existing pipe if 1 T&M $ 50,000.00 $ 50,000.00 determined necessary through field verification. SECTION 4 SUBTOTAL:1 $ 245,000.00 Page 3 of 4 ICAO Addendum 43 COLLIER COUNTY PUBLIC UTILITIES 10/19/2018 Engineering and Project Management Division CARICA PUMP STATION WATER MAW IMPROVEMENTS 18-7486 Bid Schedule SECTION 1 GENERAL SUBTOTAL: $ 153,089.00 SECTION 2 WATER SYSTEM SUBTOTAL: $ 853,841.00 SECTION 3 RESTORATION SUBTOTAL: $ 214,526.00 SECTION 4 ALLOWANCES SUBTOTAL: $ 245,000.00 PROJECT TOTAL: $ 1,466,456.00 Page 4 of 4 CCA 0 EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement: Revised 072118 ��,E3 co er Co""lty Email: Barbara.Lance@colliercountyfl.gov AdministrafiveSeNcesDkvsion Telephone: (239) 252-8998 Procurement SeMrm Addendum 1 Date: September 28, 2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum #1: Solicitation # 18-7486 Carica Pump Station Water 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: Please see attached Document 18-7486 PUED Bid Addendum 1.pdf for detail around the below Update/Clarification/Change/Add: Update: SITE VISITS Collier County will allow access and provide site visits to bidders at the Carica Pump Station located at 7200 Goodlette-Frank Road (just south of Vanderbilt Beach Road), Naples, FL on: Tuesday, October 2, 2018 at 9:00 a.m. and Wednesday, October 3, 2018 at 2:00 p.m. See Attachment #1 for location map. Clarification: East Tank Fill Line Change: Technical Specifications Additional Documentation: 30" Bypass Valve Assembly Sequence of Operation C: Ben Bullert, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation~ re) ,;�../ ti (. AIVO'e-ew �ND�r'�/oS �L-wUa�C CCS . (Name of Firm) 7-18 Date CACI CO, he -Y C014-PILY Email: Barbara.Lance colliercountyfl.gov Administrative Semites Division Telephone: (239) 252-8998 Procurement Services Addendum 2 Date: October 5, 2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum #2: Solicitation # 18-7486 Carica Pump Station Water 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: Please see attached Document 18-7486 PUED Bid Addendum 2.pdf for detail around the below Clarification/Changes: Clarification: Items 2-6 Changes: a. Revised Bid Schedule has been uploaded as: 18-7486—Addendum 2 Bid Schedule rev2 b. Measurement and Payment C: Ben Bullert, Project Manager Please sitgn 4ow and return a copy of this Addendum with your submittal for the above referenced (Signa u ,4,n/,e/i C • �q,vdlLt -4e A t-:75' "/ S' (Name of Firm) /o --/7 - /g Date �5 CO ei' COU14ty Email: Barbara.Lance@colliercountyfl.go Administrative Services Division Telephone: (239) 252-8998 Procurement Services Addendum 3 Date: October 10, 2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum #3: Solicitation # 18-7486 Carica Pump Station Water 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: Clarification: Please see attached Document: 18-7486 PUED Bid Addendum 3.pdf for Answers to Questions 1 & 2 submitted in BidSync. Change: Revised Bid Schedule attached: 18-7486 Addendum 3 Bid Schedule rev3 C: Ben Bullert, Project Manager 1 Please sign log{ and return a copy of this Addendum with your submittal for the above referenced S�Cit<1�j,0 \\ la —/7 — /of (Sign a�tuure)1#,i1,4A (Name of Firm) Date Go Lie -y Cowlty Administrative Services Division Proauement Services Date: October 15, 2018 Email: Barbara.Lance colliercountyfl.gov Telephone: (239) 252-8998 Addendum 4 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum #4: Solicitation # 18-7486 Carica Pump Station Water 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: Bid "End Date" has been extended to: Friday, October 19th, 2018 at 3:00 pm Question/Answer: Question 3: 3a. Do you know the operating pressure on the 30" water line (PCCP) 3b. As part of our scope to the contractors, we are supposed to figure out the restraint on the line. 3c. Can you tell me what the operating pressure on that line is? Answer: 3a. We run between 80 psi and 90 psi in this area through this line. 3b. Yes the contractors have excavating the area will work with our engineer to decide on the restraints required. 3c. We run between 80 psi and 90 psi in this area through this line. C: Ben Bullert, Project Manager Please sig t� low and return a dopy of this Addendum with your submittal for the above referenced solicitatt6n. , 7 (Signature) /l va4tFel- Andt-,,j S• tt"v ,PL -cc (Name of Firm) /y/( /,/�r Date ■ Co iel' �rOunty Email: Barbara.Lance colliercountyfl.gov AdministraGveSeNces Division Telephone: (239) 252-8998 Procurement Services Addendum 5 Date: October 18, 2018 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 5: Solicitation t# 18-7486 Carica Pump Station Water 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: Clarification: Please see attached Document: 18-7486 PUED Bid Addendum 5.pdf for the Answer to Question 4 submitted in BidSync. C: Ben Bullert, Project Manager Please sign//Pe/ll6v and return a copy of this Addendum with your submittal for the above referenced solicitation}. 11 . r"J `1 (Sig—nature�14/�/1C' �w zi Date (Name of Firm) Director, Procurement Services Division FORM 1- BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA CARICA PUMP STATION WATER MAIN IMPROVEMENTS BID NO. 18-7486 Full Name of Bidder /Yilc(vcw s, ¢e en`Y LSC Main Business Address a -// 1 "Ire A,-& PtaceofBusiness 1 urs Myc,s lam( 33816 Telephone No. _r '� `� aae- /(0 6 Fax No. a? 3 J(" a?d - A60I - State Contractor's License & 6 State of Florida Certificate of Authority Document Number4s— Federal Tax Identification Number all - 9,2q lk71 DUNS # OS - a 7V o7l 6 CCR# A�711.1-17 Cage Code 6 t H- To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division staff. ■ FORM 2 - CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT CARICA PUMP STATION WATER MAIN IMPROVEMENTS Bid No. 18-7486 Name Personnel Category Ank C . ANllk�i✓ Construction Superintendent MhAer H"Ae Project Manager 0 13 r,'a h/ 13 r4n�114.5 5 ■ FORM 3 - MATEWAL MANUFACTURERS THIS FORM MUST BE COMPLE'T'ED 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 co nm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: ndr w Signature: Date: Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as Company Signature: _ Date 4-11 A- CA Q FORM 4 - LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Company: _ � i ) /; Date: /0-/7-/t Major Category of Work Subcontractor and Address 1. Electrical M,Cltctr int p«Ro inc Clio ,iw.i jed rvA mem r --c 7390r 2. Mechanical eer-d 136.r M6.g4r wk,: elr—A- rc rS 7(.s- 3. Plumbing 4. Site Work 5e 14- 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: _ � i ) /; Date: /0-/7-/t FORM 5 - STATEMENT OF EIPERIENCE 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 terns of the Agreement. 1. F&,Ct 01�'--Srie GCI CowFy f(oap2 (project name) (project owner) MXv3 IJ 610 Mur/1e Sheet rte✓) .-,Yees,, (=c33'70 (project location) rr (Owner's address) p SBVGrnt � Hal t'tef /�''L /`' r/tet /3YoPa�ca. Sift acv /y�ury�L ( L (project description) (Owner's contact person) (title) ao%( / a°!s $ 4a711,uoo.ro of39-S3�-blJs' _) ,MfV%V?.7tee�or.cwn (project start/completion dates) (contract value) (phone) (email) 2. �- •KSVe C94 Ct IPfy i22P/ucrn.rni �Iwr�otlG Co.,fy /�ucC (project name) (project owner) �i-Y (�tcrt �/e r e. I a',St�y �1g wvpvcu. ei rc / e �✓ � �n.mth: Fe 3J i�r (project location) '� (Owner's address) I _Sevc✓..t Ar,..S q Kee,*CW _w/M C F/+. 1 l�uelC xRn�iiS�n ��lSPec�'e/ (project description) (Owner's contact person) (title) 90)(s 1.?0/7 $ 6/, geu, uva .v GJc//-GG/- G "/ �73 CkuCA. Nrn/Wo.,DO) Pr l0HeO-fyPc Jrcr (project start/completion dates) (contract value) (phone) (email) A�y7p /o C".t ay/"w a4y of A✓+ r`Yc.s (project name) (project owner) 6✓f r,y«r r 7-c _ a200 sego.,.( (project location) (Owner's address) (project description) (Owner's contact person) (title) t%)6/ aol7 $ %Zao,000.s✓ o��cJ-lrci/ ,00^ Ii• P�) gAt',.c✓+", (project start/completion dates) (contract value) (phone) (email) i€"A� FORNI 5 STATEMENT OF EXPERIENCE OF BIDDFR 4. ric2iet W14Tl�K rYY.vn Fe//aecnerr- ___ C'�[ �!� (/fn�ce (project name) (project owner) /-C/, , " C l'C- _9W 't,. !.v,/FI,ctc/ APC/ Fr- s%ays` (project location) (Owner's address) fm fk rrsF�un W 6­1ft•w.+J r !�/rn 7--,yCy�`er Lb%e K• fmVO --- (project description) (Owner's contact person) (title) $ /i 711icl9o.od q1 -11 - (project completion date) (contract value) (phone) (email) S. 3;(--S 1) 11147V4 /iw' �e//u�c«wr i � •�Yo/ec WATUR 4 ,Se—ei %sir:ct (project name) (project owner) J��OKolec. /=G (project location (project description) (project completion date) (contract value) 102,0—Sc✓�r`{sr+`un IQ� Fron`u/wr•c Fc.dt/r [L (Owner's address) (Owner's contact person) (title) �3y-,2�7G-G>vd ��sC«,-a,rc&)c/rcuv-tias.� .c.M (phone) (email) 6. / 'e,ciye Oi �3AZI AAC�Nt £ Glw rwr,G 1/'�/�i3� Ci,4x of /rr.F /,'uieif //- r (p��- ct name) v (project owner) I-vrf nyUs r Ft- 9600 Cf 2 Mp.+.� C..fA.. Y.a��'R 362 T-r,✓t�yu 3eyr6 (project location) (Owner's address) CONON{C / tJfe,,e,w t- am,'!e) 0. Albk""_ Q (project description) (Owner's contact person) (title) aall� Zy/� $ �t/1� 000.o. a39'�IyJ�C�/ov rob b;e.��-erf (project completion date) (contract value) (phone) (email) Company; tfO "L�% S" Signature: 4 C. AivA�N%. C -T Date: /u//7/1.` 0 FORM 6 -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: TOTAL $ Failure to complete the above may result in the Bid being declared non-responsive. Company: Signature: Vlze, & _ Trench Safety Units of Unit Unit Extended Cost Measure Measure(Quantity) Cost (Description) LF SY sloiG L-� 6 �-U 2. -P-ch I3ox L r 3. 4. 5. TOTAL $ Failure to complete the above may result in the Bid being declared non-responsive. Company: Signature: Vlze, & _ FORM 7 - BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Andrew Site Work, LLC (herein atter called the Principal) and The Ohio Casualty Insurance Company (herein called the Surety), a corporation chartered and existing Under the laws of the .State of New Hampshire with its principal offices in the city of Boston, MA and authorised to do business in the State of Florida are held and firmly bound unto the Collier County Board of County Commissioners (hereinafter called the Owner), in the full and just SUI» 01' Five Percent of Amount Bid dollars 5% ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 18-7486 Carica Pump Station Water Main imp►•ovements. 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 sten of Five Percent ofAmoumBid 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 17th day of October .20 18 BY LLC uoFlqT- The Ohio Casualty Insurance Principal (Seal) Surety „_,.,,,,, . ­_-- (Seal) Brett Rosenhaus, Attorney -in -Fact & FL Licensed Agent Countersigned Appointed Producing Agent for N/A 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, 111SUralnC Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated dannages, for the delay and additional expense to the Owner, it being recognized that, since time is ofthe 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 quantity. 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 seen: 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 agrcennent 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 Five Hundred Twenty (520) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. 0 IRM This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company SURETY POWER OF ATTORNEY Certificate No: 8197079. 964020 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, t3rett offl lIRSRt4 all of the city of Delray Beach state of Fl. each individually If there be more than one named, its true and lawful attorney-ill•fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I Oth day of October , 2018 . Liberty Mutual Insurance Company INsuy? Vw INS& 1Nsuy? The Ohio Casualty Insurance Company 0a90kar.1 yJPGoaporryr 19y OP �oaP00.4 n West American Insurance Company J � Form Q3 Fon �3 Fotn 1912 � 0 1919 � � 1991 0 i 0 s l f? By David M. Carey, Assistant Secretary State of PENNSYLVANIA B � N County of MONTGOMERY ss 0 a) On this loth day of October , 2013 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. t;� Ta Q) IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA QJo Notarial Saal O � Gr> t1f Teresa Peslella, Nolary Publir. 00 O 'e, Upper Merlon Twp., Montgomery County By: �; �` • \�y` + My Commission Expires March 26, 2027Teresa Pastella, Notary Public Ci•.�,rty,1 ` 4G Alemtwr, Pennsylvania Association of Notaries o) This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o .'= Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: E ai ARTICLE IV— OFFICERS: Section 12. Power of Attorney. oc`a Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 0 >, President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety M ooei any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o Z instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact tinder the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I7th day of October , 2018. 1NSUR 'ZY INS& INspR �JPooavoR-0r�tin yJPooaeoq,�r'Pgy \VP GopaoRgrq'�Ct Fom 0Q Fo m C3 nom 1912 ti _y1919 u pQ 2 1991 0 e~� 0 By: 0 �� A*PgMAO- aa3 rsa� Renee C. Llewellyn, Assistant Secretary LMS -12073 LMIC OCIC WAIC Multi Co_06201e o� of— M Or0 1p � O c Oa) o`a) >o a) 0? E64 0CO 0 06 a Respectfully Submitted: State of r L County of L IS7 L-' on4l 4,27- being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all staternents herein made are made on behalf of such Bidder and that this deponent is authorized to make them. iQ-IfA (?. Andyew a also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder is a co oration organized and existing under the laws of the State of F�— which operates under the legal name ofr'ew 5: o, K GLC • and the full names of its officers are as follows: President RatP,h C• Andy,..., 1-T Secretary Treasurer Manager 13Hen P 6& W, Q55 The 101-o %. ale , is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken !r 21r- o a strike out this last sentence if not applicable). (b) Co -Partnership The Bidder is a co -partnership consisting of individual partners whose full names are as follows: The co -partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is and if operating under a trade name, said trade name is Complete for information contained in (a) Corporation, (b) Co -Partnership or (c) Individual from previous page. DATED 44drr_w S• lewo✓k GLe - Le al Ent. y Witness Name of Bidd ed Witness Signature Title STATE OF r L. COUNTY OF Le-e-, Theforegoing instrument was acknowledged before me this day of 0 e.r , 201�j by Ral�1n C, QhAc�u� as Leh' b,*—n •' of ttL�tK a corporation, on behalf of the corporation. He/she is persona11 nown to me or has produced as identification and did t) take an oath. My Commission Expires: I j&\�+ 273 t 0 2 nature o otary) NAME: IN ON CtJI\ (1 P_ Z '; 00 IK 1;_ Legibly Printed) (AFFIX OFFICIAL. SEAL) Notary Public, State of '%V y"', • uaG,,, Morganne J. Brooks Commission # GG127333 ;lF Expires: July 23, 2021 ',,,,,,,,,, Bonded thru Aaron Notary Collier County Administrative Services Department Proarrement Ser/ices Division FORM 9 - CONFLICT OF INTEREST AFFu).Avrr 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 pall 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), nleeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Signati Print Name: Ellie,, If. 1114x11_ea. til Title of Signatory: Lr• s : d -en r C`AE'a ConlLr County Administrative Services Department Procurement Serjices Division FORM 10 -VENDOR DECLARXHON S'rATEbiENr BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded it 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 / 7 day of 20 Win the County of L( -7r , in the State of F _ Firm's Legal Name: /9�c�/cw $c'ero�k L r -C Address: City) State, Zip Code: _r",1- /v1 cis f Ft- 379/k Florida Certificate of C 4 0- l a A 6 4/ 1/ 6 Authority Document Number Federal Tax3�9/k7/ Identification Number *CCR 4 or CAGE Code 6a *Only if Grant Funded Telephone Signature by: (Typed and written) Title: a3y- 0�a6-1,�oe E Email: Pa I I°A (tea( rt w S,`fer.. t'll • C ur• Office servicing Collier S& County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Secondary Contact for this Solicitation: Email: br gun c,,dr<W s % urK • c °�^ Phone: at?7y-- 6-R& k -,b -t CAS Additional Contact Information Send payments to: 4rl4ycw S, -k"/✓ LLC (required if different from Company name used as payee above) Contact name: / 1%, JPA L' • Aylre. Title: P✓e5 Lien 1 Address: City, State, ZIP s Telephone: Q 39 - 9v(, -16a& Email: Pa I I°A (tea( rt w S,`fer.. t'll • C ur• Office servicing Collier S& County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Secondary Contact for this Solicitation: Email: br gun c,,dr<W s % urK • c °�^ Phone: at?7y-- 6-R& k -,b -t CAS Coder County Adji� isVolive Son+lces Ooportment 7mcuroment Serricea Dio5ion FORM 11 - I141h11t;ItA'f10N AI I ib,lViT CrRTIFICA' ION This Affidavit is rcrluired and should beg! gnerl, 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 subirission 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 F-Vcrify MC11Doeandum of Understanding for the company. I+ailtire to inelode, this Affidgy1t and -acceptable evidence of enrollment in the r-Verff ro ram nt deem the 'Vendor's PKp2psal as n n- rrsVn►rsive� Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation or the employment provision contained in 8 U.S.C. Section 1324 a(m) Section 274A(c) of the Immigration and Nationality Act ("INA") Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient or the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination ofthc contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Fm inigration Act and subsequent Amendmen((s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proorof enrollment in The Employment Eligibility Verification Systcrn (E-Veri ry), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time ofsubmission of the Vendor's proposal. Company Name r vrcw 51 1iiWUP K L Print Name ,PA, I C'.. )r 0 Title_ Signature Date /;7 /$ State of Cr County of f -G The signee or these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth And accuracy of this affidavit to interrogatorims hereinafter made. ConimissionNo., _I�3 Ctrmm� s n 0 GG127anne j. 33 :t 3 '' Expires: July 23, 2021 '•kf,`, ';;ti,z""'r Bonded thro Aaron Nolary 9 Gay7[i FORM 13 - BIDDE R5 C11ECKLIS7 1M ORTAN'I'. Please read currefully, sign in the spaces indicated Ander turii with your Bid, Bidder should Check off each of 00following 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. ti. 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 orthe following bid forms have been completed and signed; 1. Bid Form (Form 1) W. 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 Substituie'VV-9 (Form 12) 5, Statement ofExpeilence (Form 5) 13. Bidders Chockiist (Form 13 — this form) 6, Trench Safety Act (Farm 6) 14. Business tax Receipt (Collier County 7, Aid Bond Form (Form 7) Businesses Only) 8. Insurance & Bonding Requirements (Form 8) 15. Signed Grants Provisions Package (if 9. Conflict of Interest Affidavit (Form 9) applicable) 9. Copies or 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 Flprida 3, Any required professional licenses— valid and current (ie: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, ctc., as applicable, requested and/or required.) 10. if regtLired, 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, I2, The Bid will be uploaded in tiune to be received no later than the specified otiening date a t time, otherwise the Bid cannot be cotuidemd. 4741c 'tkwvrx CC . Bidder a e ure & Title Datr. G 2 , &J7 .11 (T) Z LU 0 F- < L z Q� u D wce W < LLI LL LLJ LLI r u 0 F— < D Z 0 O z 0 LJJ LL LL 00 LL Ln = G }� O.ti Sz- LL. 0 0 F -z > z Z cn 0 Q� LLI LLJ Z 0 > 0 0 (D u ui 0 u z V) vZ) u w wC 2 CllanIM 1462194 132ANDRESIT ACORD.CERTIFICATE OF LIABILITY INSURANCE DATE If,1Ml4WYYYT) 8/0812018 THIS CERTIFICATE 15 ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTFR THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRFC85NTATIVE OR PRODUCER, ANIS THF- CERTIFICAY8 HOLDER. IMPORTANT: If the cortiticate holder Is an ADDITIONAL INSURED, the policy(ios) must have ADDITIONAL INSURED prov{sions or be endorsed, If SUBROGATION IS WAIVED, subject to the forme and conditions of fhe policy, Curtain politics may, require an andorsaAnent. A statement en this Certificate does not confer any rights to the certiRcate holder In lieu of such ondarsoment(s). PRODUCER�gjjAklMary Hasher_BB&T-Oswald Trlppe and Company 13515 Betl Tower Dr1ve Fort Myers, FL 33907 239 433.4535 ff' ► 2gg.43a.71d9 b N ; 8138-802.8680 �L , mhg Cahor�bbandt,com NC' INSVA@ s AFFaROINp COY Ga AIE n 1NBURER A : ►CCI Inaunnsa CamatnY 101179 INSURED Andrew Site Work LLC 2511 Palm Avenue Fort Myers, FL 33916 INSURER H; INSURER C�--T"""'T - INSURER D: INSURER H 1 INSURER F; COVERAGUS CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT TME POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURE(] NAM80 ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH TMI8 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1$ SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN 6Y PAID LrR TYPC OF INSURANCti Ali 8R POLICY NUMBER ppREDUCED M }iio a EECLAIMS, MER 9; _T tIMITS 491151201 EACH OCCURRENCE Si 004 400 A X COMMERCIAL GENERAL LIABILITY X X GLOO159255 0911$!2017 C1PdM54IADE OCCUR _ g�a}Fp Enoo NTER s140 404 T X PO 139d.-1,000 NIRC0 FI.x]P (I.J A - ono anon $5,000 PERSONAL 6 ADV INJURY 1,000,000 GENT_ AGGREGATE UNIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY L PEC LOG 'PRODUCTS •COMPIOPAGG s2,000,000 OTHER; $ A AUTOMOBILE LIABILITY X . CAt00t}0633402 $l1a12017 I E� s u Ir 1,404,000 091151201rel ANY AUTO BODILY INJURY (Pyt pawn) $ pwNgp AurosULEO AUrggaS aNLY AUrO9 BODILY INJURY (Pat lccldeM) S WN- I—x 981% X g — _ 11 i ONLY pUUTOS ONLCY Ip ni 5 _ A X UMURELLA Line _ X OCCUR UMB10001793201 09115/2017 09/151201 E EACH OCCURRENCE s4,000,000 eXCESS LIAR CLAIMS mW5 A_DOREOATE s4 4 Q 4 PEO X RpTgmrjnwtinnnfi a A WORKERS COMPENSATION X OO'IWCITA7213d 410112018 OTHH 04101/201 X P' ER ApNND EMPLOYERS' LIABILITY gYIN ECUTIVEa N fA .L, EACH gCCIOENr $1,000,000 OFPIC£APIR ER E7(GLUPEb9 IMandalory 10 NH) E -L DMS A$C-0-AEMPLOYEti $1,000,000 doF o • dIP7i0N OF 2 ERArIDNS aglow E•L. uisFArx • POLICY LIMIT yi 444 444 A Contractors - CM00077965 0911512017 0911512011 $500,000 Limit Leased/Rented $$,COO DodUctlbie Equipment DESCRIPTION OF OPIzRATION91 LOCAr10W I VEHICLES IAC6ND 165• Addnlenal Iramarkt Schodala, may an arlaehod II mori space 1% rpquhadl Workers Comp Coverage 1ncludea USL&H Coverage •ff ifi�alf ffihY�• FOR PROPOSAL PURPOSES ONLY iffifxf■fif if aaiir In a'.i u a Ln11 a QM ; L*] A 11A al Androw Site Work LLC 2511 Palm Avenue Fort Myers, FL 33916 ACORU 25 (2016109) 1 01 1 #5201530741M19773982 SMDULD ANY OF THE ABOVE DESCR113E13 POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTIGIi WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 'W� r f*4 r 0 1988-2015 ACORD CORPORATION. All rights reserved, Tlio ACORD name and logo are roglsrarad ruarks of ACORD MHOS 8/23/2018 License Permit.htm Jimmy Patronis c't ru ar;�', Casia Sinco CHIEF FINANCIAL OFFICER BUREAU CHIEF Julius Hnlas Keith McCarthy DIVISION DIRECTOR SAFETY PROGRAM MANAGER mo FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSNAL 200 East Gaines Street - Tallahassee, Florida 32399-0342 Te1.850-413-3644 Fax.850-410-2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERTIFIES THAT: Ralph C Andrew 2511 Palm Avenue Ft, Myers FL 33916 BUSINESS ORGANIZATION, Andrew Site Work LLC Contractor V means a contractor whose business is limited to the execution of contracts requiring the ability to fabricate, install, inspect, alter, repair and set -vice the underground piping for a fire protection system using water as the extinguishing agent beginning at the point of service as defined in the act and ending no more than 1 foot above the finished floor. Issue Date: Type: Class: County: License/Permit # Expiration Date: Chief Financial Officer 07/01/2018 09 14 Lee 119776-0001-2008 06/30/2020 file:///C:/Users/Front%2ODesk/Downloads/License_Permit.him 1/1 0A0 Voo COO,, 5" if Tax Cblr 3 1061 of FkJ111 Dear Business Owner: Local Business Tax Receipt M000034 2 o(2 In Group 17 Your 2017-2018 Lee County Local Business Tax Receipt is attached below for account number 1005090. If there is a change in one of the following, refer to the instructions on the back of this receipt, • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year, Sincerely, C4,0- r4j— Lee County Tax Collector ---------- ------------------ ----------------------------- ---------------------------- 2017 - 2018 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1005090 Account Expires: September 30, 2018 State License Number: CUC1224664 ff stare license has charged, contact our once at 239.533.6000 May engage in the business of: Location: UNDERGROUND UTILITY & EXCAVATION 2511 PALM AVE CONTRACTOR•CERTITIED Fr MYERS FL 33916 ANDREW SITE WORK LLC ANDREW RALPH CHANCEY III 2511 PALM AVE FT MYERS FL 33916 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY PAID 451790-19-1 07/21/2017 01:17 PIA $50.00 ������u�tdoualorr 1 Department of G�7 P •, Environmental Prosection ;aY �ti..s. FLORIiiA ` 2600 Blair Stone Road, M.S. 3570 Tallahassee, Florida 32399-2400 November 28, 2012 Congratulations on successfully completing dle Flotida Stormwater erosion and Sedimentation Control Inspector Training Program. I greatly appreciate your participation in and successful completion of this course. 1 hope that it has helped you to better understand Florida's stormwatet problems and the importance of proper design, construcdon, and maintenance of erosion and sediment controls during construction, in order to assure the proper long-term operation and maintenance of storrnwater systems after construction is completed. Attached you will find your numbered certificate and wallet card. Please let the know if there are any errors in the ccrtifrcate or card, or in the grading of your exam. If I can be of further assistance, please do not hesitate to contact me at 850/245-8294 or via email: hllton.lunsfotcl a dep.state.Fi.us DEPARTMENT OF Brien Brandfass Andrew Site Work LLC 4696 Elevation Way Ft. Myers, FL 33905 ENVIRONMENTAL PROTECTION STORMWATER EROSION AND SEDIMENTATION CONTROL INSPECTOR TRAINING. PROGRAM x Brian Brandfass Class Dole Inepeclor Nmnbcr Moveurber'l,•1012 27909 QUALIFIED STORMWATER MANAGEMENT INSPECTOR QUALI°FIED ii STORMWATER MANAGEMENT INSPECTOR r� The undersigned{ hereby ticl:tiowledges that i Brian Brandfass has successfully met all requirements necessary to be fully qualified through the Florida Department of Environmental Protection Stormvater Erosion and Sedimentation Control Inspector Training Program November 1, 2012 �f Inspector Ntrrrrber 27909 Flsti f .nnsfor Kristine Jones—� American ana- gement Resources Corporation certifies that Ralph Andrew Vias sarcces,ifully completed the 8 Hour OSTM Course for handling Class Cf 11shestos-Cnntainlng Materials CLASS H ASBESTOS WORI( 8 Hour OSHA Course Uarch 25, 201 ! Course Date Jack SaIder .III, L°575,' Course Instructor March 25, 20l l Eranr nate 4391 Cert cute Number Training Provlded.tiy AMRC 5230 ClaytrnI Court - Parr Nfyers • Florida • 33907 • (239) 936-8266' References additional list of references available. ANDREW SITEWORK LLC. 2511 Palm Ave., Fort Myers, FL 33916 0:(239)226-1606 F:(239)226-1605 Project: Pine Ridge Road Sewer Replacement Location: Fort Myers, FL Contractor: Andrew Sitework LLC. Contract: $1,430,000.00 Completed: 2012 Owner: Lee County BOCC Address: 1500 Monroe Street, Fort Myers, FL 33901 Contact: Luis Soto PM Number: 239-533-8151 email: Isoto@leegov.com Discription: 1,300 LF 30" HDPE Single Pull By HDD, 2800 LF 24" PVC by Open Cut, 370 CY Grouting Existing Main Connection to Existing Utilities, Asphalt Drives and Sidewalk Replacement & Restoration etc. Project: Galvanized Pipe Replacement Section -1 Location: City of Cape Coral Contractor: Andrew Sitework LLC. Contract: $2,727,900.00 Completed: On going (Completion January 2015) Owner: City of Cape Coral Address: 1015 Cultural Park Blvd. CC, FL 33990 Contact: William H. Sperry, PE Number: 239-574-0729 email: wsperry@capecoral.net Discription: 32,000 LF of 2" 4" 6" and 8" C-900 by open cut. Directional Drilling of Decrotive Drives, several hundred water services, fire hydrant replacements, asphalt, concrete brick paver driveway replacement. Project: Winter Garden Trunk Line C Phase -6 Location: Winter Garden, FL Contractor: Andrew itework LLC. Contract: $735,000.00 Completed: 2012 Owner: City of Winter Garden BOCC Address: 1516 Hillcrest Street, Suite 212, Orlando, FL 32803 Contact: Art Miller, Engineer, PM Number: 407-841-4084 Ext. 201 email: art@armengr.com Discription: 4,700 LF 18" PVC Force Main, 4,500 LF 12" Water Main by open cut, 1,200 LF 12" & 18" by Directional Drill, Project: Montgomery Ave & White Road Reclaimed Water Main Location: City of Ocoee, FL Contractor: Andrew Sitework LLC. Contract: $972,000.00 Completed: 2011 Owner: City of Ocoee BOCC Address: 150 N. Lakeside Drive, Ocoee, FL 34761 Contact: David Wheeler, Engineer Number: 407-905-3100 email: dwheeler@ci.ocoee.fl.us Discription: 6,000 LF 16" HDPE by Directional Drill, 2,00 LF 4"-12" HDPE and PVC by Directional Drill. Project: Northcliffe Force Main Replacement Location: Hernando County, FL Contractor: Andrew Sitework LLC. Contract: $850,000.00 Completed: 2010 Owner: Hernando County BOCC Address: 20 N. Main Street, Room 365, Brooksville, FL 34601 Contact: Mark Morgan, Hernando County Engineer Number: 352-754-4037 email: marl<m@co.hernando.fl.us Discription: 6,700 LF 16" FPVC by Directional Drill, 280 LF Steel Casing by Jack & Bore, & Restoration CAS Project: Osceola Parkway/FL Turnpike Water Main Crossing Location: Kissimmee, FL Contractor: Andrew Sitework LLC. Contract: $7.,230,000.00 Completed: 2013 Owner: Toho Water Authority Address: 951 Martin Luther king Blvd, Kissimmee, FL 34741 Contact: Jay Morris, Engineer CPH Number: 407-425-0452 email: lrnorris@cohenRineers.co_m Discription: 1,500 LF Single Directional Bore of 30" FPVC Water Main, 1,500 LF 24" FPVC Carrier Pipe By HDD crossing the Florida Turnpike In Kissimmee, FL. Project: Bryan & Barna Fire Protection Improvements Project Location: Brandon, FL Contractor: Andrew 51tework LLC. Contract: $1,661,000.00 Completed: 2014 Owner; Hillsborough County BOCC Address: 601 E. Kennedy Blvd., Tampa, FL 33602 Contact; Mark Lipman, PM Number; 813.209-3058 email: dillmanm@hillsborouLhcountv.orx Discription: 21,000 + LF 6" & 8" PVC by Directional Drill, 400 + Water Services, 95 Fire Hydrants, Complete Restoration. Project: Country Club Estates Water Main Replacement Location: City of Deland, FL Contractor: Andrew Sitework LLC. Contract: $735,000.00 Completed: 2011 Owner; City of Deland BOCC Address: 1102 5. Garfield Ave, Deland, FL 32724 Contact; Keith Rlger, City Engineer Number: 386-626-7197 email: rieerk@deland.nr� Discription: 17,000 LF 4" - 8" HDPE ►Nater Main by Directional Drill, 175 Water Services, Numerous Fire Hydrants, 8,000 SY Asphalt Restoration, Concrete Driveway and Sidewalk Restoration. 9 Project: Water Distribution Interconnect With Moore Haven Location: Lake Alfred, FL Contractor: Andrew Sitework LLOC. Contract: $122,000.00 Completed: 2013 Owner: City of Lake Alfred BOCC Address: 155 E. Pomelo Street, Lake Alfred, FL 33850 Contact: John Deaton, City Engineer Number: 863-291-5270 email; jdeaton a mylakealfred.com Discription: 1,100 LF 10" HDPE Water Main by Directional Drill, Double Flow Meter Assembly & Connections to Existing Project: Capital Water System Improvements Project Location: Holy Hill, FL Contractor: Andrew Sitework LLC. Contract: $665,000.00 Completed: 2012 Owner: City of Holy Hill BOCC Address: 4401 East Port Pkwy., Port Orange, FL 32127 Contact: Andrew Giannini, Engineer Number: 386-761-6810 email: agiannini@glha.com Discription: 9,800 LF 4", 6", & 8" PVC and HDPE by open cut and Directional Drill methods; Numerous Water Services, Fire Hydrants, and Restoration etc. Project: Deland Water Mains 2012 Location: Deland, FL Contractor: Andrew Sitework I.I.C. Contract: $540,000.00 Completed: 2012 Owner: City of Deland BOCC Address: 1102 S, Garfield Ave, Deland, FL 32724 Contact: Keith Riger, City Engineer Number: 386-626-7197 email: rigerk@deland.org Discription: 6,000 LF 6" & 8" PVC & HDPE Water Main by open cut and Directional Drill Methods, Numerous Water Services, Fire Hydrants, and Restoration etc. Project: Riverwood Water Main Replacement Project Location: Naples, FL Contractor: Andrew Sitework LLC, Contract: $895,000,00 Completed: 2012 Owner: Collier County BOCC Address: 3301 Tamiami Trail E, Bldg H, Naples, FL 34112 Contact: Dayne Atkinson PM Number: 239-252-5337 email: dayneatkinson(u@colliergov.net Discription: 11,500 LF 8" RPVC by Directional Drill, 290 Water Services, BFP's Fire Hydrants, Mill & Overlay Asphalt and complete project restoration. Project: Holiday Drive Waterline Replacement Location: Tarpon Springs, FL Contractor: Andrew Sitework LLC, Contract: $158,000.00 Completed: 2013 Owner: City of Tarpon Springs BOCC Address: 300 Pine Street, Tarpon Springs, FL Contact: Steve Weyer PM Number: 727-942-5615 email: N/A Discription: 1,560 LF 6" & 8" HDPE by Directional Drill, Water Service Replacement and project restoration, Project: Chippewa Trail Water Main Improvements Location: Maitland, FL Contractor: Andrew Sitework LLC. Contract: $290,000.00 Completed: 2013 Owner: City of Maitland BOCC Address: Maitland, FL Contact: Robert Hyden, City Engineer Number: 407-875-2115 email: rhydenPitsmvmaitland.com Discription: 3,100 LF 8" PVC by Directional Drill and Open Cut Methods, Numerous Water Services, Fire Hydrants etc. Project: Option T-8 Reclaimed Water Distribution System Expansion Location: Naples, FL Contractor: Andrew Sitework LLC, Contract: $812,567.00 Completed: October, 2014 Owner: City of Naples, FL Address: 735 8th Street South, Naples, FL 34102 Contact: Erik Isern, PE Number: 239-457-4601 Ext. 3205 email• iserne@wseinc.com Discription: 3,700 LF of 16" HDPE DR -9 Reclaimed Water Main by Directional Drill. Asphalt pavement and Concrete Curb Replacement, Project: Sun City Mobile Home Park Rehabilitation Location: Ruskin, FL Contractor: Andrew Sitework LLC. Contract: $949,668.00 Completed: On going (December, 2014) Owner: Hillsborough County, FL Address: 601 E. Kennedy Blvd., 18th Floor, Tampa, FL 33602 Contact: Susan Martelli, PE. Number: 813-977-6005 email: smartelli@metzgerwillard.com Discription: Subaqueous Directional Drill crossing the Little Manatee River pulling (2) 8" Fusable PVC pipes, Bundled 1,100 LF shot. Open Cut 4,000 LF 8" DIP and PVC Pipe, Project: Maravilla Circle Waterline Improvements Location: Fort Myers, FL Contractor: Andrew Sitework LLC. Contract: $370,743.00 Completed: 2014 Owner: City of Fort Myers, FL Address: 2600 Dr. Martin Luther King Jr. Blvd., Fort Myers, FL 33916 Contact: Avelino Cancel, PM Number: 239-671-4291 email: acancel@citvftmvers.com Discription: 3,300 LF Water Main by Open Cut, services, Fire Hydrants, Asphalt and Concret Replacement. Project: BRU/COB Reclaimed Water Interconnect Phase -III Location: Manatee County Contractor: (ASW) for, Wright Construction Group Contract: $386,000.00 Completed: 2013 Owner: Lakewood Ranch Stewardship District/ Braden Utilities Address: 14400 Covenant Way, Lakewood Ranch, FL 34202 Contact: Robbie Powell Number: 239-220-6806 email: robbie.powell@wrightB.com Discription: 4,900 LF of 20" PVC pipe by Open cut, (ASW) worked as a subcontractor to the pime contractor, Wright Construction Group. This project required well point dewatering, use of a trench box for proper and safe installation and restoration. Project: FGCU Off -Site Utility Improvements Location: Fort Myers, FL Contractor: Andrew Sitework LLC. Contract: $2,274,000.00 Completed: 2015 Owner: Lee County BOCC Address: 1500 Monroe Street, Fort Myers, FL 33901 Contact: Jessica Munoz PE Number: 239-533-8155 email: imunoz@leegov.com Discription: 1550 LF of 30" HDPE by HDD crossing Interstae-75 In south Fort Myers, Several thousand feed of 18 to 24 inch force main by open cut, a 42: Jack and bore approximately 150 LF crossing Benn Hill Griffin Pkwy, This Jack and bore was extremely deep with heavy dewatering and shoring. Project: Indian Shores Subaqueous Force Main Location: Pinellas County, FL Contractor: Andrew Sitework LLC. Contract: $1,142,000.00 Completed: 2015 Owner: Pinellas County, FL Address: Pinellas County BOCC Contact: Angel Lafita Number: 727-464-8864 email: alafita@pinellascounty.org Discription: Single 1850 LF subaqueous directional bore crossing indian shores intercoastals waterway, along with lining of manholes, complicated tie-ins, and extensive sound barriers. Project: Alico Road Force Main Extension Location: Fort Myers, FL Contractor: Andrew Sitework LLC. Contract: $812,000.00 Completed: 2015 Owner: Lee County BOCC Address: 1500 Monroe Street, Fort Myers, FL 33901 Contact: Jessica Munoz PE Number: 239-533-8155 email: imunoz@leego-.com Discription: 10,000 LF of 12" PVC Force Main, Heavy clearing, buiding of a berm over the pipe run. Dewatering, Site grading and grassing, installation of numerous cleanout assembly's. Project: Parkside CRA Utility Replacement Location: Port Charlotte, FL Contractor: Andrew Sitework LLC. Contract: $4,300,000.00 Completed: June of 2017 Owner: Charlotte County BOCC Address: 18500 Murdock Circle, Suite 344, Port Charlotte, FL 33948 Contact: Chuck Henderson / Inspector Number: 941-661-6473 email: chuck.henderson@charlotteCOLintyfl.gov Discription: 3000 LF of Gravity Sewer 12 to 20 feet deep. 3500 LF of 24" Force Main by open cut within the residential roadways. 3000 LF of 4" Reclaimed Water Main. 4500 LF of 8" Potable Water Main. Two 20" HDPE Force mains by Directional Drill crossing FDOT roadway intersection. Installation of a new lift station 25' deep and removal and demolition of existing utilities, site restoration from ROW to ROW line. Project: Galvanized Pipe Replacement Section -3B Location: City of Cape Coral Contractor: Andrew Sitework LLC. Contract: $1,697,000.00 Completed: On going (Completion December 2016) Owner: City of Cape Coral Address: 1015 Cultural Park Blvd. CC, FL 33990 Contact: William H. Sperry, PE Number: 239-574-0729 email: wsperry@capecoral.net Discription: 21,000 LF of 6" and 8" C-900 by open cut. Several hundred water services, fire hydrants asphalt roadway replacement, concrete, Deco & brick paver driveway replacement and restoration. ■ Project: AWWTF's Interconnect - 10 Mile Canal . 24" Force Main Location: Fort Myers, FL Contractor: Wright Construction Group Inc, Contract: $1,220,000.00 Completed; April of 2017 Owner: City of Fort Myers Address; 2200 Second Street, Fort Myers, FL 33901 Contact: Jim Powell, PM Number: Office: 239-841-5000 Cell; 239-872-1868 email: i n.p@wriahtg.com Dlscription: Aprox 11,000 LF of 24" Force Main by open cut installation aprox 1,000 LF of 12" through 30" HDPE Force Main by Horizontal Directional Drill, Regrading of germ, site restoration & Grassing. Project: Harbor Heights Sidewalk and 6" Force Main Location: Port Charlotte, FL Contractor: Andrew 5itework LLOC. Contract: $1,071,500,00 Completed: 2017 Owner: Charlotte County Address: 18500 Murdock Circle, Suite 344, Port Charlotte, FL 33948 Contact: Sherri Oulmet, PM Number: 941-575-3609 email: she rri.ouime# charlottecount, vgov.net Dlscriptlon: Sidewalk Improvements, Storm Drain installation, & Force Main Replacement, Installation of aprox 1100 LF of new 6" Force Main, aprox 1600 LF Storm Pipe replacement, new concrete curbs, driveway replacement, subgrade, Swale grading and grassing of ROW. Project: Venice Water Main Replacement Phase -4 Location: Venice, FL Contractor: AndrewSitework LLC. Contract: $1,711,490,00 Completed: 2017 Owner: City of Venice Address: 200 N. Warfield Ave, Venice, FL 34285 Contact: Tony Wierzbicki, PMP Number: 941-408-3810 email; twierzblcki@venfce oov,com Discrlptiow Abandonment of Existing AC Water Mains and Installation of new PVC water mains by both open cut and directional drill. Installation of 173 Residential water services, 16,000 LF of private property sevice lines, concrete driveways and asphalt roadway restoration as well as ROW restoration and grassing throughout the project. 0 Project: IW5D Water Main Replacement P-4 Location: Immokalee, FL Contractor: Andrew 5itework LLC. Contract: $5,400,000.00 Completed: Ongoing 909 Complete Owner: Immokalee Water & Sewer District Address: 1020 Sanitation Road, Immakalee, FL 34142 Contact: Gary Ferrante, P.E. Number: 239-226-6990 email: gferrante(7a,qreeley-hansen.com piscription: Installation of aprox 50,000 LF of 4" through 12" PVC and HDPE water main by mostly open cut with a couple thousand LF HDPE by directional drill. Removal and disposal of the existing AC water main, connections to aprox 700 water services, several hundred drNeway removals and replacements, Swale grading, ROW restoration and grassing as well as other mist. Project: Memorial Causeway Subaqueous Pipelines Project Location: Memorial Causeway, Clearwater FL Contractor: Andrew 5itework LLC, Contract: $3,048,000,00 Completed: Ongoing 5% Complete Owner: Cfty of Clearwater Address: 100 S. Myrtle Ave, Clearwater, FL 33755 contact: Lac P. Truong, PE Number: 813-880-8881 email: Itruong@kingengineering.com. Discriptlon. Installation of a single 2500 LF of 24" DR -9 Force Main Subaqueous Directional Bore crossing Clearwater Bay. A single 1500 LF of 20" DR -11 Water Main Subaqeous Directionl Bore Crossing Clearwater Harbor Marina, a water way and aprox 1,004 LF of 16", 20", and 24" DIP by open cut Most work is located within a FDOT ROW along SR -60. Project: McGregor Boulevard Flexible Pavement Reconstruction And Drainage Improvements Location: Fort Myers, FL Contractor: Wright Construction Froup (Andrew SlteWork as Subcontractor) Contract: $5,419,000.00 Completed; Ongoing 99% Complete Owner: City of Fort Myers J FDOT Address: 2600 Or. Martin Luther King Jr. Blvd., Suite 101, Fort Myers, FL 33916 Contact: Robbie Powell Number: 239-481-5004 239-220.6846 email: ryhbie.pgwel1(tDwrlehts.corri Discription: Complete replacement of approximately 2 miles of 3 lane roadway including drainage replacement, Subgrade and Base replacement, milling and overlay of roadway, curb, sidewalks, and driveway replacement, irrigation and mise items to be replaced. G G -Verify: Hjnplayer Wizard - Company I iCormailon = y rr Company Information Company Narne Andrew Sitework Company IC Number 399745 Doing Business As (DBA) Name Physical Location Address 1 2511 Palm Ave Address 2 City Fort Myers State FL Zip Cade 33916 County LEE Mailing Address Address 1 Address 2 City State Zip Code https://c-vent'y.Liscis.gov/web/C- mploycrWizard.aspx Welcome Ralph Andrew Rage I or 2 3/140116 �` O l."NcrWY: I.:irlployer Wizard - Coinpwly lnformatioll Additional Information employer Identification Nwmtrar 263291871 Total Number of Employees 20 tO 99 Perform Verifications for Your Company's EmpioyooS Yes Paran t Organization OrganizatJon Designation Employer Category None of these categories apply NA1C5 Code 221 - UTILITIES Ylew! edit Total Hiring Sites View 1 Edlt Total Points of Contact 1 bICW J !~di# V I Irl U U , y' � �1y � A�4 •1.l 44, k iflf s fig{±ir•.'•. . �k+�1 �. III tps, /e-verify.usc1s.govlweb11 mpIoyerWizard.aspx Page 2 of 2 Last Login: 0311412016 1 1 20 AM 3114!2016, Detail by Entity Name Flrsrlda owiq relent of State DUDartmurr-vf&lase I D,_„,,Is.on of Coraaratlann ! sadreh ftwO ! lumbor I Detail by Entity Name Florida Limited Liability Qompany ANDREW SITE WORK, LLC Fillno Information Document Number L08000082353 FEIIEIN Number 26-3291871 Date Filed 0812812D08 Effective Date 08127/2008 State FL Status ACTIVE Last Event CORPORATE MERGER Event date Filed 1212112015 Event Effective Date NONE Principal Address 2511 Palm Ave. FORT MYERS, FL 33916 Changed: 04/1412015 Malllna Address 2511 Palm Ave. FORT MYERS, FL 33916 Changed 04/1412015 Registered Auent Name & Address Andrew , Ralph C, III 4531 Forest Glen Dr. North Fort Myers. FL 33903 Name Changed: 02/0412013 Address Changed: 01/22/2016 Authorized person[rj_Dstall Name & Address Title Authorized Member Andrew, Amelia June 4531 Forest Glen Dr. North Fort Myers, FL 33903 Paget of 2 Drviaiml rF>" DRPORRTIONU http://search.sunbiz.orgllnquii,ylCorpoi`ationSeai-ch/Scai•chResultDcrai I?inquii-ytype=Eiitit... 1 1 13 0/2018 9 Detail by Entity Name Title Manager ANDREW, RALPH Chancey, III 4531 Forest Glen Dr. North Fort Myers, FL 33903 Annual Reports Report Year Filed Date 2016 01/22/2016 2017 01/06/2017 2018 02/07/2018 Document Images 02107/2018 -- ANNUAL REPORT 0110612017 --ANNUAL REPORT 01/22/2016 -- ANNUAL REPORT 12/2112015 -- Mer -ger 04/1412015 -- ANNUAL. REPORT 12/18/2014 -- CORLCDSMEM DU29/1�Di4„-- t,&JALREQRT 02/0412013 --ANNUAL REPORT 03/20/2012 --ANNUAL REPORT 01105120?1 —ANNUAL REPORT 01/28/2010 -- REINSTATEMENT r)WRIW IR -- r inrida t imitrd t at View image in POF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Vires image in PDF format View image in PDF format I View image in PDF formal View image in PDF format I F i—dO Department of 5:3te, Un•ts:or, of —', - Mns Page 2 of 2 N http://seai-ch.sunbiz.oi-glInquiry/Coi-porationSeai-ch/Seai-chResultDetail?inquit•ytype=Entit... 11/30/2018 EXHIBIT A-3• CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Mark Huff Cheryl Robinson Brian Brandf uss Personnel Category Construction Superintendent Project Manager Project Manager 10 F Construction Services Agreement: Revised 072118 � \:5 THE PROVISIONS AND LIMITATIONS OF SECTION 255.05 FLORIDA STATUTES, INCLUDING BUT NOT LIMITED TO THE NOTICE AND TIME LIMITATIONS IN SECTIONS 255.05(2) AND 255.05(10), ARE INCORPORATED IN THIS BOND BY REFERENCE. EXHIBIT B-1: PUBLIC PAYMENT BOND 18.7488 Bond No. 964220855 Contract No. 18-74$6 KNOW ALL MEN BY THESE PRESENTS: That Andrew Site Work_, LLC 2511 Palm Avenue, Fort Myers, FL 33916 as Principal, and The Ohio Casualty Insurance Company as Surety, located at 175 Berkeley Street, Boston, MA 02116 (Business Address) are hold and firmly bound to _Collier County Board of County Commissioners as Obligee in the SUM of One Million Four Hundred Sixty -Six Thousand Four Hundred * ($ 1,466,456.00 -_) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. * Fifty -Six and 00/100 Dollars WHEREAS, Principal has entered into a contract dated as of theZ.J�day of ��C2Mbe� 20 with Obligee for Carica Pump Station Water Main Improvements in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force, Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not of feet Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255,05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 2 .s day of ')XZre G 20 the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body. Consinuaion Survioes Agreement: Revised 072118 `*� Signed, sealed and delivered in the presence of: STATE OF F L COUNTY OF LPe . BY: NAME: ITS: PRINCIPAL Andrew Site The fore oing instr ment was acknowledged before me this �5iday of 20_1.6, by U as (�-t\ jp. u S L , a rporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath- /1 I --- My Commission Expires: �u\�' 2-51-202,1Morganne J. Brooks Commission # GG127333 Expires: July 23, 2021 NAME: Bonded thru Aaron Notary (AFFIX OFFICIAL SEAL) ATTEST: N/A N/A Witnesses to Surety Notary Public, State of Commission No.. SURETY: The Ohio Casualty Insurance Company (Printed Name) 175 Berkeley Street Boston, MA 02116 (Business Address N/A (Authorized Signature) N/A (Printed Name) 12 CAS Construction Services Agreement: Revised 072118 OR Susan Corral As Attorney in Fact (Attach Power of Attorney) Brett Rosenhaus, Attorney -in -Fact Witnesses Stephanie Wall (Printed Name) 175-13prkeley Street Boston MA 02116 (Business Address) 617-357-9500 (Telephone Number) STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowledged before me this 20th day of December 2018 by Brett Rosenhaus as Attorney -in -Fact of The Ohio Casualty Insurance Company _ Surety, on behalf of Surety, He/She Is personally known to me OR has produced Personally Known as identification and who did (did not) take an oath, My Commission Expires , {Signature (AFFIX OFFICIAL SEAL) MARGARITA LAZARIDES COMMISSION # GG119825 PUBLIC V EXPIRES July 01, 2021 BONDED THROUGH RLI INSURANCE COMPANY Name: Margarita Lazarides (Legibly Printed) Notary Public, State of: Florid Commission No,: GG119825 13 00P construction services Agreement: Revised 072118 EXHIBIT B-2: Pt1BLIC_PERFORMANCE BOND 18-7486 Bond No, 964220855 Contract No. 18-7486 KNOW ALL MEN BY THESE PRESENTS: That Andrew Site Work, LLC 2511 Palm Avenue, Fort Myers, FL 33916 as Principal, and The Ohio CasualtyInsurance Company as Surety, located at 175 Berkelev Street, Boston MA 02116 (Business Address) are held and firmly bound to Collier .0 unj Board of County. Commissioners as Obligee in the sunt of One Million Four Hundred Sixty -Six Thousand Four Hundred Fifty -Six and 00/100 Dollars for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for Carica Pump Station Water Main Improyements in accordance with drawings and specifications, which contract is incorporated by reference an made a part hereof, and is referred to herein as the Contract THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obiigee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and I Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not of feet Sureties obligation under this B and. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond, it is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond, In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WiTNESS WHEREOF, the above parties have executed this instrument this day of 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to author Ity of its governing body, 14 C,4,'i) Construction Services Agreement; Revised 072118 Sinned, sealed and delivered i 'l tV presence of: �a ✓1 �a Witnesses as to Principal NAME STATE OF 'EL COUNTY OF - Q k . The foregoing instrument was acknowledged befor me this day of 20 l by oa C as _ _ .---- ofIN. 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, 2q�J�pmmi�l��a�f�r'b�k�\�I 23� 202 � a Commission # GG127333 ate;; Expires: July 23, 2021 Name: Bonded thru Aaron Notary (AFFIX OFFICIAL SEAL) (signature lZ MO 15S (Legibly,orinted) Notary Public, Stanh!!EW-3 Commission No.: {5 Cvnstmetien Services Agreement: Revised 072118 t� ATTEST: N/A Witnesses as to Surety Witnesses Stephanie Wall STATE OF Florida COUNTY OF Palm Beach SURETY: The Ohio Casualty Insurance Company (Printed Name) 175 Berkeley Street Boston, MA 02116 (Business Address) N/A (Authorized Signature) N/A (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Brett Rosenhaus, Attorney -in -Fact (Printed Name) 175 Berkeley Street Boston. MA 02116 (Business Address) 617-357-9500 (Telephone Number) The foregoing Instrument was acknowledged before me this 20th day of December___, 2018 , by Brett Rosenhaus as Attorney -in -Fact of The Ohio Casualty Insurance Company, a corporate Surety , on behalf of Surety. He/She is personally known to tree OR has produced Personally Known _ _ as i dentifi4((IgnatureIfj aid w 0 did {d d ot) an oath, My Commission Expires: (AFFIX OFFICIAL. SEAL) Name: Margarita Lazarides (Legibly Printed) Notary Public, State of: Florida Commission No.: GG119825 16 GEIDConswollon Services Agreement; Revised 072118 MARGARITA LAZARIDES NOTARY COMMISSION q GG119825 PUBLIC EXPIRES July 01, 2021 S; TATE OF FLORIDA BONDED THROUGH RLI INSURANCE COMPANY Name: Margarita Lazarides (Legibly Printed) Notary Public, State of: Florida Commission No.: GG119825 16 GEIDConswollon Services Agreement; Revised 072118 at a> c co L ua) oi5 N > N in O N a) O O N C: 2 L This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8197079- 964020 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brett D....e..l -1— all of the city of Delray Beach state of FL each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 10th day of October 2018 . Liberty Mutual Insurance Company \NStib vqY INsU \NSU,?? The Ohio Casualty Insurance Company Po West yJP°°aP°�rgr P9y `r Q °oRPORar yo West American Insurance Company 3 Fo c° v 1912 0 0 1919 � 6 1991 0 d,�1 SSACHU54'�.dD y°y�hAMPs�`�,d�° By: David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY On this 10th day of October , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. b PA aG COMMONWEALTH OF PENNSYLVANIA ; ®®_ , qer` R {4 Notarial Seal�A� Teresa Pastella, Notary Public OF Upper Marion Twp., Montgomery County By: M Commission Expires March 28, 2021 y p eresa Pastella, Notary Public ly 7ViV Member, Pennsylvania Association of Notaries rn N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: E (i ARTICLE IV— OFFICERS: Section 12. Power of Attorney. oAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the g >, President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall > t have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z :33 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 1NSU,4? 0% '1 INsU %NSU/,,q J2`0RPo�rgOy�tn QJ 24oµvoltyT"k P2oaPOR,yroy0 1912 0 U 1919 0 f 1991 0 ° B �jl9s'S4CH�`'��da y0� hAMPS`T �aS� �s �roDIANP dD y. Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co_062018 EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract plumber, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. if Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Contractor's sole responsibility, Coverage( shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 f.7y Construction Services Agreement; Revised 072118 Should at any time the Contractor not maintain the insurance coverageu required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverageu 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 coverageu purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) 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 Collier County Florida Insurance and Bonding Requirements Insurance /Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at httl s://apps.tldfs.com/bocexemut/ 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO 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 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 or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ® Bid bond Shall be submitted with proposal response inthe form ofcertified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal 19 Construction Services Agreement: Revised 072118, 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 imumd by the Federal Deposit Insurance Corporation. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed contract Payment Bonds by Proposers receiving award, and written for 100+0 of the Contract award amount, tltc cost borne by the Proposer receiving an award. T11e Performance and Payment BOWS shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner- provided, however, the surety shal l be rated as "A" or better as to general policy holders rating and Class V or higher rating as to financial size category arid the amount required shall not wweed 5% of the reported policy holders' surplus, all as repotted in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Strect, New York, New York 10038. 4. ® Vendor shall ensure that all subcontraetors comply with the same insurance requirements that he is required to meet. The same Vendorshall provide County with certificates of insurance meeting the required insurance provisions.. 10, 0 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 malntaincd by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11, ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board or County commissioners in Collier County, OR Collier County Government, OR Collier County, The Certifcatcs of Insurance tntm state the Con t ract Number,, or Project Number, or specific Project description, or mull read: For any and all work performed on behalf orcollier County. 12. ® On all certificates, (lie Certificate Hairier urlast rend, Collier County Board of Commissioners, 3295 Tarniami Trail East, Naplcs, FL 34112 13. ® Thlrty (3Q) Days Cnaccllntiou Notice required 8/31/18 -CC. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence or insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide covc:ra8e for a rninimurn of sit (ti) months from the date of award. Name of Firm 444 t� w f?.� Date 17 Vendor Signature Print Name 0e. r PA Ct • 14 4d• 147 - Insurance Agency � t— f Ca - Agem Name ; tier Telephone Number a;Ej , `r7a - 1"-5— CCW) 20 Construction Services Agreement: Revlsed 072118 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 [monthlylfinal] Application for Payment No. Wiliness President Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: [Corporate Seal] The foregoing Instrument was acknowledged before me this day of 24 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: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No-' 21 �--k Construction Services Agreement, Revised 07211 a f, rel EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier Count Board of County'Commissioners (the OWNER) or Collier County Water -Sewer Owner's Project Manager's Name: Date: Bid No. Shall be signed by an authorized re resentative of the Contractor. County's Division Name Design Professional's Name: Pro'ect No. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Submitted by Contractor Name Application Date: Date: -Representative: Contractor's Name & Address: Payment Application No. Contract Time: Original Contract Price: $ -Original Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & Stored to Date: $ Retainage @10% through [Insert Date] $ Retainage @ 10% through [Insert date] $ Retainage @ % after Insert date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment(s Percent Work Completed to Date: % AMOUNT DUE THIS APPLICATION: $ Percent Contract Time Completed to Date: % Liquidated Damages to Be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized re resentative 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�1 Construction Services Agreement: Revised 072118 EXHIBIT 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 OMPLETE COMPLETE TO FINISH RETAINAGE RETAINAGE RETAINAGE PREVIOUS APPLICATIONS THIS & STORED (reducedrate) WITHHELD THRU DATE I SINCE DATE I PERIOD TO DATE TOTALS I I I I I I I I I I 1 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 coi 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 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccspOl/SiteDirectorV/ASD/Purchasincl/Formsl/Forms/Default.aspx Change Order Form Contractf€: Changsfi:F-----1 PurchaseOrderd: I I Project#:�� ContractorlFirm Name: - Project Manager Name Project Name: Department: r Original Contract"Wwk Crder Amount Ciriginsl BCC Appro el Date; Agenda Item #. Current BCC AGtcc,,ed Amount Last BCC Approval Date; AQerxda Item, _ Current Contrsct.Aliork Order Amount SAP Contract Expiration Date (IAmter) Dollar Aniountof this. Change 4.00 O! Total Change frcm OriginaIAmeunt P.evised ContracNNicrR Order Total u 0,01 F 0DIV/01 Change from%urrent BCC Approved Arncunt Cumulaii+m C ha nges W 0.()O #DIVA) ! C h ang a from C ur r ant An -cu nt Completion Date, Description of the Tasks) Change. and Rationale for the Change Notice to Proc l= Original Last Approved C� Revised Date Date Completion Dat Date tri=siatrrsm3fq=_;I #of DaysAdded � SelectTasks CI.Add newtask(s) 0..Deletetask(s) 0 Changetask(s) O`; Otherisaeo=•aA} Provide a responseto thefollowing: 1.) detailed and specific explanationfration3leof the requestedchange(s) to the tasks) and l or the additional days added (if requested(: 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach adl8iarsl information from the Design Professional ardlor Corlra=-"tor rf r__ded. Prepared by: Date: {FroMar-agar Namn Name ora DeFamsrt AccepianceofthisChamg_Order idsntifielabove andvxiitesub*1toallihasame terms and cordit ions as cortained intiecontract `vrarkorder trdicated at.�ve. a5 jufly as if the =amevjar_ stated in this z e-eFdanae. The adjustme m, 4 airy, to t he Cont rat Shall CQrn.l hoe 3 full 3rd fir -31 sett lemEnt of any and all claims of the 0ontractir} Vendor, Cors uItant Des hg Profess!Oral ari5lFg out of or related to the change 5 e forth hsretr ircludirg c'laimS for Impact and delay costs. Accepted by: Date: (Cortraaor?�ren<ffsr! Consvftant 1 Ds5'ign Frciryional and Name of Firm, if prn,�,--crtappircabl=_i Approved by: Dots: (Des. gn Professionaland Name of Firm, if pro)-ct applicable) Approved by: Dates: (Procursmert Professional ai: t`_ „ilio 25 Construction Services Agreement: Revised 072118 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: Design professional's Project No. 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 Gonstrudlon Services Agreement: Revised 072118 7�t� RESPONSIBILITIES: 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 120 OWNER By: Type Name and Title 27 Construction Services Agreement Revised 072118��� EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date Contractor: The following items have been secured by the for the Project known as 20 and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 28 Construction Services Agreement: Revised 072118 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 labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement: Revised 072118 As` 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. 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 Did 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 an 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 Conslructien Services Agreemeni: Revised 072118 1S- NO 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 t 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 CAS 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; 81.9 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); 8.1,8 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; 8.1.8 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 Construction Services Agreement, Revised 072118 CA (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a) -(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all 36 Construction Services Agreement: Revised 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 forwhich Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items, Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work 37 Gonstrucllon Smiees Agreement: Revised 072118 �'A s] 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 0011 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 Contractor/Vendor/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 Contractor/Vendor/Consultant i n 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 0-11 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 sea. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the Immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DMS) 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'slbidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. 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 072110o ,t � 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.gov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 41 Construction Services Agreement: Revised 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. 42 Construction Services Agreement: Revised 072118 ■ 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.E 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_ 99.2 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 Construollon Servjws Agreement: Revised 072116 C''NC1} 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. (0) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of lions, 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 fes. Construction services AgreerneM revised 072118 �� �j 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. 22.9 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. 22A 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. 22.8 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. 23.4 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 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 Owners 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 shalt as Constructlon Services Agreement; Revised 072118 f 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 5.13, 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@ 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materiels 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 andlor 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 A rc 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 otherw ise 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 Conslrudlon Services Agreement: Revised 072118 r I f1 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. Ali 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; 25.5.8 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 pr e -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 40 Constructlen Services Agreement: Revised 072118 �1n 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 Crevices 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 coliiergov.nevpurchasing. 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 �o Construction Services Agreement' Revised 072118 C -4f) 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 Construction Services Agreement: Revised 072118 i 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 Shap drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1,6 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 re sponsible 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 �A4 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-FMOPSEcolliergo_v_.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 $sag per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE, Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING_ All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUNDIUNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30l30A; FDEP chapter 62 regulations; specifically 761, 752, 777, and 780; 375 & 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 SHW MD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials 1 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 r`4�j Construction Services Agreement: Revised 072118 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 exclusive jurisdiction on all such matters. 55 61 Construction Services Agreement: Revised 072118 GO) EXHIBIT I: §UPPLEMENTAL JERMS AND 9ONDITIONS "Attached hereto, fallowing this page" 5 C4nslruclinn Services Agreement, Revised 072116 �Y 18-7486 MATERIALS LIST ntv IInit v l I 101 usd * BI 5B ** MJCRLA30 30 MJ C153 CRS L/A 1 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 4 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 4 EA 1161 OMNI MRKR BLUE F/ WTR 4 EA SUBTOTAL * BI 5C AFT250P30 30 CL250 CL DI FASTITE PIPE 60 FT SUBTOTAL * BI 5E SP-AFC2530MMLAOLSG 30 MJ RW DI OL GATE VLV L/A W/SG 4 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 7 EA MJSP30 30 MJ C153 SLD PLUG 1 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 8 EA 1461SW 2PC SC CIVLV BX 19-22 WTR 4 EA BVTM 3 BRS VLV ID TAG 4 EA SUBTOTAL * BI 5F * MJTCAPLA30K 30X2 MJ C153 TAP CAP L/A 2 EA MJSP30 30 MJ C153 SLD PLUG 2 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 2 EA IBRLFCPLUGK LF 2 BRS SQ HD CORED PLUG 2 EA SUBTOTAL *B15G* MJSCAPLA16 16 MJ C153 SLD CAP L/A 1 EA SSLCE16 16 PVC WDG REST GLND *ONELOK 1 EA IMJBGP16 16 MJ C153 BLT GSKT PK L/ GLAND 1 EA SUBTOTAL * B1 6A SP-M571003GCA5EV4D 30" BERMAD SOLENOID CONTROL VALVE 2 EA SFAS30 30 STD FLG ACC KIT 4 EA SUBTOTAL * BI 6B SP-AFC2630FFOLSGAC 30 FLG RW OL GATE VLV SG W/ACTUATOR 4 EA Material Item Code Materials By Bid Item Qtv Unit SFAS30 30 STD FLG ACC KIT 8 EA SUBTOTAL BI 6C F430 30 DI 125# C110 FLG 45 BEND 2 EA SFAS30 30 STD FLG ACC KIT 4 EA SUBTOTAL * BI 6D F930 30 DI 125# C110 FLG 90 BEND 2 EA SFAS30 30 STD FLG ACC KIT 4 EA SUBTOTAL * BI 6E FLGT30 30 DI 125# C110 FLG TEE 2 EA SFAS30 30 STD FLG ACC KIT 6 EA SUBTOTAL * BI 6F FFP30M 30X3'0 FLGXFLG CL BT DI SPL 1 EA W/2" TAP FOR ARV FFP30M 30X3'0 FLGXFLG CL BT DI SPL 1 EA FFP30S 30X5'0 FLGXFLG CL BT DI SPL 2 EA 30"X4'6" FXF FFP30M 30X3'0 FLGXFLG CL BT DI SPL 2 EA 30"X2'6" FXF FFP30S 30X5'0 FLGXFLG CL BT DI SPL 2 EA FFP30G 30X1'0 FLGXFLG CL BT DI SPL 2 EA 30"X6" FXF SUBTOTAL BI 6G SP-RDJ40030 30" ROMAC DISMANTLING JOINT 2 EA SUBTOTAL *B16H* FPP3020 30X20'0 FLGXPE CL BT DI SPL 1 EA FPP3013 30X13'0 FLGXPE CL BT DI SPL 1 EA SUBTOTAL BI 6J Material Item Code Materials By Bid Item Qty Unit GBRNKP LF 2X4 BRS NIP GBL 1 EA FNWX41OCK LF 2 BR5 600# WOG THRD 2PC FP BV 2 EA IBRLFTK LF 2 BR5 TEE 1 EA GBRNKM LF 2X3 BR5 NIP GBL 2 FA AD040K 2 COMB AIR RELEASE VLV 1 EA SUBTOTAL * BI 10A* AFT35OP30 30 CL350 CL DI FASTITE PIPE 80 I"T SSSLDH30 30 DI SPLIT BELL REST W/ WDG GLND 3 EA PD3105BS2737 3X1000 UG DET WTR BLUE 1 EA SUBTOTAL MJ4LA30 30 MJ 0153 45 BEND L/A 7 EA 1161 OMNI MRKR BLUE E/ WTR 7 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 14 EA SP-SMJGP30 30 MI GLAND PK ACCY KIT 0153 14 EA SUBTOTAL *B110B* AFT35OP30 30 CL350 CL DI FASTITE PIPE 100 FT SSSLOH30 30 DI SPLIT BELL REST W/ WDG GLND 4 EA SUBTOTAL MWA30 30 MJ 0153 45 BEND L/A 7 EA 1161 OMNI MRKR BLUE F/ WTR 7 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 14 EA SP-SMJGP30 30 M1 GLAND PK ACCP KIT 0153 14 EA SUBTOTAL * B1 10C * DR18BP16 16 0905 DR18 CL235 PVC GJ BLUE PIPE 40 FT SPWPCI6 16 SIGMA BELL REST F/ C900 *PVLOK 1 EA SUBTOTAL MJ4LA16 16 MJ 0153 45 BEND L/A 2 EA 1161 OMNI MRKR BLUE F/ WTR 2 EA 5SLCE16 16 PVC WDG REST GLND *ONELOK 4 EA IMJBGPI6 16MJ 0153 BLTGSKTPK L/GLAND 4 EA SUBTOTAL MJTLA16 116 MJ 0153 TEE L/A 2 EA 1161 JOIVINI MRKR BLUE F/ WTR 2 EA Material Item Cade Materials By Bid Item Qty Unit SSLCEI6 16 PVC WDG REST GLND *ONELOK 6 EA IMJBGPI6 16 MJ 0153 BLT GSKT PK L/ GLAND 5 EA SUBTOTAL "BI10D* DR18BP16 16 0905 DR18 CL235 PVC GJ BLUE PIPE 360 FT SPWPC16 16 SIGMA BELL REST F/ C900 *PVLOK 12 EA SUBTOTAL MALA16 16 MJ 0153 45 BEND L/A 2 EA 1161 OMNI MRKR BLUE F/ WTR 2 EA SSLCE16 16 PVC WDG REST GLND *ONELOK 4 FA IMJBGPI6 16 MJ 0153 BLT GSKT PK L/ GLAND 4 EA SUBTOTAL MJTLAI6 16 MJ 0153 TEE L/A 1 EA 1161 OMNI MRKR BLUE F/ WTR 1 EA SSLCEI6 16 PVC WDG REST GLND *ONELOK 3 EA IMJBGPI6 16 MJ 0153 BLT GSKT PK L/ GLAND 3 EA SUBTOTAL *6111* AFC2616DLAFMM 16 DI MJ RW OL SS STEM VLV L/A 4 EA SSLCF16 16 PVC WDG REST GLND *ONELOK 8 EA IMJBGPI6 16 MJ 0153 BLT GSKT PK L/ GLAND 8 EA I4615W 2PC SC Cl VLV BX 19-22 WTR 4 EA RBGVTM16 3 BRS GATE VLV ID - 16 4 EA SUBTOTAL * BI 12A * AFT25OP48 48 CL250 CL DI FASTITE PIPE 20 FT FBTLA4830 48X30 MJ 0110 TEE L/A 1 EA 1161 OMNI MRKR BLUE F/ WTR 1 EA SDSLDEP48 DOM 48 DI MJ WDG REST GLND PK 2 EA SSLOE30 *4617 30 DI MJ WDG REST GLND *ONELO 1 EA SP-SMJGP30 30 MJ GLAND PK AGCY KIT 0153 1 FA SUBTOTAL * BI 12B SP-AFC2548MMLAOLG 48 MJ RW OL GATE VLV SG 1 EA SDSLDEP48 DOM 48 DI MJ WDG REST GLND PK 2 EA 1461SW 2PC SC CI VLV BX 19-22 WTR 1 EA BVTM 13 BRS VLV ID TAG I EA Material Item Code Materials By Bid Item Qty Unit SUBTOTAL * B1 12C * SP-AFC2530MMLAOLSG 30 MJ RW DI OL GATE VLV L/A W/SG 1 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 2 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 2 EA 1461SW 2PC SC Cl VLV BX 19-22 WTR 1 EA BVTM 3 BRS VLV ID TAG 1 EA SUBTOTAL * BI 12D FBRLA4830 48X30 MJ C110 RED L/A 1 EA SDSLDEP48 DOM 48 DI MJ WDG REST GLND PK 1 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 1 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 1 EA SUBTOTAL *BI12E* AFT250P30 30 CL250 CL DI FASTITE PIPE 20 FT SUBTOTAL * B1 12F MJLSLA48 48X24 MJ C153 LONG SLV L/A 1 EA SDSLDEP48 DOM 48 DI MJ WDG REST GLND PK 2 EA SUBTOTAL * B1 12G MJLSLA30 30X24 MJ C153 LONG SLV L/A 1 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 2 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 2 EA SUBTOTAL *B113* FBSTLA30U 30X6 MJ C110 SWVL TEE L/A 1 EA 1161 OMNI MRKR BLUE F/ WTR 1 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 2 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 2 EA SSLCE6 6 PVC WDG REST GLND *ONELOK 2 EA IMJBGPU 6 MJ C153 BLT GSKT PK L/ GLAND 2 EA DR18BPU 6 C900 DR18 PVC GJ BLUE PIPE 20 FT AFC2606DLAFMM 6 DI MJ RW OL SS STEM VLV L/A 1 EA Material Item Code Materials By Bid Item Qty Unit 1461SW 2PC SC Cl VLV BX 19-22 WTR 1 EA RBGVTMU 3 BRS GATE VLV ID - 6 1 EA AFCB84BLAOLP 5-1/4 VO B84B HYD 4-0 OL L/A 1 EA RAY9725 BLUE TWO WAY PAVEMENT MRKR 1 EA SUBTOTAL * BI 14A MJLSLA16 16X15 MJ C153 LONG SLV L/A 2 EA SSLDEI6 16 DI MJ WDG REST GLND *ONELOK 2 EA SSLCEI6 16 PVC WDG REST GLND *ONELOK 2 EA IMJBGPI6 16 MJ C153 BLT GSKT PK L/ GLAND 4 EA SUBTOTAL *BI14B* MJLSLA30 30X24 MJ C153 LONG SLV L/A 1 EA SSLDE30 *0617 30 DI MJ WDG REST GLND *ONELO 2 EA SP-SMJGP30 30 MJ GLAND PK ACCY KIT C153 2 EA SUBTOTAL *B115* DR18BP12 12 C900 DR18 PVC GJ BLUE PIPE 20 FT SUBTOTAL MJ9LA12 12 MJ C153 90 BEND L/A 1 EA 1161 OMNI MRKR BLUE F/ WTR 1 EA SSLCEI2 12 PVC WDG REST GLND *ONELOK 2 EA IMJBGPI2 12 MJ C153 BLT GSKT PK L/ GLAND 2 EA SUBTOTAL MJTLA1612 16X12 MJ C153 TEE L/A 1 EA 1161 OMNI MRKR BLUE F/ WTR 1 EA SSLCEI6 16 PVC WDG REST GLND *ONELOK 2 EA IMJBGPI6 16 MJ C153 BLT GSKT PK L/ GLAND 2 EA SSLCEI2 112 PVC WDG REST GLND *ONELOK 1 EA IMJBGPI2 112 MJ C153 BLT GSKT PK L/ GLAND 1 EA SUBTOTAL