Loading...
#19-7612 (Douglas N. Higgins, Inc.) CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Douglas N. Higgins, Inc. ("Contractor") of 3390 Travis Pointe Rd., Suite A, Ann Arbor, MI 48108, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with 96th Avenue North Public Utilities Renewal Project, Invitation to Bid No. #19-7612 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor &Associates, P.A, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Five Million Three Hundred Fifty-Seven Thousand Five Hundred ($5,357,500.00) Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.00v/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. Construction Services Agreement:Revised 072118 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 three hundred sixty-five (365) 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, Three Thousand, Four Hundred Forty-Seven Dollars ($3,447.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty,which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 2 Construction Services Agreement:Revised 072118 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 #19-7612 "96th Avenue North Public Utilities Renewal Project". 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 n Not Applicable Exhibit B-2: Performance Bond Forms Not Applicable Exhibit B-3: Insurance Requirem ents Exhibit C: Release and Affidavit Form Exhibit D: Contractor Appli cation for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Corn pletion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions 3 Construction Services Agreement:Revised 072118 CIAO Exhibit I: Supplemental Terms and Conditions Applicable n Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation #19-7612 "96th Avenue North Public Utilities Renewal Project". The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsvnc.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 Q. Grady Minor &Associates, P.A Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL do Public Utilities Engineering & Project Management Division 3339 Tamiami Trail East, Suite 303 Naples, Florida 34112-5361 Attn: Diana C. Dueri, Senior Project Manager Phone: 239-252-4218 Email: Diana.Dueri@colliercountyfl.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: Douglas N. Higgins, Inc. 3390 Travis Pointe Rd., Suite A Ann Arbor, MI 48101 Attn: Daniel Higgins, Vice President Phone: (734) 996-9500 Email: DanH(c�dnhiggins.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide a CAO Construction Services Agreement:Revised 072118 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 Agreem ent. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's 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 5 Construction Services Agreement:Revised 072118 C� face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. **** 6 Construction Services Agreement:Revised 072118 I(' f} IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Douglas N. Higgins, Inc. FIRST WITNESS ( ,) David Swaine By: ��< CtLeikct Print/N,,a/me Kelly A. Wilkie, Vi e-President 11/19/19 (/V Print Name and Title Date SE 73.17 WITNESS David Wilkie Print Name Date: November 19, 2019 ATTEST: OWNER: Crystal K. Kinerri,reierl< of Courts BOARD OF COUNTY COMMISSIONERS & Compt(&fler""" OF COLLIER CO .' ORIDA 0.4010 '—Vk ' BY: �...� .�. BY �4. .J, , Jr. Date �'liam L. McDanielZ���� Attest as to:Chairman's'� I Chairman signature only: ' ' ,,; A••roved as to Form and Legality: me i' Q ,,_ . • County Attorney 'UFA S4 R4L Print Name 7 (iConstruction Services Agreement:Revised 072118 0 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 8 Construction Services Agreement:Revised 072118 other Co- minty BID SCHEDULE SOLICITATION 19-7612 96th AVENUE NORTH PUBLIC UTILITY RENEWAL ITEM EST. UNIT] UNIT PRICE AMOUNT DESCRIPTION QTY. TY SECTION 1:GENERAL 1.1 Mobilization/Demobilization(Max 10%of base bid) 1 LS $ 480,000.00 $ 480,000.00 1.2 Maintenance of Traffic 1 LS $ 480,000.00 $ 480,000.00 1.3 Project Sign 2 EA $ 3,000.00 $ 6,000.00 1.4 Survey Layout&Record Drawings 1 LS $ 55,000.00 $ 55,000,00 1.5 Pre-Construction Video&Photographs 1 LS $ 25,000.00 $ 25,000.00 1.6 Post Construction Video 1 LS $ 9,000.00 $ 9,000.00 1,7 Remove,Dispose,and Replace Driveway a. Concrete 6,000 SY $ 36.00 $ 216,000.00 d. Asphalt 2,000 SY $ 14.00 $ 28,000.00 e. Brick Pavers 1,500 SY $ 110.00 $ 165,000.00 1.8 Driveway Coatings and Finishes a. Colored Concrete Coatings 400 SY $ 100.00 $ 40,000.00 b. Decorative(Stamped)Concrete Coatings and Finishes 300 SY $ 90.00 $ 27,000.00 1.9 Remove,Dispose,and Replace Sidewalk a. Asphalt 300 SY $ 14.00 $ 4,200.00 b. Concrete 100 SY $ 50.00 $ 5,000.00 1.10 Detectable Warnings 150 SF $ 30.00 $ 4,500.00 1.11 Private Property Tree Removal 60 EA $ 100.00 $ 6,000.00 1.12 Root Barrier 300 LF $ 15.00 $ 4,500.00 Allowance at the direction and approval by Collier County Utilities 1 TBD $140,000 $ 140,000.00 1.13 Project Manager on 96th Avenue. SECTION 1 SUBTOTAL: $ 1,695,200.00. SECTION 2:WATER SYSTEM 2.1 Water Main Pipelines a. 8-inch C900 DR18 PVC 5,500 LF $ 35.00 $ 192,500.00 2.2 Gate Valves/Insert Valves/Line Stops a. 6-inch Gate Valve 2 EA $ 1,200,00 $ 2,400.00 b. 8-inch Gate Valve 15 EA $ 1,800.00 $ 27,000.00 c. 12-inch Gate Valve 2 EA $ 3,100.00 $ 6,200.00 d. 6-inch Insert Valve 3 EA $ 5,000.00 $ 15,000.00 e, 8-inch Line Stop 2 EA $ 4,000.00 $ 8,000.00 f. 12-inch Line Stop 2 EA $ 5,000.00 $ 10,000.00 2.3 Fire Hydrant Assemblies 12 EA $ 4,000.00 $ 48,000.00 2.4 Water Services a. Short Single Service 32 EA $ 900.00 $ 28,800.00 b. Short Double Service 28 EA $ 1,100.00 $ 30,800.00 c. Long Single Service 33 EA $ 1,300.00 $ 42,900.00 d. Long Double Service 26 EA $ 1,500.00 $ 39,000.00 2.5 Connection to Existing Water Main a. Vanderbilt Drive 8-inch PVC WM 1 EA $ 21,000.00 $ 21,000.00 b. 6th Street North 12-inch PVC WM 1 EA $ 25,000.00 $ 25,000.00 c. 7th Street North 8-inch AC WM 1 EA $ 21,000.00 $ 21,000.00 d. 7th Street North 8-inch PVC WM 1 EA $ 21,000.00 $ 21,000.00 e. US41 6-inch PVC WM 1 EA $ 6,000.00 $ 6,000.00 96TH AVENUE NORTH PUBLIC UTILITY RENEWAL 1 Section III-1 C.oiii-r GO'ti.fslt,)' BID SCHEDULE SOLICITATION 19-7612 96th AVENUE NORTH PUBLIC UTILITY RENEWAL ITEM EST. UNIT UNIT PRICE AMOUNT DESCRIPTION NO. QTY. 2.6 Bacteriological Sample Points a. Temporary Sample Point 5 EA $ 4,800.00 $ 24,000.00 b. Permanent Sample Point 1 EA $ 4,800.00 $ 4,800.00 2.7 Water Meter,Meter Box,and Backflow Device Relocation 173 EA $ 100.00 $ 17,300.00 2.8 Water Meter Box(vacant property) 7 EA $ 100.00 $ 700.00 2.9 Back Flow Device 173 EA $ 100.00 $ 17,300.00 2.10 Air Release Valves 6 EA $ 2,400.00 $ 14,400.00 2.11 Conflict Avoidance(Deflection) 5 EA $ 1,500.00 $ 7,500.00 2.12 Temporary Connection to Existing Water Main 3 EA $ 3,000.00 $ 9,000.00 2.13 Removal and Disposal of Asbestos Concrete Water Main 5,500 LF $ 13.00 $ 71,500.00 Allowance to cover unanticipated cost including but not limited to,un- located utilities and unforeseen site conditions. (No additional 2.14 payment shall be made for rock excavation, replacement of fill 1 TBD $100,000 $ 100,000.00 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 2 SUBTOTAL: $ 811,100.00 SECTION 3:WASTEWATER SYSTEM 3.1 8-inch PVC Gravity Sewer (Remove,Dispose,Replace) 5,250 LF $ 77.00 $ 404,250.00 3.2 Sanitary Sewer Service Lateral(Replace,Dispose, and Reconnect) a. Single Sanitary Sewer Service Lateral 175 EA $ 200.00 $ 35,000.00 b. Double Sanitary Sewer Service Lateral 10 EA $ 200.00 $ 2,000.00 3.3 Private Property Sewer Service Lateral Replacement 500 LF $ 5.00 $ 2,500.00 3.4 Relocate Driveway Sanitary Service Lateral 50 EA $ 80.00 $ 4,000.00 3.5 Precast Polymer Concrete Manholes(Remove,Dispose,Replace) 15 EA $ 58,000.00 $ 870,000.00 3.6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole 2 EA $ 17,000.00 $ 34,000.00 3.7 Connect New Gravity Sewer to Existing Manhole 2 EA $ 800.00 $ 1,600.00 3.8 Conflict Crossing Through Existing Box 1 EA $ 45,000.00 $ 45,000.00 3.9 Road Restoration-Stabilized Subgrade 14,750 SY $ 1.00 $ 14,750.00 3.1 Road Restoration-Limerock Base(8-inch) 12,650 SY $ 4.00 $ 50,600.00 3.11 Road Restoration-2-1/2"Asphalt(Two Lifts) 11,000 SY $ 9.00 $ 99,000.00 3.12 Milling&Resurfacing 500 SY $ 21.00 $ 10,500.00 Allowance to cover unanticipated cost including but not limited to,un- located utilities and unforeseen site conditions. (No additional 3.13 payment shall be made for rock excavation, replacement of fill 1 TBD $200,000 $ 200,000.00 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 3 SUBTOTAL: $ 1,773,200.00 96TH AVENUE NORTH Sect' n 2 PUBLIC UTILITY RENEWAL 2 BID SCHEDULE m °°'" --^'^° ' ,,,,,�^"""""", SOLICITATION 19-7612 96th AVENUE NORTH PUBLIC UTILITY RENEWAL ITEM EST. UNIT UNIT PRICE AMOUNT DESCRIPTION QTY. NO. SECTION 4:STORMWATER SYSTEM 4.1 15"ADS Pipe 200 LF $ 52.00 $ 10,400.00 4.2 18"ADS Perforated Pipe in Water Quality Trench 3,300 LF $ 75.00 $ 247,500.00 4.3 18"ADS Pipe 4,700 LF $ 55.00 $ 258,500.00 4.4 18" RCP 140 LF $ 140.00 $ 19,600.00 4.5 24"ADS Perforated Pipe in Water Quality Trench 1,550 LF $ 120.00 $ 186,000.00 4.6 24"ADS Pipe 1,600 LF $ 57.00 $ 91,200.00 4.7 24"RCP 110 LF $ 150.00 $ 16,500.00 4.8 Catch Basin 35 EA $ 400.00 $ 14,000.00 4.9 Catch Basin w/Sedimentation Sump 35 EA $ 400.00 $ 14,000.00 4.10 Catch Basin w/Weir Plate 6 EA $ 6,000.00 $ 36,000.00 4.11 Concrete Mitered End Section 15 EA $ 900.00 $ 13,500.00 4.12 Yard Drain 130 EA $ 200.00 $ 26,000.00 4.13 Connection to Existing Storm Structure 8 EA $ 4,000.00 $ 32,000.00 4.14 Modification of Existing Storm Storm Structure 4 EA $ 3,200.00 $ 12,800.00 Allowance to cover unanticipated cost including but not limited to,un- located utilities and unforeseen site conditions. (No additional 4.15 payment shall be made for rock excavation, replacement of fill 1 TBD $100,000 $ 100,000.00 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 4 SUBTOTAL: $ 1,078,000.00 SUMMARY Section 1: General $ 1,695,200.00 Section 2:Water System $ 811,100.00 Section 3: Wastewater System $ 1,773,200.00 Section 4: Stormwater System $ 1,078,000.00 TOTAL BID: $ 5,357,500.00 96TH AVENUE NORTH PUBLIC UTILITY RENEWAL 3 Section III-3 EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement:Revised 072118 ._J ~i®t[7er Cou-vitt' Email: Kristofer.lopez@colliercountyfl.gov 252-8944 239hone:le Administrative Services Division Telephone: (239)252-8944 Procurement Services Addendum#1 Date: June 10,2019 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum# 1 Solicitation#19-7612-96"'Avenue North Public Utilities Renewal The following clarifications are issued as an addendum: 1. 19-7612 Exhibit K—Permits has been uploaded 2. 19-7612 Exhibit J—Technical Specs has been uploaded 3.Bid Schedule Revised has been uploaded 4. 19-7612 Exhibit L Standard Details(Revised Measurement and Payment)has been uploaded 5.Exhibit L 2 Root Barrier Detail has been uploaded. If you require additional information, please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. ria/VIA/171 AAA-0'1 (0//0/111 (Signature) Date 7) .(4.1* 14-5 r{j. '71cj s, (Name o irm) U.° Co ler County Email: Kristofer.lopez@colliercountyfl.gov Adminishative Services Division Telephone:(239)252-8944 Procurement Services Addendum#2 Date: June 11,2019 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum#2 Solicitation#19-7612-96th Avenue North Public Utilities Renewal The following clarifications are issued as an addendum: 1. 19-7612 Pre-bid sign in sheet has been uploaded. If you require additional information,please post a question on our Bid Sync(www.bidsvnc.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. �Cc•2�1 r,ti a J /1/ (Signature) Date DolAq 0.5 Ai. 1tl'r�1 1'ts ,llnc (Name of Firm) ;1 C;�O Ccs ler County Email: Kristofer.lopez@colliercountyfl.gov Administrative Services Division Telephone: (239)252-8944 Procurement Services Addendum#3 Date: June 13,2019. From: IZristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum#3 Solicitation#19-7612-96°i Avenue North Public Utilities Renewal The following clarifications are issued as an addendum: 1. Bid Schedule Revised#2 has been uploaded 2. 19-7612 Exhibit L Standard Details(Revised Measurement and Payment#2)has been uploaded 3.Bid closing date has been extended to June 20,2019 @ 3:00 p.m. If you require additional information,please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 0 / ✓ Date (,a/i, /1? (Signature) Deli-ol(t1 S AI- 14-1: 6'c t1s ;lit c. (Name of Fir ) ! ! r Co 7lere County Email: Kristofer.lopez@colliercountyfl.gov Administrative Services Division Telephone: (239)252-8944 Procurement Services Addendum#4 Date: June 14,2019 From: Kristofer Lopez, Procurement Strategist To: Interested Bidders Subject: Addendum#4 Solicitation#19-7612-96'Avenue North Public Utilities Renewal The following clarifications are issued as an addendum: 1. Bid Schedule Revised#3 has been uploaded If you require additional information,please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. cieV114.414 44 IAA- (4 h YI/(7" Si nature ( )g t� Date I �< 1cs Al. I11 lb)rit.s + . (Name oeFinn) / Director,Procurement Services Division FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA 96th Avenue North Public Utilities Renewal Project BID NO.19-7612 Full Name of Bidder Douglas N.Higgins,Inc. Main Business Address 3390 Travis Pointe Rd..Suite A,Ann Arbor. MI 48108 Place of Business 4485 Enterprise Ave..Naples,FL 34104 Telephone No. 239-774-3130 Fax No. 239-774-4266 State Contractor's License# CGC060189 State of Florida Certificate of Authority Document Number 830666 Federal Tax Identification Number 38-1807765 DUNS# 01-722-2183 CCR# Cage Code OVD82 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA (hereinafter called the Owner) The undersigned,as Bidder declares that the only person or parties interested in this Bid as principals are those named herein,that this Bid is submitted without collusion with any other person,firm or corporation; that it has carefully examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and Bonds,and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents,to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth,furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division staff. FORM 2-CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 96th Avenue North.Public Utilities Renewal Project Bid No.19-7612 Name Personnel Category Iden Fritz Construction Superintendent Michael Lobello Project Manager C��l) I. _ FORM 3=MATERIAL MANUFACTURERS: 1 THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confimi 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 andlisted 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 materiaiproposed'on this.list. Complete and sign section A OR 13. Section A(Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm,I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Douglas N. Higgins. Inc; , (} Date 6/17/19 Signature: {} U1' � Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER I. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature;. •' Date CAte 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 Ridder 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. . Subcontractor and.Address • Major(;ategory. of Work • I. Electrical 2. Mechanical J f A 3. PlumbingS 1f rerioiln 4. Site Work P4-ori 5. Identify other subcontractors ,N to meat a y,�,L,,,, 1090 i that represent more than 10% /� rQt'vr� �utP testi ttttittettt E-t of price or that affect the jtsh � tt critical path of the schedule aWrrw i .,A5?kms` �e r Lr�t -Company: Douglas N:Higgins,Inc: • • • •.. Si gitatut e: at a (- tii..tr Date: j 6/17/19 • • Ci° FORM 5-STATEMENT OF EXPERIENCE 01?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 wider the terms of the Agreement. I. See Attached (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project start/completion dates) (contract value) (phone) (email) (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project start/completion dates) (contract value) (phone) (email) 3. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project start/completion dates) (contract value) (phone) (email) CAt) FORM 5-STATEMENT OF E<PERIFNCE OF BIDDER 4. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) $ (project completion date) (contract value) (phone) (email) i. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project completion.date) (contract value) (phone) (email) 6. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project completion date) (contract value) (phone) (email) Company: D ugl . i ins I Date: 6/17/19 Signattne: ,� CAU EXPERIENCE STATEMENT-SOUTHWEST DIVISION Project Name: Pinewoods&Naples Bath&Tennis Water System Protect Name: Master Pump Station 312 Rehabilitation Improvements Job No.912-13 Job No. 725-14 Owner-Address-Protect Manager-Phone: Owner-Address-Prolect Manager-Phone: City of Naples-Utilities Department Collier County Public Utilities 380 Riverside Dr. 3339 Tamlami Trail E.,Ste.303 Naples,FL 34102 Naples,FL 34112 David Graff Peter Schalt (239)213-4716 (239)252-5343 deraffPnauleseev.com PeterSchaltf>coiliereus.net Engineer-Address-Phone. Engineer-Address-Phone: City of Naples-Utilities Department Agnoli,Barber&Brundage,Inc. 380 Riverside Dr. 7400 Tamlami Trail N.,Ste.200 Naples,FL 34102 Naples,FL 34108 (239)597-3111 Steve Martin,P.E.(Martinlabbinc.com) Contract Date: July 8,2014 Contract Date• February 12,2013 Final Contract Amount: $81,016.00 Final Contract Amount: $5,752,145.14 Completion Dale: October 31,2014 Completion Date: March 6,2014 Protect Description' Protect Description: Install 8"hot taps with valves,install approx.165 ft.of 8"C900 PVC, Complete rehabilitation of wetwell&control building, directional drill&pull in 10"DR 9 pipe and 10"HDPE pipe,6"hot tap Including installation of bioscrubber in series with existing with valves,transition connect 10"HDPE to 6"lap and 8"PVC,flush odor control equipment. Work included 6 new sewage pump pressure test and restore. Asphalt repair. installations,extensive electrical and controls work,dewatering, fencing,sitework,etc. proiect Name: Thomasson Drive 24 Inch Force Main Project Name' WWiP Supplemental Water Line Job No.924-14 Job 720-14 Owner-Address-Prolect Manager-Phone: Owner-Address-Proiect Manager-Phone: Collier County Public Utilities City of Naples-Public Utilities 3339 Tamiami Trail E.,Ste.303 380 Riverside Cir. Naples,FL 34112 Naples,FL 34102 (239)252-5372 Justin Frederiksen,P.E. Wayne Karlovich,P.E. 239-213-4782 wavnekerlovichlacolliereov.net lfrep:stAse.nSnaplezasv.corn Engineer-Address-Phone: Engineer-Address-Phone: Johnson Engineering City of Naples-Utilities Department 2122 Johnson St.,P.O.Box 1550 380 Riverside Cir. Ft.Myers,FL 33902-1550 Naples,FL 34102 Michael Dickey,P.E. Justin Frederiksen,P.E. msdG�tnhn=enen".corn jfrederiksenalmaplesgev.cern Contract Date: April 29,2014 Contract Dale: June 6,2014 Final Contract Amount: $174,390.00 Final Contract Amount: $99,128.00 Completion Date' July 22,2014 Completion Date: September 16,2014 Prolect Description: Project Description: Approximately 2100 LF of 24 inch force main,plug valves,fittings and Installation of a supplemental water line to the City's WWII. appurtenances.The force main was Installed In and around heavy effluent transfer station. Hot tapping an existing 6"CI water line existing utilities. Included in the project was 2 road crossings that were east of the City's Equipment Services Facility;meterfbackflow open cut and 42 inch steel casings utilized. assembly,pipeline through plant,discharge assembly,valves, fittings,approx.815 LF of 6"DI pipe,approx.168'of 4"DI pipeline,fillings,hardware,restoration of drives/roads,sod. Prolect Name: MPS 306 Force Main-Phase 1 Prolect Name: LASIP Davis Blvd.Canal Improvements Job No.740-14 Job No.900-13 Owner-Address-Prolect Manager-Phone Owner-Address-Protect Manager-Phone: Collier County Public Utilities Collier County Growth Mgmt.Division 3339 Tamiami Trail E.,Ste.303 2885 South Horseshoe Drive Naples,FL 34112 Naples,FL 34104 (239)252-5372 (239)252-2885 Wayne Karlovich,P.E. Tad Pluc,Project Mgr. pnynka.{lpvr-hEpol le{gov_.net i,adpigctcoliiergw.Let Engineer-Address-Phone: Engineer-Address-Phone: AECOM Technical Services,Inc. CDM Smith 4415 Metro Pkwy.,Ste.404 12501 World Plaza Ln.,Bldg.51 Ft.Myers,FL 33916 Ft.Myers,FL 33907 (239)278-7996 (239)938-9600 Donovan S.Bramlett,P.E. Jane Williams,P.E. Contract Date: March 24,2014 Contract Date' January 7,2014 Final Contract Amount: $626,089.00 Final Contract Amount. $1,727,214.43 Completion Dale: July 31,2014 Completion Date: September 23,2014 Prolect Description: Prolect Description' Directional drilling 2 runs of 30"HDPE force main,900'&1100'tied Regrading 8,400 If of the Davis Blvd.Canal. Reestablishing together with a 30"plug valve,open cut 300'of 30"ductile Iron force main, control and repairing erosion along the entire length was a connect to HDPE directional drill with a 30"plug valve,connect entire priority on this job. Extremely hard rock was encountered line to existing force main. throughout most of the project. A cast in place control weir was built by our forces In coordination with the County&the SFWMD. C:\Users\tammy\Drophox(DNHII\Naples Office Managers\Experience Statement 0123 19.xlsx . EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name: Royal Harbor Water System improvements•Phase I Protect Name: Everglades City Water System Upgrade II Job No.800-14 Job No.825-13 Owner -Address-Protect Manager-Phone: Owner -Address-Project Manager-Phone: City of Naples-Utilities Dept. City of Everglades City 380 Riverside Cir. 102 Copeland Ave. Naples,FL 34102 Everglades City,FL 34139 Allyson Holland,Deputy Director Mayor Sammy Hamilton,Jr. (239)213-4713 (239)695-3781 AMHolland@naraeseov.com maserh.omiltan{1aoi.om Engineer-Address-Phone- Engineer-Address-Phone: Tetra Tech,Inc. American Engineering Consultants 10600 Chevrolet Way,Ste.300 573 Bald Eagle Dr. Estero,FL 33928 Marco Island,FL 34145 Brett Messner,P.E. Rony Joel,P.E. (239)390-1467 (239)394-1697 Contract Date: May 21,2014 Contract Date: May 28,2013 Final Contract Amount: $2,072,961.00 Final Contract Amount: $2,534,189.05 Completion Date: March 27,2015 Completion Date: January 14,2015 Protect Description: protect Description: Replace 14,700 LF of asbestos cement water mains with 4 Inch and 8 Installation of a new membrane filtration system housed in a inch PVC water main,(2)10 Inch HDPE directional drills underneath new structure,upgraded transfer pumps,chemical systems, the intercoastal canal to"loop"the system. Installation of 950 LF of 4 standby generator and associated instrumentation and electrical Inch PVC force main to replace deteriorating discharge force main from supply. Installed a new force main to the Copeland Lift Station; the City's Lift Station and approx.290 LF of 12 Inch corrugated PVC upgraded the Carnestown&Copeland Lift Stations;upgraded storm drain piping. water pumps&replaced existing PS roof at booster station. Proiecl Name: Livingston Road IQ Water ASR System Well Protect Name: WTP Hand/Guardrail Replacement Below the USDW-Phase 2 Job No.730-14 Job No.1000-13 Owner-Address-Project Manager-Phone: Owner -Address-Protect Manager-Phone: Collier County Public Utilities City of Naples-Utilities Dept. 3339 Tamiami Trail E.,Ste.303 380 Riverside Cir. Naples,FL 34112 Naples,FL 34102 Zamlra DelToro,PM David Graff,PM (239)252-6279 239-213.4718 Zamiredeltoro@colbergax.ntt 4.efetfrp_napI:VI.f2.v,.corn Engineer-Address-Phone; Engineer-Address-Phone- CDM Smith City of Naples-Utilities Dept. 2180 W.First St.,Ste.400 380 Riverside Cir. Ft.Myers,FL 33901 Naples,FL 34102 Jason Sclandra,P.E. David Graff,PM (239)938-9600 239-213.4718 Contract Date: December 11,2013 Contract Date: October 29,2014 Final Contract Amount: $2,551,180.45 Final Contract Amount: $64,729.00 Completion Date: January 30,2015 Completion Dale: February 4,2015 Protect Description- Project Description: Drilling&testing of new Class V Group Three ASR infection well system, Removal of sub-standard Hand/Guardrail Systems In three areas designated ASR-2. Construction of ASR Pipeline. Installation of above of the Water Treatment Plant with new aluminium Hand/Guardrail ground mechanical piping and valves,electrical equipment and control Systems meeting OSHA Standards equipment removed to provide space for the required well drill equip. Perform all associated misc.work,restoration and cleanup. protect Name: Hitching Post Force Main Improvements protect Name: Vanderbilt atdeMatiBeachRelocRd. Southbay Dr. Job No,1425-15 Job No.980-15 Owner-Address-Protect Manager-Phone: Owner -Address-Protect Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamiami Trail E.,Suite 303 3339 Tamiami Trail E.,Suite 303 Naples,FL 34112 Naples,FL 34112 Gary Butler,SPM Diana Dueri,PMP a[b.u.41fiRcollieranv.net dianadueriiScallie rgov.nel (239)252-5377 (239)252-3989 Engineer-Address-Phone: Engineer-Address-Phone: Johnson Engineering,Inc. Agnoli,Barber and Brundage,Inc. 2122 Johnson St.,P.O.Box 1550 7400 Tamiami Trail N.,Ste.200 Fort Myers,FL 33902 Naples,FL 34108 Michael Dickey,P.E. Dominick Amico,P.E. msdt tiohnsonenP.cam ?11214o@3.b¢IRG,F.2_...1 (239)461-2455 (239)597-3111 Contract Date: March 31,2015 Contract Date: April 30,2015 Final Contract Amount: $174,913.00 Final Contract Amount: $128,267.00 Completion Date: July 1,2015 Completion Date: August 7,2015 Protect Description: Proiecl Description: Install 8 inch Wastewater Forcemain Pipelines,Valves,Alr Release Installation of approximately 850 LF of new l6"water main. Valves and connect to existing system,jack and bore crossings,backfill, Including valves,fittings,meter boxes,fire hydrants,MOT, bedding,fiowable fill,pavement and restoration,Bushing&pressure dewatering,removal and disposal of asbestos concrete water testing. County supplied material. main,back filling,compaction,sod,landscaping,pavement, sidewalks,driveways and road restoration. C:\Users\tammy\Dropbox(DNHI)\Naples Office Managers\Experience Statement 0123 19.xlsx EXPERIENCE STATEMENT-SOUTHWEST DIVISION Protect Name: SCWRF Grit Systems/EQ Pump Modification Protect Name: NCWRF Victoria Park Force Main Job No.950-13 Job No.895-14 Owner-Address-Protect Manager-Phone: Owner-Address-Protect Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamiami Trail E.,Suite 303 3339 Tamlaml Trail E.,Suite 303 Naples,FL 34112 Naples,FL 34112 (239)252-6214 (239)252-5372 Oscar Martinez,P.E. Wayne Karlovich,P.E. o,}carmartinex(dcailiereov.net wainekarlevteh('collterxcv,net Engineer-Address Phone: Engineer-Address-Phone: Hole Monies,Inc. Hole Montes,Inc. 950 Encore Way 950 Encore Way Naples,FL 34110 Naples,FL 341 10 David Schmitt,P.E. David Schmitt,P.E. (239)254-2000 (239)254-2000 Contract Date: June 19,2013 Contract Date: October 1,2014 Final Contract Amount: $1,522,124.59 Final Contract Amount: $247,628.24 Completion Date: April 30,2015 Completion Date: June 16,2015 Protect Description: Project Description: Remove 3 existing grit classifier systems&pumps;construct new Install 1300 LF 8"PVC force main. Excavate existing 24" equipment platform&install new classifiers,pumps,feed&drain piping. force mains,hot tap&build 20"above ground interconnect. Upgrade&modify existing control systems. Rehab.3 existing Grit King Construct chain link enclosure. Test all piping systems and dynamic separators. Structural modifications of building. Remove, restore. remanufacture&reinstall 3.-16"EQ mixing pumps. Project Name: SCRWTP Upgrades to Pigging Station Proiecl Name: Seminole Tribe-Decanter Replacement Job No.870-14 and Misc.WWTP Improvements Job No.715-15 Owner-Address-Protect Manager-Phone: Owner-Address-Protect Manager-Phone: Collier County Public Utilities Seminole Tribe of Florida 3339 Tamiami Trail E.,Suite 303 3107 N.State Rd.7 Naples,FL 34112 Hollywood,FL 33021 Alicia Abbott,Project Manager Ankita Patel,P.E. Alkia412ott9colliereev.net publkworks('semtribe cam (239)252-5344 (866)625-5376 Engineer-Address-Phone: Engineer-Address-Phone- COM Smith CH2M Hill 2180 West First St.,Ste. 400 550 W.Cypress Creek Rd.,#400 Fort Myers,FL 33901 Ft.Lauderdale,FL 33309 Jason Sciandra,P.E. Ron Mattingly,P.E. P.oil.Multlnatvl@ch,.zm_coin (239)938-9600 Contract Date: August 12,2014 Contract Date' May 28,2015 Final Contract Amount: $298,400.00 Final Contract Amount: $392,571.93 Completion Date: September 3,2015 Completion Date: September 11,2015 Proiecl Description: Protect Description: Provide and Install a pig receiver manufacturered by Jamison Products. Big Cypress WTP: Installed sequencing batch reactors decanter Flush,pressure lest and disinfect the new system,Install pressure modifications including new VFD's&control panels;SBR Basin gauges and isolator,replace existing 10"backflow prevenlor with a 10" waste sludge piping modifications;Aeration blower discharge Zurn Wilkins Model 375AST. New pipe and fittings are lined with piping modifications;Equalization Basin Submersible Pump Ceramure PL90-Ceramic Epoxy. Paint all new and existing piping, Station access modifications:Grit system control panel end valving and the exterior of the pig receiver. Replace landscaping and compressed air supply system modifications;Screened irrigation. wastewater influent piping modifications Protect Name: Livingston Rd.Weliteld Interconnect Project Name: South Winds Drive Water Main Upgrade Job No.1426-15 Job No.1433-15 Owner-Address-Protect Manager-Phone: Owner-Address-Protect Manager-Phone' Collier County Public Utilities City of Naples-Utilities Department 3339 Tamlaml Trail E.,Ste.303 380 Riverside Circle Naples,FL 34112 Naples,FL 34102 Wayne Karlovich,P.E. David Graff (239)252-5372 01.0i1.-..-1 maple _v,.,com WavnuKerlovlchrecalllel5o_v_,nei (239)253-5864 Engineer-Address-Phone' Engineer-Address-Phone: Johnson Engineering City of Naples-Utilities Department 2350 Stanford Cl. 380 Riverside Circle Naples,FL 34112 Naples,FL 34102 (239)434-0333 Jared Brown,P.E. Contract Date: April 27,2015 Contract Date: July 8,2015 Final Contract Amount: $47,823.00 Final Contract Amount: $119,396.00 Completion Date: August 29,2015 Completion Dale: September 30,2015 Proiecl Description: Protect Description: Installed a new owner supplied 16 inch pvc 10 main and above ground Install of approximately 720'of 6"water main piping. Provided interconnect assembly including pipes,valves and fittings all restraint fittings for deflections,transitions,and cap. Disinfect water main and flush. Connect new services to existing water meters,remove old fire hydrants and cap/plug valve, plug old service lines,and restore all roads,sidewalks,curbing, irrigation,driveways,landscaping. C:\Users\tammy\Dropbox(DNHI)\Naples Office Managers\Experience Statement 012319.xlsx CAv EXPERIENCE STATEMENT•SOUTHWEST DIVISION Project Name: WigginsPass Road Water Main Improvements Project Name: WWTP Reuse Pump Replacement Job No. 760-15 Job No. 810-14 Owner-Address-Project Manager-Phone: Owner-Address-Project Manager-Phone: Colter County Public Utilities City of Naples-Utilities Department 3339 Tamlaml Trail E.,Ste.303 380 Riverside Circle Naples,FL 34112 Naples,FL 34102 Diana Dueri David Graff (239)252.4218 rlgrafj$rttP.I gov.cem DianariuerJ alilergov.net (239)253-5864 Engineer-Address-Phone: Engineer-Address-Phone: Johnson Engineering Tetra Tech,Inc. 2122 Johnson St.,P.O.Box 1550 10600 Chevrolet Way,Ste.300 Fort Myers,FL 33902 Estero,FL 33928 (239)334-0048 (239)390-1467 Michael Dickey,P.E. msdhaiohnsonene.com Contract Date: March 19,2015 Contract Date: June 11,2014 Final Contract Amount: $591,686.48 Final Contract Amount: $879,972.75 Completion Dale: December 15,2015 Completion Dale: November 13,2015 Protect Description: Project Description: Installation of 4400 LF of 12"Water Main and 1500LF of 6"Water Main. Installation of 1 new 600 HP Vertical turbine Pump,associated Bore and pull in approx 1000 LF of 12"WM under exiting canal/creek piping and valves.Provide and program 4 new VFD's for the Grout&Cap 5400 LF of 12"WM,overlay 4500 LF of Asphalt sidewalk. 4 Reuse Water Pumps.Replacement of controls for the pumps Concrete and asphalt restoration of drive and walk ways for 26 residences. and programming.Remove old HVAC units,provide new HVAC Removal&Disposal of 1290 LF of 6"Asbestos Cement Pipe. units,10 and 15 ton wills controls. Protect Name: Pelican Marsh Elementar School Water Service Proiecl Name: Bay Villas Water Main Replacement ReplacementJob No.695-15 Job No.1446-15 Owner-Address-Protect Manager-Phone- Owner -Address-Project Manager•Phone: Collier County Public Utilities Collier County Public Utilities 3339'famiami Trail E.,Ste.303 3339 Tamiaml Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 Nathan Beals Diana Dueri (239)252-2583 (239)252-4218 twthana_eais colliergov n�2t OiansDueritacoilierueemet Engineer-Address-Phone: Engineer-Address-Phone: Q.Grady Minor&Associates,P.A. Johnson Engineering 3800 Via Del Rey 2122 Johnson St.,P.O.Box 1550 Bonita Springs,FL 34134 Fort Myers,FL 33902 (239)947-1144 (239)334-0046 Justin Frederiksen,P.E. Michael Dickey,P.E. lfrederiksenigradvminor.com msA@lohnsoneng,ccm Contract Date: November 11,2015 Contract Date: May 11,2015 Final Contract Amount: $109,838.45 Final Contract Amount $442,871.00 Completion Date: February 17,2016 Completion Date: February 17,2016 Project Description: protect Description' Install a new 10"DR11 HDPE water service to the Pelican Marsh School Install Approx.2500 LF of 4"and 6"C900 DR 14 PVC Water by directional drilling under Airport Pulling Rd.end canal to connect to an Main,gate valves,install 1"water services,connect to existing existing 16"DIP water main,install valves,adaptors,fittings,etc. water main,cut In sewer clean outs,abandon&grout existing Conned to school's meter assembly,sidewalk restoration,handrail water main. Furnish&Install permanent below ground blow-offs, replacement,air release valve. Grout&abandon the existing 8"DIP Restoration of landscaping and sod. water service. Replace landscape and sod. Protect Name: Airport Rd.Water Main Abandonment Phase 2 Protect Name' Bay Colony Shores Fire Maln Conversion Job No.1445-15 Job No.690.15 Owner-Address-Project Manager-Phone: Owner -Address-Project Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamiaml Trail E.,Ste.303 3339 Tamiami Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 Nathan Beals Diana Dueri (239)252-2583 (239)252-4218 fla5hanaea42collierttov.net DianaDeerr9+colliereov.net Engineer-Address-Phone: Engineer-Address-Phone: RWA Engineering Q.Grady Minor&Associates,P.A. 8610 Willow Park Dr.,Ste.200 3800 Via Del Rey Naples,FL 34109 Bonita Springs,FL 34134 (239)597-0575 (239)947-1144 Mark Sunyak,P.E. Frank Feeney,P.E. msonyekOconsulbrwa.cnm (trSPSYegra4vm!ncr„_co= Contract Date: November 20,2015 Contract.Date: March 19,2015 Final Contract Amount: $189,960.98 Final Contract Amount: $877,815.77 Completion Date: March 10,2016 Completion Date: March 2,2016 Project Description' Protect Description: Abandonment&grouting of approx.5600 ft of 8"wafer main located Convert en existing fire main system to a potable water system. primarily within the median of Airport-Pulling Rd.between Pelican Marsh New water main construction to extend the system and Inter- Elementary School and Immokalee Rd. Disconnect 5 locations from an connect the existing fire main. Cleaning,flushing,disinfection existing 8"water main and conned 3 locations to a 16"water main. &bacteriological clearance,extension of new water service, Grout the abandoned 8"water main pipe, new water meters and backflow devices,existing water main system abandonment and restoration. C:\Users\tammy\Dropbox(ONHI)\Naples Office Managers\Experience Statement 0123 19.xlsx C tAo EXPERIENCE STATEMENT-SOUTHWEST DIVISION Project Name: LASIP County Barn Rd.Slormwater Improvements Protect Name: Pump Station 151.00 Improvements Job No.700-14 Job No.851-15 Owner-Address-Proiect Manager-Phone: Owner-Address-Proiect Manager-Phone: Collier County Transporation Engineering Collier County Public Utilities 2885 S.Horseshoe Dr. 3339 Tamiami Trail E.,Ste,303 Naples,FL 34104 Naples,FL 34112 (239)253-2885 Corinne Trtan,PM James Zuver,PM (239)252-4233 jameuwerralcolfereov.net CQytnneTrta to li rgoy,net Engineer-Address-Phone: Engineer-Address-Phone' Agnoll,Barber and Brundage,Inc. Slantec Consulting Services,Inc, 7400 Tamiami Trail N.,Ste.200 3200 Bailey Lane,Ste.200 Naples,FL 34108 Naples,FL 34105 (239)597-3111 (239)849-4040 Edward Tryka III,P.E. Kelly Blake,P.E. ke I y_bla ke Psta n tee.com Contract Date: November 18,2014 Contract Date: February 20,2015 Final Contract Amount: $6,910,732.30 Final Contract Amount: $428,301.71 Completion Date: April 13,2018 Completion Date: December 3,2015 Proiect Description: - Proiect Description: Drainage Improvement project covering 2 miles on both sides of the road. Remove and install(2)20 HP submersible pumps,elbows, The entire length of the road was widened with approx.1000 ft.of the rails,electrical upgrades,variable frequency drives,pump station road completely re-constructed with new signalizatlon and signage control enclosure,control system enhancements,diesel throughout the project. Drainage included 1200 ft.of box culvert, emergency pump. The work also Included a wetwell coating 4000 ft.of varying sizes of RCP pipe with approx.30 structures. system,discharge piping,above grade valve assembly, stabalized access drive,wetwell bypass connections,relocation of water service,fencing,select demolition,and site restoration. Protect Name: NCRWTP Chloraminalion Improvements Project Name: J&C Blvd.Phase II Outfall Improvements Job No.812-15 Job No.942-15 Owner -Address-Protect Manager-Phone: Owner -Address-Protect Manager-Phone: Collier County Public Utilities Collier County Trahsportation Engineering 3339 Tamiami Trail E.,Ste.303 2885 Horseshoe Dr.S. Naples,FL 34112 Naples,FL 34104 Tom S)vert,P.E. Julio Ordonez,P.E. (239)252-5378 (239)252-8192 Tarnsivert13cai!iereov.net )ulloOrdanezt9coilieraov.net Engineer-Address-Phone Engineer-Address-Phone: CPH Engineers Agnoli,Barber&Brundage,Inc. 1117 E.Robinson St.,#C 7400 Tamiaml Trail N. Orlando,FL 32801-2025 Naples,FL 34108 (407)425-0452 (239)597-3111 Natalie Urick,P.E. Daniel Brundage.P.E. eurichlhtcphcerp_cen ltrundace;5tabbino.com Contract Date: July 27,2015 Contract Date: April 14,2015 Final Contract Amount: $162,052.70 Final Contract Amount; $430,283.69 Completion Date: May 20,2016 Completion Date: June 14,2016 Protect Description' Protect Description: Installation of three new sampling instruments,all sample lines,service This was a drainage Improvement project designed to improve saddle connections,valves,switches,back plates,conduit,Instrumentation flow of stormwater&replace existing damaged pipe&culverts. and controls necessary to automate the disinfection system. Installation included approx.1500 R.of new RCP pipe,cleaning and desilting of 1300 ft of existing pipe and installation of 11 new structures&headwalls plus 22 new mitered ends. C:\Users\tammy\Dropbox j0NHIj\Naples Office Managers\Experience Statement 01 2319.xlsx CAC EXPERIENCE STATEMENT-SOUTHWEST DIVISION Project Name: MPS 306 Force Main-Phase III/Naples Manor Prosect Name: Pump Station 309.19 Water Main-Phase 2 Job No.742-15 Job No. 1510-16 Owner-Address-Prosect Manager-Phone: Owner-Address-Protect Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamiaml Trail E.,Ste.303 3339 Tamiami Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 Wayne Karlovich,P.E. John Elck,P.E. (239)252-5372 (239)252-5345 WavneKadovkhPanite Roy_net Johnhiekterotliereov.net Engineer-Address-Phone: Engineer-Address-Phone: AECOM Technical Services.Inc. Hole Montes,Inc. 4415 Metro Pkwy.,S1e.404 950 Encore Way Ft.Myers,FL 33916 Naples,FL 34110 Dustin Chisum,P.E. David Schmitt,P,E. (239)278-7996 (239)254-2000 dgstin,clli}y t5aecom.co!q Daviddchnrit mma_ngcom Contract Dale: July 7,2015 Contract Date: June 9,2016 Final Contract Amount: $1,524,244.52 Final Contract Amount: $492,889.47 Completion Date: January 9,2017 Completion Date: May 31,2017 Project Description: Project Description: Installation of 8"water mains;removal of existing AC water mains; Construction of a new wastewater pump station to replace an Installation of new valves,hydrants,temporary and permanent bacterial existing pump station. Included construction of a new sub- sample valves and other appurtenances,installation of new water services mersible wastewater pump station,misc,piping,electrical, and backflow devices,relocation of existing water meters to individual electrical service extension,wastewater service connection, water meter boxes;removal of abandoned fire hydrants,water valves& grouting of existing gravity sewer,modification of manholes, valve boxes,blowoffs,etc. Installation of a new 24"force main,42"steel abandonment of an existing wastewater pump station and casing under US 41 by jack&bore,connect to existing force mains; misc,site work. Installation of new valves,air release valves and appurtenances. Restore sidewalks,roadway,driveway and landscaping. Project Name: LASIP-Wingsouth Stormwater Improvements Protect Name: SCWRF EQ Overflow Gales Replacement Job No.702-15 Job No. 1520-16 Owner-Address-Protect Manager-Phone- Owner-Address-Project Manager-Phone: Collier County Transporatton Engineering Collier County Public Utilities 2885 S.Horseshoe Dr. - 3339 Tamiami Trail E.,Ste.303 Naples,FL 34104 Naples,FL 34112 (239)253-2885 (239)252-5372 James Zuver,PM Wayne Karlovich,P.E. 'anaazwer collie ov.net WavneKarlovichwcelliereov.net Engineer-Address-Phone: Engineer-Address-Phone- Agnoli,Barber and Brundage Hole Montes 7400 Tamiami Trail N.,Ste.200 950 Encore Way Naples,FL 34108 Naples,FL 34110 (239)597-3111 (239)254-2000 Edward Tryka III,P.E. David Schmitt,P.E. DavidSchmitt@hmene.com Contract Date: December 8,2015 Contract Date: June 8,2016 Final Contract Amount: $3,288,436.85 Final Contract Amount: $207,635.49 Completion Date: May 24,2017 Completion Date May 31,2017 Project Description: Project Description: Wingsouth was the culmination of the L.A.S.I.P.project. This was in part Installation of temporary bulkhead,pumping equipment&bypass a drainage Improvement project for the Parkers Hammock neighborhood of flows to allow replacement of the overflow weir gates. Remove and a clearing out of vegetation;shifting and reshaping of the stormwater and replace the existing channel covers and supports. Demolition drainage swalos surrounding the Wingsouth Alrpark. Additionally,3 of existing overflow weir gates. Repaired concrete and installed control structures were constructed In order to help control water storage new overflow weir gates flow with actuators. Electrical and levels. SCADA work. New motorized actuator was compatible with the existing electrical and SCADA. Restoration and cleanup. C:\Users\tammy\Dropbox IDNHIl\Naples Office Managers\Experience Statement 0123 19.xtsx EXPERIENCE STATEMENT-SOUTHWEST DIVISION Prolect Name: Gulf Shore Bled.N Drainage Prosect Name: Creekside Forcemain-Phase 1 Job No.1700-16 Job No. 1240-16 Owner -Address-Proiect Manager-Phone: Owner -Address-Proiect Manager-Phone' City of Naples-Slormwater Operations Collier County Public Utilities 295 Riverside Cir. 3339 Tamiami Trail E.,Ste.303 Naples,FL 34102 Naples,FL 34112 (239)213-5117 (239)252-5343 Andrew Holland,P.E. Peter Schell,SPM aholland'mnaaiese crow P<}fir,Sjlalieplllergov_.ret Engineer-Address-Phone. Engineer-Address-Phone: 0,Grady Minor&Associates,P.A. CDM Smith 3800 Via Del Rey 4210 Metro Pkwy.,Ste.230 Bonita Springs,FL 34134 Fort Myers,FL 33916 (239)947-1144 (239)938-9600 Daniel Flynn,P.E. Jason Sciandra,P.E. ¢fiynn.t syadyminpr;rm SciandralAfwcdmsrrrnh.coet Contract Date: October 19,2016 Contract Date: August 5,2016 Final Contract Amount: $428,954.82 Final Contract Amount: Completion Date: May 31,2017 Completion Date: Project Description: Project Description: Replaced approximately 1300 LF of storm water piping along Gulf Installed approximately 2000 LF of 24-Inch diameter HDPE force Shore Blvd.N.between Oleander Drive and South Golf Drive in Naples, main using open cut construction. Installed approximately FL. The majority of the existing Corrugated Metal Pipe was replaced 173 LF of 24-inch HDPE force main within a 36-Inch steel with the same or similar sized Reinforced Concrete Pipe. Additionally, casing pipe using jack and bore construction. Restoration nine drainage Inlets were replaced. and clean-up. C:\Users\tammy\Oropbox(ONHIj\Naples Office Managers\Experience Statement 01 23 19.xlsx EXPERIENCE STATEMENT-SOUTHWEST DIVISION protect Name: NCWRF Aeration Equipment Replacement Proiect Name: SCRWiP Sludge Thickener Refurbishing Job No. 1260-16 Job No. 1270-16 Owner -Address-Protect Manager-Phone: Owner-Address-Project Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamiami Trail E.,Ste.303 3339 Tamiami Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 (239)252-5372 (239)252-5344 Wayne Karlovich.Senior Project Mgr. Alicia Abbott,Project Mgr. Wevne,KariovichCac5liy.pccpuntyF$oy. Alicia.AbboitPcalliercountvtt.voy Engineer-Address-Phone: Engineer-Address-Phone: N/A TKW Consulting Engineers,Inc. 5621 Banner Dr. Fort Myers,FL 33912 -239 Douglas Eckmann,P.E. Dotizjel,e_krrra itiet v_enngne;aom Contract Date: October 5,2016 Contract Dale: November 1,2016 Final Contract Amount' $415,882.00 Final Contract Amount: $392,706.96 Completion Date: February 28,2018 Completion Date: November 17,2017 Project Description: Prolect Description: Aeration Equipment was removed and replaced for Oxidaton Ditch#1 Refurbished the lime sludge thickener mechanism. Cleaning and selective aeration equipment was removed and replaced for the gravity thickening basin,dispose of all materials,remove Oxidation Ditch#2. support bridge,the inlet well,drive and lift assembly,torque tube. flight arms. Transport the drive and lift assemblies to and from Ovivo authorized rebuild center in Tampa,FL.Arrange the factory authorized refurbishing. Remove railing&decking, sandblast,repair and replace corroded steel,and recoat the support bridge. Reinstall grating&guardrail,Install refurbished drive and lift mechanisms,and install new fabricated components. Run new wire and conduit for electrical work. Touch up coating damaged during installation. Protect Name' Emergency-Collier Blvd.&I-75 Water Main Repair Prolect Name: 107th Ave.N.Public Utilities Renewal Collier Blvd.&City Gate Dr.WM Repair Job No.1419-17 Job No. 1600-17 Owner -Address-Proiect Manager-Phone: Owner-Address-Project Manager-Phone: Collier County Water Distribution Collier County Public Utilities 4370 Mercantile Ave. 3339 Tamiami Trail E.,Ste.301 Naples,FL 34104 Naples,FL 34112 (239)252-6245 (239)252-2589 Pamela Libby,Water Distribution Mgr. Michael Stevens,Senior Project Mgr. Pameia,tibb3 cji/erccunt3fi.so, MNhael.Steve33 l_ercountyfi.eov Engineer-Address-Phone. Engineer-Address-Phone' N/A Q.Grady Minor&Associates 3800 Via Del Rey Bonita Springs,FL 34134 (239)947-1144 Justin Frederiksen,P.E. lfrederiksentOeradvmin or.com Contract Dale: November,2017 Contract Date: February 28,2017 Final Contract Amount: $418,336.57 Final Contract Amount: $3,279,116.35 completion Da ;. November 13,2017 Completion Date: April 20,2018 Prolect Description: Proiect Description: 48"Price Brothers Pipe Repair Remove and Install approx.4250 LF of new 8"water main piping and appurtenances,new fire hydrants,valves,water services, meters and backflow preventers. Remove and install approx. 4400 LF of new 8"PVC gravity sewer pipe,manholes,and replace existing sanitary sewer service laterals. Remove and install approx.5100 LF of 18"and 24"HDPE perforates slormwater piping. Install approx.3250 LF of 18"and 24"HDPE and RCP stortnwater piping,catch basins,sediment catch basins,junction basins,inline yard drains and mitered end sections. Restore driveways,rebuilding the roadway,subgrade, base,and asphalt. • C:\Users\tammy\0rapbox(DNHI)\Naples Office Managers\Experience Statement 0123 19.xlsx (�SA) EXPERIENCE STATEMENT-SOUTHWEST DIVISION Project Name' 110th Ave.N.Pubic Utilities Renewal Project Name: Manatee Rd.Booster Pump Station& Piping Replacement Job No. 1600-17 Job No. 1442-18 Owner-Address-Project Manager-Phone: Owner -Address-Project Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamiami Trail E.,Ste.301 3339 Tamiamt Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 • (239)252-2589 (239)252.4285 Michael Stevens,Senior Project Mgr. Shon Fandrich,P.E. Mlchaet3teven ecolitercoantvgxoy shon.fandrich€colliercoantvil.eev Engineer-Address-Phone: Engineer-Address-Phone' Q.Grady Minor&Associates Tetra Tech 3800 Via Del Rey 10600 Chevrolet Way,Ste.300 Bonita Springs,FL 34134 Estero,FL 33928 (239)947-1144 (239)390-1467 Justin Frederiksen,P.E. Danny Nelson,P.E. )frederlksend eradvmincr.corn dannv_nge..00 ttatratach,iw.m Contract Dale- February 28,2017 Contract Dale: July 30,2018 Final Contract Amount: $4,746,981.89 Final Contract Amount: $98,750.00 Completion Date: April 20,2018 Completion Date: October 28,2018 Project Description: Project Description: Remove and install approx.5460 LF of new 6 and 8"water main piping Replace 3 existing pumps with new pumps and piping and appurtenances,new fire hydrants,valves,water services,meters improvements. and backflow preventers. Remove and install approx.5100 LF of new 8"PVC gravity sewer pipe,manholes,and replace existing sanitary sewer service laterals. Install approx.4020 LF of 24"HDPE sewer force main pipe. Remove and install approx.5030 LF of 18 and 24" HDPE perforated storntwater piping. Install approx 4300 LF of 18 and 24" HOPE and RCP stormwaler piping,catch basins,sediment catch basins, junction basins,inline yard drains and mitered end sections. Restore driveways,rebuild roadway,subgrade,base and asphalt. Project Name: Bay Colony Appurtenances Project Name: NCWRF Solar Pond Aeration Job No. 1545-18 Job No. 1429-18 Owner-Address-Prolect Manager-Phone: Owner -Address-Project Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tamlaml Trail E.,Ste.303 3339 Tamiami Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 (239)252-4218 (239)252-5343 Diana Duerl,PM Peter Schell,PMP piana.Dueriocoil nceoniyf.goy Peter.Scl.aa eilierceunm tsoy Engineer-Address-Elam Engineer-Address-Phone: Johnson Engineering N/A 2122 Johnston St. Ft.Myers,FL 33902-1550 (239)334-0046 Michael Dickey,P.E. msdPioltnsopeecom Contract Date: July 24,2018 Contract Dale: April 10,2018 Final Contract Amount: $353,100.00 Final Contract Amount' $94,359.10 Completion Date: September 21,2018 Completion Date: August 13,2018 Proiect Description: Prolect Description' Replace Backflow&Bypass Assemblies;replace compound service Installation of Aquagenics solar pond aeration systems on Ponds meters;Install 4"OS&Y Valves on 4"Bypass;Install double line stop 3,4&5 with Bypass assembly;Install Gate Valves;Install 8"Insertion Valves; Install fire hydrant assembly;Restoration • • C:\UserAtammy\Dropbox(DNHI)\Naples Office Managers\Experience Statement 0113 19.xlsx EXPERIENCE STATEMENT-SOUTHWEST DIVISION Project Name: NWTP Chemical Tank Repairs Prolect Name: Heritage Bay MPS Job No. 1433-18 Job No. 1580-16 Owner-Address-Project Manager-Phone: Owner -Address-Prolect Manager-Phone: City of Marco Island Collier County Public Utilities Water&Sewer Department 3339 Tantiami Trail E.,Ste.303 50 Bald Eagle Drive Naples,FL 34112 Marco Island,FL 34145 (239)252-5372 (239)394-3880 Wayne Karlovich,SPM Sonia Iszier Wayne.Karlovichrncolliercountufi.eov Engineer-Address-Phone: Engineer-Address-Phone. N/A Stantec Consulting Services,Inc. 5801 Pelican Bay Blvd.,Sle.300 Naples,FL 34108 Kelly Blake,P.E. (239)263-6403 Aeliv.Bl aka rtastantegcom Contract Dale: April 6,2018 Contract Date: January 24,2017 Final Contract Amount: $41,224.98 Final Contract Amount. Completion Date: June 19,2018 Completion Date: Project Description: Prolect Description: Repair of various piping,anchors and level gauges associated with Installation of 4 concrete manholes,576 LF of 8"PVC sanitary five chemical storage tanks and pump skids. The work Included coating sewer,three concrete storm drain inlets,48 LF of 16"reinforced newly installed piping to match existing colors. Piping,fittings and concrete piping,24 LF of 24"reinforce concrete piping,one fire valves were Sch 80 CPVC with Viton seals. hydrant assembly with valve,approx.2450 sy of asphalt access driveway,a perimeter wall/fence with two rolling security gates, 0.07 AC-FT of dry detention,and landscape improvements. Installing two 30HP sewage chopper pumps,one 72 HP packaged diesel bypass pump,electrical and control system, instrumentation included one flowmeter and pressure transfucers, equipment pads,potable water hosebib,equipment pad drain, • wiring&lighting,all connections to the existing county sewage forcemains. Project Name: Cassese Road Water Main Improvements Prolect Name: MPS 303 and 304 Rehabilitation Job No. 1360-18 Job No. 903-15 Owner-Address-Protect Manager-Phone: Owner-Address-Prolect Manager-Phone: Collier County Public Utilities Collier County Public Utilities 3339 Tarniami Trail E.,Ste.303 3339 Tamiami Trail E.,Ste.303 Naples,FL 34112 Naples,FL 34112 (239)252-5338 (239)252-5343 Shon Fandrich,SPM Peter Schalt,SPM Shun,Faretrichi&ceiliercountytl.eov f eter,$cha Sm..1.1 ercoyntyrl.ga{ Engineer-Address-Phone. Engineer-Address-Phone: Q.Grady Minor&Associates AECOM Technical Services,Inc. 3800 Via Del Rey 4415 Metro Parkway,Ste.404 Bonita Springs,FL 34134 Fort Myers,FL 33916 Sally Goldman,P.E. (239)947-1144 (239)278-7996 secid man Paradvtninor.coM Contract Dale: September 11,2018 Contract Date' November 10,2015 Final Contract Amount: $184,581.00 Final Contract Amount: Completion Date: January 7,2019 Completion Date: Project Description; Project Description: Installation of approximatley 1850 feet of new water main piping:valves, lire hydrants,sample points,air release valves,adaptors,bends,fittings and associated appurtenances. Installation of new wafer meters and backflows.. Demolition,restoration,grading,testing,MOT,removal and replacement of driveways,sidewalks,fences,grass areas,and roadways disturbed during construction,site restoration,landscaping and/or sodding. C:\UserAtammy\Oropbox(DNHI)\Naples Office Managers\Experience Statement 0123 19.xlsx . FORM 6 TRENCH-SAFETY.ACT: . Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act(90-96,Laws of Florida)effective October 1, 1990.The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure (Quantity) Cost (Description) (LF,SY) 1. r'i r 0 t~ Ao,000 -4 oo 15'26. 000 — 2. 3. 4. 5. TOTAL$ VP, 000 ,. Failure to complete the above may result in the Bid being declared non-responsive. Company: Douglas N Higgins,Inc Signature: lial.AA' MIA �IL( Date: 6/17/19 • CM) FORM 7-BID BOND KNOW ALL MEN BY THESE PRESENTS,that we Douglas N. Higgins,Inc. (herein after called the Principal) and Hartford Accide• : •-u •' • , (herein called the Surety), a corporation chartered and existing under the laws of the State of CT wit its principal offices in the city of Hartford and authorized to do business in the State of FL are held and firmly bound unto the Collier County Board of County Commissioners (hereinafter called the Owner), in the full and just sum of Five percent of the attached hid 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.19-7612,96th Avenue North Public Utilities Renewal Project. 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 wiitten Notice of Award in accordance with the terms of such Bid,and give such. bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $5% of attachechoted 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 1 7th day of June ,20 19 Douglas N.Higgins,Inc. Principal BYtUakt (Seal) KNy A. r' lel/ice President ■.u,+ s•,:a, '.cr. ... m.c u.' . . ...y Surety • (Seal) Lisa Y.Wilmot,Attorney-in-Fact, FL Non-Resident License No. P017062 Countersigned N/A Appointed Producing Agent for Hylant Group,24 Frank Lloyd Wright Dr.,P.O. Box 541,Suite J4100,Ann Arbor,MI 48106 Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents.The bid security attached is to become the property of the Owner in the event the Agreement,Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth,as liquidated damages,for the delay and additional expense to the Owner,it being recognized that,since time is of the essence,Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement,Insurance Certificates and Bonds within the required time period. In the event of such failure,the total amount of Owner's damages,will be difficult,if not impossible,to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement,Insurance Certificates,and Bonds as required hereunder.The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement,Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within three hundred and sixty-five(365)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. CAO Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY HartfOne Hartrd ord,ConnectBOND,T-12 cut06155 Bond.Claims@thehartford.com call:888-266.3488 or lax:860.757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: HYLANT GROUP INC/ANN ARBOR Agency Code: 3 5-3 5 08 51 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the Stale of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : Susan E. Hurd, Vicki S. Duncan, Terri Mahakian, Monica M. Mills, Kristie A. Pudvan, Joel E. Speckman, Lisa M. Wilmot of ANN ARBOR, Michigan their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 1tw yswmaq (."-A-...,,. ioyvitisae ,« , r.rt\ ."2rMr ' rw„i„„,, a , - ,,.. e..0..o:1 A-, o y • 1!t Fit: :1,'"7 .54 t ► iI /Dfit i *.:7'° *y � ,. t ' ^',o.rB1 �ai t gI G `� jPssf. . _'� •W.�.- 4,,y*q,` • S. 1 izA-�-mom,•. /} l �! 14 �(�.f ti r t/ John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 5th day of January,2018,before me personally came M.Ross Fisher,to me known,who being by me duly sworn,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ,SENT.1.1-01; •� k Kathleen T.Maynard Notary Public CERTIFICATE My Commission Expires July 31,2021 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of � � r if p r q Signed and sealed at the City of Hartford. _ t /`li iY t�iFto'' s0-1N'uw C.) ii 367-; /(xr ..'b\ny �,�,,-;�Q tea N. �:,? wr``tt ° tN�.ie.rre,: a tQ✓ar F n�J • iN.t,rDi}t T. tsev . s o, r: -u,4G�tal 'r r., *7,.•. ' '4araw►�i 1 t•rgTg �Er I yy0lE•.?.? 7 R9♦ ..1•••5,20 A 4 %' / y' Kevin Heckman,Assistant Vice President POA 2016 Respectfully Submitted: State of Michigan County of Washtejiaw Kelly A.Wilkie . being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Kelly A.Wilkie ,also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid;that the statements contained herein are true and correct. (a)Corporation The Bidder is a corporation organized and existing under the laws of the State of Michigan ,which operates under the legal name of Douglas N.Higgins,Inc. ,and the full names of its officers are as follows: President Douglas N Hiagins Secretary Kelly Wilkie,IYavtd Wilkie,Tamara Ludwig Treasurer Kelly Wilkie Vice Pres, Mutragep Kelly Wilkie,Daniel Higgins,Matthew DeLuca The Vice President is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken April 1,2018 ,a certified copy of which is hereto attached(strike out this last sentence if not applicable). (b)Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c)Individual The Bidder is an individual whose full name is ,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 6/17/19 Legal Entity BY: Douglas N. Higgins,Inc. Wi!e 4100 44 Name of Big .("y ed) Signature ell Wi ie Witne , Vice President Title STATE OF Michigan COUNTY OF Washtenaw 2019 by The foregoing instrument was acknowledged before me this 17th day of June Kelly Wilkie , as Vice President of Doug as N Higgins,Inc , a Michigan corporation, on behalf of the corporation. He/she is personally known lo me or has produced Person allKnown as icC n itis tc and did(did not)take an oath. My Commission Expires: (Si rattire of Notary) NAME: keg v,0 (Legibly Printed) • (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan DAVID J..WILKIE Notary Public,Michigan County of Washtenaw My Comm.Expires 05/20/2024 CERTIFICATE OF SECRETARY The undersigned, being the duly elected secretary of Douglas N. Higgins, Inc. , a Michigan corporation, hereby certifies that the following resolution was duly adopted by the Board of Directors of said corporation at a meeting held on April 1, 2016 and that said resolution is in full force and effect: "RESOLVED, That the following listed persons are hereby authorized to execute, on behalf of Douglas N. Higgins, Inc., any and all contracts and documents." -7 ",742'.• mf r Matthew T. DeLuca Daniel N. Higgins t,'" .`i .d .� i Douglas N. Higgins David J. Wilkie ,, Kelly A. Wilkie i L' 'L fit Y/ 0 J���/vv[ KWilkie Secre ar Dated: April 1, 2018 {,z) FORM 8-INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project,if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors,agents and employees of each and all of them,all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall,where appropriate,require similar waivers of subrogation from the County's separate Vendors,Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County,Florida,as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County.The Certificates of Insurance must state the Contract Number, or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office(ISO)forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage,Vendor must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. CoverageW shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County,in a like manner,within twenty-four(24)hours after receipt,of any notices of expiration,cancellation,non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s).required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages,)and charge the Vendor for such coverage(s)purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand,the-County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor.The County shall be under no obligation to purchase such insurance,nor shall it be responsible for the coverage(s)purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work,the Vendor shall furnish to the County renewal or replacement Certificate(s)of Insurance not later than ten(10)calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. AO Collier County Florida Insurance and Bonding Requirements insurance/Bond Type Required Limits 1. ®Worlcer's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 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 Contractor/Vendor 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 $ 1,000,000 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 in the form of certified funds,cashiers'check or an irrevocable letter of credit,a cashbond posted with the County Clerk,or proposal CAO bond in a sum equal to 5%of the cost.proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. X 1'erfonnance 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%of the Contract award amount,the cost borne by the Proposer receiving an award. The.Perk»mance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner;provided,however,the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders' surplus,all as reported in the most current Best Key Rating Guide,published by A.M. Best Company,Inc.of 75 Fulton Street,New York,New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The wine Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. El The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates,the Certificate Holder must read: Collier County Board of Commissioners,3295 Tamiami Trail East, Naples,FL 34112 13. ® Thirty(30)Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance nce on all:construction.projects whet'e.it is deemed necessary.Such coverage;sliall be.endorsed to coven the interests cifGolher County as.twell-as the Contractor, Preniiirms shall be billed to the project and the Contractor shall not meldde Builders Risk premiunnsinits.project proposal or project'billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk.Managemerit Division. 4/22/19-CC Vendor's Insurance Statement • We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six(6)months from the date of award. Name of Finn Douglas N.Higgins,Inc. �j�,� Date 6/17/19 Vendor Signature (1)6 ' WAtt Print Name Kelly Wilkie,VP Insurance Agency Hylant Group,24 Frank Lloyd Wright Dr.,P.O. Box 541.Suite J4100,Ann Arbor,MI 48106 Agent Name Karen Collins Telephone Number 734-741-0044 \0 / ® DATE(MM/DD/YYYY) -`� .- CERTIFICATE OF LIABILITY INSURANCE 3/26/2019 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS•WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). PRODUCER CONTACT NAME: Hylant Group Inc-Ann Arbor PHONE 734-741-0044 FAX No);734-741-1850 24 Frank Lloyd Wright Dr J4100 E-MAILo.Exn: Ann Arbor MI 48105 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Continental Insurance Company 35289 INSURED HIGGI-5 INSURER B:Continental Casualty Company 20443 Douglas N.Higgins, Inc. 3390 Travis Pointe,Suite A INSURER c:Greenwich Insurance Company 22322 Ann Arbor MI 48108 INSURER D.:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:221910537 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY.REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILSR ATYPE OF INSURANCE it so SUER POLICY NUMBER (MMIDDYI EFF (MMIDD/EXP LIMITS LTR )NSD WVD A X COMMERCIAL GENERAL LIABILITY Y U1061922047 4/1/2019 4/1/2020 EACH OCCURRENCE $1,000,000DAMAGE T X PREM SESORENTED occurrence)nce) $500,000 CLAIMS-MADE I OCCUR X Ind XCU MED EXP(Any one person) $15000 X Ind contractual PERSONAL&ADV INJURY $1,000,000 SEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I X l JEC LOCPRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY UI061922033 4/1/2019 4/1/2020 COMBINED SINGLELIMI'r $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS PROPERTY HIRED NON-OWNED (Per accident) $ AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAR X OCCUR U1061922050 4/1/2019 4/1/2020 _EACH OCCURRENCE $10,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$n $ D WORKERS COMPENSATION WC1839680 4/1/2019 4/1/2020 X STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y 1 N ANYPROPRIETOR/PARTNERIEXECUTIVEI N ( NIA E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C ProlessionaV PEC0025095 4/1/2019 4/1/2020 2,000,000 Each Claim Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101.Additional Remarks Schedule,may be attached If more space Is required) Project: Contract 14-6213 Annual Contract for Underground Utilities. Additional Insured for General Liability,as required by written contract(primary)-Board of County Commissioners,Collier County. A thirty day prior notice of any insurer Initiated cancellation for reasons other than nonpayment of premium is included or a ten day prior notice of any cancellation for nonpayment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3295 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples FL 34112 2 ( I /J� ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CAt) Co�fiev County Administrative Services Department Procurement Services DMsion FORM 9-CONFLICT OF IiNTEREST AFFIDAVIT The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules—The fine has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications,or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information—The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor/vendor must provide the following: I. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned. project;and, 2. Indicate if the information produced was obtained as a matter of public record(in the"sunshine")or through non-public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above 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. Finn: Douglas N. Higgins.jInc.. kyz,f c.�t . (,(�Signahuo and Date: 6/17/19 Print Name: Kelly Wilkie Title of Signatory: Vire President I a CollyerCom.-pity Administrative Services Department Procurement Services Division FORM 10-VENDOR DECLARATION STATEMENT 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 a contract for these goods and/or services,the vendor will not be eligible to compete,submit a proposal,be awarded,or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 17th day of June ,20 in the County of Washtenaw ,in the State of Michigan • Finn's Legal Name: Dou_las N.Hi::ins Inc. Address: 4485 Enterprise Ave. City,State,Zip Code: Naples,FL 34104 Florida Certificate of 83 66 --- Authority Document Number Federal Tax 38-1807765 identification Number *CCR#or CAGE Code OVD82 *Only if Grant Funded Telephone: 239-774-3130 Signature by: A a. t (Typed and written) Kell Wilk Title: Vice President Additional Contact Information Send payments to: ' (required if different from Company name used as payee above) Contact name: Daniel Higgins Title: Vice President Address: , 390 Travis Pointe Rd..Ste. A City,State,ZIP Ann Arbor,MI 48108 Telephone: 734-996-9500 Email: DanH@dnhiggins.com Office servicing Collier 4485 Enterprise Ave.,Naples,FL 34104 County to place orders (required if different from above) Contact name: Mike Lobello Title: Regional Manager Address: 4485 Enterprise Ave. City,State,ZIP Naples,FL 34104 Telephone: 239-774-3130 Email: MikeT,Odnhiggins.com Secondary Contact for this Ken Fritz,Operations Mgr. Solicitation: Email: KenF@dnhiggins.com Phone: 239-253-3522 C:�O d:;O ier County Administrate Services Deparanent Procurement Services Division FORM 11-IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed,notarized by an authorized principal of the firm and submitted with forma] solicitation submittals. Further, Vendors are required to enroll in the E-Verily program,and provide acceptable evidence of their enrollment,at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed.E Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the >r Verify program may deem the Vendor's proposal as non- responsive. on- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verify),operated by the.Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Douglas N. Higgins,Inc. Print Name Kelly Wilkie Title Vice President Signature i'#et L,i Vl�t �-l Date 6/17/19 J State of Michigan County of Washtenaw The signee of these Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. Commission No.: Notary Publ'�� • DAVID J.WILKIE Notary Public,Michigan County of Washtenaw My Comm.Expires 05/20/2024 CAt3 olLTe'v(201 rYdt;}' Adnintstetive Services Department Rriceisnrent Services Division FORM 12-VI?N DOR SUBSTITUTE W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5)requires that the county notify you in writing of the reason for collecting this information,which will be used for no other purpose than herein stated. • Please complete all information that applies to your business and return with your quote or proposal. 1. General information(provide all information) Taxpayer Name Douglas N. Higgins,Inc. (as shown on income tax return) Business Name(if different from taxpayer name) Address3390 Travis Pointe Rd.,St . A City Ann Arbor State Michigan Zip 48108 Telephone 734-996-9500 Email DanH0dnhiggins.com Order Information(Must be filled out) Remit l Payment Information(Must be filled out) Address Address®4485 Enterprise.Ave. City Naples State FL Zip 34104 _ City Naples State FL Zip 34104 Email MikeLCadnhiggins,coln Email MikeLndnhiggins.com 2. Company Status(check only one) Individual/Sole Proprietor X Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC C Enter the tax classification 501 (c)3) • (D=Disregarded Entity,C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 38-1807765 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award). 4. Sign and Date Form:Certification: Under penalties of pedury, I certify that the information shown on this form is correct to my knowledge. Signature , Date ALIAZ a . i��t� 6/17/19 — Title Phone Number Vice President 734-996-9500 CAO FORM 13-BIDDERS CHECKLIST IMPORTANT: Please read carefully,sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed, 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings,descriptive literature,etc.have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed in Bidsync: 1. Construction bid instructions.form 2. Construction services agreement 3. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: 1. Bid Form(Form 1) 10. Vendor Declaration Statement(Foran.10) 2. Contractors Key Personnel(Form 2) 11. Immigration Law Affidavit Certification 3. Material Manufacturers(Form 3) (Form 11) 4. List of Major Subcontractors(Form 4) 12. Vendor Substitute W-9(Form 12) 5. Statement of Experience(Form 5) 13. Bidders Checklist(Form 13-this form) 6. Trench Safety Act(Form 6) 14. Business tax Receipt(Collier County 7. Bid Bond Form(Form 7) Businesses Only) 8. Insurance and Bonding Requirements(Form 8) 15. Signed Grants Provisions Package(if 9. Conflict of Interest Affidavit(Form 9) applicable 9. Copies of required information have been attached 1. Company's E-Verity profile page or memorandum of understanding 2. Certificate of Authority to Conduct Business in State of Florida 3. Any required professional licenses-valid and cunent (ie:General Contractors license,Underground Utility and Excavation,Builders, Trade Contractors,etc., as applicable,requested and/or required.) 10. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time,otherwise the Bid cannot be considered. Douglas N. Higgins, Inc. Bidder Name a IIJJ-kiL.VP 6/17/19 Si na re&Title Date • CAO EVeriFy Company ID Number: 364882 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer Douglas N.Higgins,Inc. R Suzanne Hawker Name(Please Type or Print) Title Electronically Signed 10)1512010 Signature Date Department of Homeland Security—Verification Division USCIS Verification Division Name(Please Type or Print) Title Electronically Signed 10/15/2010 Signature Date Information Required for the E-Verify Program Information relating to your Company: Company Name:Douglas N.Higgins,Inc. Company Facility Address:3390 Travis Pointe Rd. Ste.A Ann Arbor,Ml 48108 Company Alternate Address: County or Parish: WASHTENAW Employer Identification Number: 381807765 Page 12 of 13 I E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify E_verify Company ID Number: 364882 North American Industry Classification Systems Code: 237 Administrator Number of Employees: 20 to 99 Number of Sites Verified 4 for: Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: • MICHIGAN 1 site(s) • FLORIDA 3 site(s) Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Kelly A Wilkie Telephone Number: (734)996-9500 Fax Number: (734)996-8480 E-mail Address: krvilkie2000@yahoo.com Name: R Suzanne Hawker Telephone Number: (734)996-9500 Fax Number: (734)996-8480 E-mail Address: rshawker@yahoo.com Page 13 of 131E-Verify MOU for Employer Revision Date 09/01/09 www.dhs.gov1E-Verify CAO `;-, L,,, zu E cco w -O U w rin I 0 Q H vi wvi Z — r Z l7 r , Q ®q w� �;, 4G1. II, �; 1,�r' ,. I �,..ON N c o u Z V7 Q r. 2+ �Q to N o U ® , ?, ', ' I'OS1 '111 , z:uj —r pU 1�`� o •-,, _77 u_ ,I =-h t7 4 J ® a! .>61, 1 ra k � ' cZ, -' �, ' I__ >. a0i a' —� r f ii11 I T w I , ' 111 E - %..., I� �_ 104 H! Qf ,„.lin tZr wlk!l 111 cJi,>'L Q ' �Gg�� I:; ' 'C O `W ci ..,0 , 0 0: 0 Q I P . `�%�1 i�e 'Z- 1'•0 ° 4-1 f Z�4 �',�il(I Ii ,.riw 0_�, _t)Vk tI' y "� Z al � S- Z c!? �i l Z , `° I— Z I �4'�, � � ,I ,aZ �, F- �, V) 0 }- I I�- I ,�' „rl0M 1 Q r Z : 111 0 4- X > 1CI3. 0 co U�� U7� J,J C LL. D . 1 O_1 00( III' �1 f� i II 1 r _ w ro .N ® 4� r! :._. �..-L'=T_�"-}'_ - I +J O I. I' Z > 1 Q aiN V) c ce > 0 w a ' o U IO o ce U Q v. u W g : .i tr. ` fy . 11. g��¢ '°14} -'I ,5 7 se Saha m -: iI air `■-i'v9,Q' _ 8 .,,,.':--,i, r :s=,-41 1:7YYT VAS i .' h l `'g`,s— ,tit 0 • ..0 • • • • • • • • • • 4.Sr? , • . • ' e 414 MI! 7:72, . • • OW0'. Vt's: • : • :•;1,7t*,•-• • '‘• ?"1.• BUSINESS TAX NUMBER: • 000464. COLLIER COUNTY BUSINESS TAX - 28 N R EV !I1LES FLORIDA 34104 (239)252 477 . • VISIT OlartE LOVE lutfAylotherta..com .", tig41:••••iT' •c;-.0 014 f---E; • '•'••47V,j4IN' 11; Elpf•apiRt4ggptEAVIEARISPi 2019 __ REC , • • , . . , DISPLAY F.,pLAa OF 0,,U_SIN,E_,S_Sf,OR ;...•••• r ",‘; • • "• 1";7: 4441*.f.4`s“' :CT 1-6 IS drat CitiTIVAY— T Q efi LA, , , • • 0 e N'rgIPOPEA,-4 . • ikobviNiNtrkiAL.E4--t4n4ca--z • '.,401N :••• • • ••:SCISIRESS;1*IONE:.7.74,31W 7=-1-s•W' '2!-' • 3• b CY:TGL GGIN S7 1 ' , ' STATE OR.COUNTY CP Q00018 , . ." .Corpgrt • , • , • • 1466.1.-4s8,4i1E126. •.;i't<11:i • : 1-4-*O• 1=-4 • • ;•,4t1. -4?:• •-•,.;4„;,-,,-„w • . • • - ..,irP•3,••:. . • t• . . 7a pi vv.* 1-=A . • I ,I •• -34,--rAt-itNinklf-EFuNDABLEY'n:r 0LAstrFj .410N:. . 1 • 01.1612018...•-• . • ._- business tex only T1Is is not 6ejitioaLion that licen tiL; - ii RECEIP1 5O2-1 tY1 8I4 LAs.:44bpo . no"r does: mpt thelicenee frc_mi anypter taxo_spr inayvb,_e florida State Department of State I certify from the records of this office that DOUGLAS N. HIGGINS INC. is a Michigan corporation authorized to transact business in the State of Florida, qualified on August 1, 1973. The document number of this corporation is 830666. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 7, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital,this the Seventh day of January, 2019 iiii,A,., , ,e.;; _:,...! .71,, 'r .A(i;.*44,... .„. , 16" 044a1A , .7 .4„0:,_ Secretary of State • Tracking Number:9414898883CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su n biz.org/Filings/CertificateOfStatus/CertificateAu th entication C:t0 „,___) J«-..' -- Vis'.^ V. Florida Department if Transportation RICK SCOTT 605 Suwannee Street MIItEDEW' GOVERNOR Tallahassee, FL 32399-0450 SECRETARY September 14, 2018 DOUGLAS N. HIGGINS, INC. 3390 TRAVIS POINTE ROAD ANN ARBOR, MICHIGAN 49108 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of ;pork indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 9/30/2019. However, the new application is due 7/31/2019. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: • HTTPS://fdotwpl.dot.state.fl.us/ContractorPreoualification/ Once logged in, select 'View” for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, GRADING, MINOR BRIDGES, R&R MINOR BRIDGES, UNDERGROUND UTILITIES, WATER MAINS, SANITARY LINES, FORCE MAINS, SEWER LINES, PUMP STATIONS. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work recruested. Ail prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above, , Sin,:-rely, ...7471:7-7 Wit. -X' . A_b,n .kAty,, if.tct rr:r :Pttrzict;i :i 1,Lfti:?tri,t_LC•Ct Office 3A:cj www.fdot.go' ICAC) Detail by Entity Name Page 1 of 3 FlonfiaDepartnent f Sate Demartment ofltate / Division of Corporations / Search Records / Detaa By Document Number/ Detail by Entity Name Foreign Profit Corporation DOUGLAS N. HIGGINS INC. Filing Information Document Number 830666 FEI/EIN Number 38-1807765 Date Filed 08/01/1973 State MI Status ACTIVE Principal Address 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Changed:01/25/2000 Mailing Address 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Changed:01/25/2000 Registered Agent Name&Address CF REGISTERED AGENT,INC. 100 S.Ashley Drive Suite 400 Tampa, FL 33602 Name Changed:02/08/2016 Address Changed: 03/09/2016 Officer/Director Detail Name&Address Title Asst.Secretary Ludwig,Tamara J 4465 Enterprise Avenue Naples, FL 34104 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 10/31/2019 Detail by Entity Name Page 2 of 3 Title PD HIGGINS, DOUGLAS N 3390 TRAVIS POINTE RD.,SUITE A ANN ARBOR, MI 48108 Title VP, Executive Secretary,Treasurer WILKIE,KELLY A 3390 TRAVIS POINTE RD SUITE#A ANN ARBOR, MI 48108 Title VP HIGGINS, DANIEL N 3390 TRAVIS POINTE RD.SUITE A ANN ARBOR, MI 48108 Title Secretary Wilkie,David J 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Title Vice-President DeLuca, Matthew T 5355 McIntosh Road Suite E Sarasota,FL 34233 Annual Reports Report Year Filed Date 2018 01/08/2018 2018 04/23/2018 2019 01/07/2019 Document Images 01K4/2019--ANNUAL REPORT View:mage in POE format 0,4/23/2018--AMENDED ANNUAL REPORT View:mage in PDF format 01108/2018--ANNUAL REPORT View image in F'DF format 06/29/2017--AMENDED ANNUAL REPORT View image in PDF format 01/06/2017--ANNUAL REPORT View image in PDF format 01/07/2016--ANNUAL REPORT View image in PDF format 01/07/2015--ANNUAL REPORT View image in PDF format 01/07/2014--ANNUAL REPORT View image in PDF format 07/01/2013--AMENDED ANNUAL REPORT View image in PDF format 01/08/2013--ANNUAL REPORT View image in PDF format 01/17/2012--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 10/31/2019 Detail by Entity Name Page 3 of 3 02/10/2011--ANNUAL REPORT View image in PDF format 01/04/2010--ANNUAL REPORT View image in P00 format 01/20/2009—ANNUAL REPORT View:mage in PDF format 01/07/2008--ANNUAL REPORT View image in PDF format 01/17/2007—ANNUAL REPORT View image in PDF format 01/17/2006—ANNUAL.REPORT View image in PDF format 01/19/2005--ANNUAL.REPORT View image in PDF format 02/02/2004--ANNUAL REPORT View image in PDF format 022772,p.05..-Req.,Agent-Qhange View image in PDF format 01/17/2003--ANNUAL REPORT View image in PDF format 02/04/2002—ANNUAL REPORT View image in 000 format 01/22/2001—ANNUAL REPORT View image in PDF format 01/25/2000—ANNUAL REPORT View image in PDF format 02/22/1999—ANNUAL REPORT View image in PDF format 01/26/1998--ANNUAL REPORT View image in PDF format Q2I03!'59?__=ANNl1AL,_REPORT View image in PDF format 01/20/1996—ANNUAL REPORT View image in PDF format 01/25/1995—ANNUAL REPORT View image in PDF format ..-..-c r;opil Lir t:c of Stare,u:ar:n et C. r.o:Cion hap://search.sun biz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 10/31/2019 EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Ken Fritz Construction Superintendent Michael Lobello Project Manager 10 Construction Services Agreement:Revised 072118 EXHIBIT B-1: PUBLIC PAYMENT BOND #19-7612 Bond No. Contract No. 19-7612 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. , as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza, Hartford, CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County Florida as Obligee in the sum of Five million three hundred fifty seven thousand five hundred dollars and no cents($ 5,357,500.00 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. ,��n [ WHEREAS, Principal has entered into a contract dated as of the(O day of C�M�Pr 20 (q with Obligee for 96th Avenue North Public Utilities Renewal Project ITB 19-7612 in Collier County,Florida accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 19th day of November 2019 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. 11 Construction Services Agreement:Revised 072118 is Signed, sealed and delivered in the presence of: PRINCIPAL _ Douglas N. Higgins,Inc. eA41 "(/ BY: IyLti /�� YY,e�a, 4 0 • y _, Witnesses as to P cipal NAME: K A.Will ITS: Vice-Presid- STATE OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 19th day of November 2019 by Kelly A.Wilkie as Vice-President of Douglas N. Higgins, Inc. a Michigan corporation, on behalf of the corporation. He/she is personally known to me OR has produced personally known as identification and did (did not) take an oath. My Commission Expires: 05/20/2024 . (Signatu of Notary) DAVID J.WILKIE NAME: David J.Wilkie Notary Public,Michigan (Legibly Printed) County of Washtenaw My Comm.Expires 05/20/2024 (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: N/A ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) Hartford Pla7a Hartford,CT 06115 (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 12 Construction Services Agreement:Revised 072118 OR 1, Hartford Accident and Indemnity Company • , _ A . / s A prney in Fact W T4-121, 6 . 04b � � (Attach Power of Attorney) De-C()._ (l . N 4 b Lisa M. Wilmot, Attorney-in-Fact Witnesses (Printed Name) Hartford Accident and Indemnity Company Hartford Plaza Hartford, CT 06115 (Business Address) 860 547-5000 (Telephone Number) STATE OF Michigan COUNTY OF enawee acting in Washtenaw The foregoing instrument was acknowledged before me this 19thday of November 20 19 , by Lisa M. Wilmot as Attorney-in-Fact of Hartford Accident and Indemnity CompanySurety, on behalf of Surety. He/She is personally known to me OR has produced N/A as identification and who did (did not) take an oath. My Commission Expires: (Signat c� Name: (Legibly ted) (AFFIX OFFICIAL SEAL) Notary Public, State of: Michigan Commission No.: N/A •I :,tr, •�� wttttltVit 13 Construction Services Agreement:Revised 072118 (' \. EXHIBIT B-2: PUBLIC PERFORMANCE BOND #19-7612 Bond No. 35BCSHX4661 Contract No. #19-7612 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. , as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza, Hartford,CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL _, as Obligee in the sum of Five million three hundred fifty seven thousand five hundred dollars and no cents ($ 5,357,500.00 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the le day of Dtcimbr 20 I , with Obligee for 96th Avenue North Public Utilities Renewal Project ITB 19-7612 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys'fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. 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 19th day of November , 2019 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 14 Construction Services Agreement:Revised 072118 Signed, sealed and delivered in the resence of: PRINCIPALfr Douglas N. Higgins, Inc. I �i" BY: O. l,�•lJ�-t" t Witnesses aS t0 Kelly A.Wilkie NAME: ITS: Vice-President STATE OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 19th day of November , 2019 by Kelly A.Wilkie , as Vice-President of Douglas N.Higgins. Inc. a , Michigan corporation, on behalf of the corporation. He/she is personally known to me OR has produced personally known as identification and did (did not) take an oath. /,� , My Commission Expires: 05/20/2024 (4,--(�"G� (Signatu e DAVID J.WILKIE Notary Public,Michigan Name: David J. Wilkie County of Washtenaw (Legibly Printed) My Comm.Expires 05/20/2024 (AFFIX OFFICIAL SEAL) Notary Public, State of: Michigan Commission No.: NSA 15 Construction Services Agreement:Revised 072118 ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) Hartford Plaza Hartford, CT 06115 (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) _514_ _ - As- Attorney in Fact �--� (Attach Power of Attorney) .lJ Lisa M. Wilmot Witnesses (Printed Name) 24 Frank Lloyd Wright Drive, Suite J4100 Ann Arbor, MI 48,105 (Business Address) 734-662-1154 (Telephone Number) STATE OF Michigan COUNTY OF •., .• • • •. . ..aw The foregoing instrument was acknowledged before me this 19thday of November , 20 19 , by Lisa M Wilmot , as Attorney-in-Fact of Hartford Accident and Indemnity Company a Hartford. CT S urety, 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: Q_ . (3Qy�J * �a,N (Signatur /� Name: Ci € l A • C o �� M (Legibly d) (AFFIX OFFICIAL SEAL) Notary Public, State of: Michigan Commission No.: N/A 16 Construction Services Agreement:Revised 072118 (T 2 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND,T-12 One Hartford Plaza Hartford,Connecticut 06155 Bond.Claims(c�sthehartford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: HYLANT GROUP INC/ANN ARBOR Agency Code: 35-350851 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Susan E. Hurd, Vicki S. Duncan, Terri Mahakian, Monica M. Mills, Kristie A. Pudvan, Joel E. Speckman, Lisa M. Wilmot of ANN ARBOR, Michigan their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. fTrrrw 0s11'wrr , �,� .e.1s of t ',,: 11rwn"`� o 1 t ::.ca• guts.: a t0*�' ti/ uoa t..' 3 a lTir 3 H 1687 E s 't V tE . 'ts: t "„ ,�'.� w;1..3aii.�1 1��oarit.tv�,� � °�st46► . 1g70 6 t :Ivztity9�-e _4`/, I R9 * 1 L= =J`.J ,ll'?!, �. JJ'..�_..}+;t'I U . T •,'''.,„+ii 11„",;,s **.W t:JIl.: , /174. 0 i ...:-..+'� fes. John Gray,Assistant Secretary M. Ross Fisher,Senior Vice President STATE OF CONNECTICUT s;, Hartford COUNTY OF HARTFORD On this 5th day of January,2018, before me personally came M. Ross Fisher,to me known,who being by me duly sworn,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. "11� R • Kathleen 1.Maynard Notary Public CERTIFICATE My Commission Expires July 31,2021 I,the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of (� , a �O Signed and sealed at the City of Hartford. "U�z' -fit;' ( Trt#w A.:_, tars, Ice,t, °.. alb ,,r �6 j°.- '2.:.;-%4e�� " ite i ,ILEI 1e eti i a *00 r'1. r +',- 7+e.r �Q! ..'1�I� 4 1667 M . $? R _ 4•+'._,F. �t+ �i . , !,.\1+.r EtM1v1. i %rNM� . T .`.v;�02 i t $ y \ -�* # y7CIs' p -'1‘4” 4t, �,'; r e r a 7 r4: /449 �, . A !o V `i 1111915 �.,,,, ''',:f_176::.;) ., / d` Kevin Heckman,Assistant Vice President PCM 200 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, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 Construction Services Agreement:Revised 072118 Should at any time the Contractor not maintain the insurance coverage(s) 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 coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(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 corn pletion 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 C'A(1 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 https://apps.fldfs.com/bocexempt/ 2. ❑ Employer's Liability $ single limit per occurrence 3. ❑ Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $ 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/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 5. ❑Automobile Liability $ Each Occurrence; Bodily Injury&Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than$5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim &in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 19 Construction Services Agreement:Revised 072118 iC'AO ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors &Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders'surplus,all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ❑ Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 10. ❑ Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 11. ❑ The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ❑ Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Consultant Signature Print Name Insurance Agency Agent Name Telephone Number 20 Construction Services Agreement:Revised 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 [monthly/final] Application for Payment No. CONTRACTOR BY: Witness ITS: President DATE: Witness [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: 21 Construction Services Agreement:Revised 072118 / `., ' EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER) or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: Project No. County's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name& Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @10% $ Retainage @ 10%through [Insert $ through [Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens,claims,security interests and encumbrances(except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner's Project Manager Name: Signature: Date: 22 Construction Services Agreement:Revised 072118CA 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 COMPLETED COMPLETE TO FINISH RETAINAGE RETAINAGE RETAINAGE PREVIOUSAPPUCATIONS THIS &STORED (reduced rate) WTHHELD THRU DATE SINCE DATE PERIOD TO DATE TOTALS *Explanation for the two columns under Previous Applications:The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue co 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 CA 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 f Construction Services Agreement:Revised 072118 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccspOl/SiteDirectory/ASD/Purchasing/Forms1/Forms/Default.aspx Change Order Form Contract#: Change#: Purchase Order#: Project*: Contractor!Firm Name: Project Name: Pr act Manager Name Department: Oigin,a1ContractiNork Cr dre Amount Cr ig Mal BCC Approval Dale;Agenda Item 4 Current BCC Approved Amount Last BCC Approval Date;Agenda Item# Current ContracteW ork Order Amount SAP Contract Expiration Data(Mester) Dollar Amount of the Change #13 IWO! Total Change from Cr igi nal Amount Revised C ontract°01 ork Order Total 5 0,00 AolV,e0! Change frorriCurrent BCC Approved Amount Cumulative Changes 5 0.00 IVIO! Ch ang e from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Prone-el Original Last Approved Revised Date Date Completion Date Date analge, #of Days Added Select Tasks ID Add new ta sk(s) 0 Delete task(s) ID Change task(s) CI Other(sea ted,v) Provide a response to the folio wing:1.1{fetal led and specific explartationlratio nate of the requested change(s)to the taskiel and or the add itionet days added(if requested);2.)why this change was not included in the original contrantand,3.)describe the impact if this change is not processed. Attack additional information from the Design Profes.s Oral ardor CoMractor if needed. • Prepared by: Dale: (Project Manager Name and Department) ceptance f9is Charge°Marshall con stitye a modification to contract!work orde.sidentified above and will best bject to ail I he same Icons and donde ions as contained in Ore contract i work order indicated above,as fully as rf the same were stals.d in I is seditartice. The adjustment if any.to the Contract sit all coral itme.a full and final sett lament of any and all claims of the Contactor Vendor!ConsultantI Design Profess lonal arising out of or related to the C'harkge set forth herein,including:claims for impact ar,d delay cost Accepted by: Date: (Contractor I Vendor.,Corzutiam I Des grr Prof- strial and Name of Firm,if pro*tapplicable) Approved by: Date: (Design Professional and Nam e of Firm,if project applicable) Approved by: Dale: (Procurement Professional r: pa%as T3: ":_la cuacurs E:13- 25 Construction Services Agreement:Revised 072118 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 26 Construction Services Agreement:Revised 072118 RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 27 Construction Services Agreement:Revised 072118 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: PO No.: Date: Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Title) By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name&Title) 28 Construction Services Agreement:Revised 072118 EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and instal led 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 ri f} 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the"Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 30 Construction Services Agreement:Revised 072118 CA limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 31 Construction Services Agreement:Revised 072118 ci() 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 11;1 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 riot discovered by the Design Professional or Project Manager at the time of final inspection. 33 Construction Services Agreement:Revised 072118 (;its, 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 1F record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contr act 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 C'qt) (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 for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work 37 Construction Services Agreement:Revised 072118 r_ Directive. 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 pend ency of any Claim. 38 Construction Services Agreement:Revised 072118 SAO 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant 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 Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirem ent for the affidavit is waived by the Board of County Commissioners Contractors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's I Contractor's proposal may be deemed non- responsive. 40 Construction Services Agreement:Revised 072118 Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.qov/E-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 seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 41 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 . 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete.Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager 43 — , Construction Services Agreement:Revised 072118 �t'� shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 44 Construction Services Agreement:Revised 072118 ~\ 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential 45 Construction Services Agreement:Revised 072118 costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall 46 Construction Services Agreement:Revised 072118 CAO include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-1 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 'Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 47 Construction Services Agreement:Revised 072118 iC0(: 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Docum ents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless 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 Construction Services Agreement:Revised 072118 CAO Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the corn mencement 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 49 Construction Services Agreement:Revised 072118 CAO Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of 50 Construction Services Agreement:Revised 072118 /� ti the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses.All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of 51 Construction Services Agreement:Revised 072118 ') 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 Th 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be 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 CAL) 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-FMOPS(a�colliergov.net)whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A"project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 54 Construction Services Agreement:Revised 072118 ��l 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 Construction Services Agreement:Revised 072118 �� EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 56 Construction Services Agreement:Revised 072118 EXHIBIT I.A GRANT CONTRACT PROVISIONS FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION CSFA 37.039 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1)The contractor(including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. GCP - 1 EXHIBIT I.A GRANT CONTRACT PROVISIONS STATE GRANT PROVISIONS 1. Compliance with Law: The contractor shall comply with all applicable federal, state and local rules and regulations in providing services to the County.The contractor acknowledges that this requirement includes, but is not limited to, compliance with all applicable federal, state and local health and safety rules and regulations. 2. Conflict of Interest:This Contract/Work Order is subject to chapter 112, F.S.The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor's company or its affiliates. 3. Discrimination: No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this contract. 4. Diversity: All contracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification.These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at(850) 487-0915. 5. Discriminatory Vendor List: In accordance with Section 287.134, Florida Statutes,an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair 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, and may not transact business with any public entity. 6. Equal Employment Opportunity: No person on the ground of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of, otherwise subjected to discrimination. 7. Indemnification: Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of the any contract. 8. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. 9. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. 10. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. 11. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. GCP - 2 EXHIBIT LA GRANT CONTRACT PROVISIONS 12. Local Vendor Preference: Pursuant to Section 255.0991, F.S.local vendor preference is not applicable 13. Record Keeping: In the event any work is subcontracted, the Contractor shall maintain and allow access to such records for audit purposes. 14. Record Retention —A.: The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, the State, or its authorized representatives access to such records for audit purposes upon request. 15. Section 274A(e) of the Immigration and Nationality Act: The employment of unauthorized aliens by any Contractor/Subcontractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. GCP- 3 i f EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE GCA-2. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA-3. Certification regarding Lobbying GCA-4. Conflict of Interest GCA-5. Anticipated DBE, M/WBE or VETERAN Participation Statement GCA-6. Opportunity List for Commodities and Contractual Services and Professional Consultant Services GCA-7. Acknowledgement of Grant Terms and Conditions CAU EXI MUT 1.1B GRANT CERTIFICATIONS AND ASSURANCU COLLIER COUNTY Certification Regardink Itehurnient,Suspension,find 0 thcr Responsibility Mat tors Primary Covered Transactions (I) The prospective primary participant certifies 10 the best of its knowledge and belief,that it and.its principals: (a) Arc not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; ib) Have not within a three-year period preceding this proposal beer convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of cmbenlement,theft, forgay, bribery; falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not present:y indicted for or otherwise. criminally or civilly charged by a governmental entity (Federal,Slate or local) with commission of any of the offenses Ltnumerated in paragraph (1)(4)of this certification;and (d) Have not within a three-year period preceding this application/proposal had one or mart public transactions(Federal,State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal, Kelll 1ymg North Public UttlilleiRentwal Name Project Name V ice President Title Project Number Douzias N.Higgins,Inc. 38-1407765 Firm Tax ID Number 01-722-2.1.83 _ DUNS Number 44 85 Enterprise Ave.,Naples, H.34104 Street Address,City,State.Zip Signature. GCA-2 icAr) EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Cert Meat ion Regarding Lobbying i'ho.undersigned Kelly (Vendor/Co(tactor)cer(ifies, to the best of his or her knowledge and belief,that: (1)No State appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person or influencing or attempting to influence an officer or employee of un agency,a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agencyin connection with the awarding or any Stele eontrrd, the making of any State giant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation,. renewal, amendment, or modification of any State contract,grant.loan,or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with kids received pursuing to any State nEreernent for the purpose of lobbying the Legislatare, the judicial branch, or a State agency. The purpose of lobbying includes,but is not limited to,salaries, travel expenses and per diem,the cost for advertising,including production costs; postage;entertainment;and telephone and telegraph;and association dues. The provisions of this paragraph supplement the provisions of section 1.1.062, Florida Statutes,which is incorporated by reference into this solicitation,purchase order or contract, (3) Fhe undersigned shall require that the language of this ortifiention be included in the award decuments for all subawards at all tiers(including stikontracts,sithgrants, and contracts tinder grants, loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, DILulpil\l,...Higgins,Inc. certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any. In addition, this Contractor understands and agrees that the pmvisions of 1 1,067,Florida Statutes.,apply to this cerlifie.it ion and dikvlosure,if any. Kelly Wilkie Name of Authorized Official Vice President Title 101-0 • GU-A-4"1"-' Signature of VendorlContractor's Authorized Official 6117/19C) Date OCA-3 EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COWER COUNTY Conflict of Interest Certification 19-7612 Collier County Solicitation No, Kelly Wilkie , hereby certify that to the hest army knowledge,neither nor ifly spouse, dependent child, general partner, or any organization 17;)r which I .am serving as an officer, dire"",trusteo,goneral.Pricier or employe;or any person or orwinizetiort with whom am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best ofrny knowledge that this miler will not aiffe,ix the finaticial interests W-any member of my household. Also,to the best of my knowledge, no member of my household; no relative with whom I have a dose relationship; no one with whom my sponse, parent or dependent child.has or seeks emploYmeni; and no organization with which I am :seeking a business relationship nor which I now serve actively or have served within the lost year are parties or represent a piety-to the matter, I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would he affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in,or is affected at a later dale by,the conduct of this molter. • Kelly Wilkie Name Sign titre Vice President •6/17/12,, „, Position Date Priva cv Act Statement Title I of the Mies in Government Act of 1978(5 U.S.C.App.), Executive Order 12614 and 5 CFR Part 2631, Subpart 1 requite the reporting of this information,The primary use or the information en this form is for review by officials of The Justier Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made:(I)to a federal, state or local law enforcement agency if the Justice Department becomes aware-of a violation or potential violation of law or regulations;(2)to a court or party in.a court or federal administrative proceeding if the government is a party or hi order to comply with a judge-issued subpoena;(3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections;(5)to the Office of Management and Budget during legislative coordination on private relief legislation; and (0) in response to a request .for discovery or for the appearance of a witness in a judicial or administrative :proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/00VT-2 executive branch-wide Privacy Act. system of records, (JCA-4 CA 0 EY:111BIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMEfirr-, Status wl be verified UnvelitFal DahisoFyH ricquirp the PRASE to either paguk II Wised slAtemehl or preside sourco documentation hat valictinea o dams_ A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRM ttIDUMFER CONTRACT DOLLAR AMOLINT ....-- D()L111 OS N.Higgins, inc. 38-1807765 1r 3 si Sb ' I VIllf PAII.IF A II.ORIDAETRI111111 ORAOVAINTAGto VETERAN Y 64) 'IS TUE Agnvirt iiiiscERITRACE— ;MINORITY OR'WOW fi!AWN 55 DITTleal SCT DK? V Sip CONSTRUCTION 7 (01IfftaffWeE)OR IONE WAR DISADVANTAGaD DUVil BS SA EERTITRANDN MON THE SMALL a Ustries1 MO( V (*Li, CONSULTATION? VIM IIISTRATIOTEr A 5t(*MEE:4%13E03 VETERAN! VIBE? Y OTHER? (p) SI%RA? Y 15 TIES SU P12SSION A REVISION? V Citi) 1.r YES,REVISfOIJ NUMBER B. 1r PRIME HAS SUBCONtRACI'OR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT sECLION opt" EA/wDE SUBCOUNACTOR OD SuPPI lin TYPE Or NORF.DR POLITY ccnE suaisuppLIER PERCENT ODNTRACT LIETERAN NAME. SPECIALTY (see IIPSAVTI OtIliAll AlACIWIT 0 GUARS 01 -1(kr6ii,11.444:'IL 0 U48‘ .116 v,,Lcr dfc AtM 1A q, - CZ13 1C '15. -1" - itA 1:5s". oco t• 6.5' Torms-, C. SECTION TO HE COMPLETED ale PRIME VENDOR/CONTRACTOR UWE OF 51181.1111t11 OATS 1111 E OF%WIWI"TER Kelly Wilkie 6/17119 Vice Pre5i.dent _ EMAIL ADDRESS OF PRIME'(SLIAMIT 1E14 TEEEPtIONE tIONIDEn FAX PRI MDER kwilkie2000rAdnhiggins.coin 734-996-9500 734,996.8480 PiOTE.This initinuativo Dused to track and tCpt.In antideatod ORE or VISE participation in federally.rundedrontrom.'The anticipated ODE or MBE amount Is voiuntary and II not become part of the contractual Terms. This form moo Do subroltTed at time cid rexpenie to a solicitation,trod et hen ariaNied A CDual csaaraci,the prtmesttel to asked to update the information for the grant consploince-RIes. Email.? cool, alai*Arntdran OA Ns.ink American IA SEFInto ArnIEICAA SUIRVELL Asian Anwian SAA 1111111111MICEEEKIEZEIME21.11111 Nori;m7notir women NOW other:!tot of*lyncher croup listed o D.SECTION TO BE COMPLETED BY COLLIER COUNTY _ DCPARTM ENT NAME _ COMER cOhlitAcT I I leili*P PLNalib GRANT PR OGRAMAGEITRACT „ ACCEPTED DY.: DATE ,CA EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES CEILL13P E,13i;t11-1:Eit.,..va c or4,pLi SOLE f4.' )3ID OPPORTUNITY LIST FOR COMMODITIES AND COUT8ACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES a is the policy of Cogiffr County tho(tr,1ochiontorjedbUrineales dad nriirecnity Anirlors,as defipediri If;e Caie of Federal Re9orations(a71.1 or* rbrit.,:y Stotutts if S).roust have rile opportunity top inate tiocontrOccry.4hfedk•radnol/dr oore yam ryisi5ton to. . Rime contrartnr/Prime consultant. DougIas N.Higgins,Inc. ... . . . Addresa anti Phone Number A4B5_,EllittpriglA,Ke,,,14.4).1t5,-,FL 34104 - C239)774-3130 Proctirement Number/advertisement?lumber. 19-7(112 The DV btiOW O itrteflOti Et1 be a liming of firms that aro,or attempting to,participate on the project numbered above.the list tilirit include the firm 11'36tling or gpotiog as ptim#,et Vali at antic mid Iiipiriets quatin Mr rankly:aim,Prime contractors arid consultants must marl&information tor Numher1 1,2,3,arid d;and,should provide am(informal ion theyhave for Numbers 6,67.and 6:110.3foinimult htt.submitted with the hid pactage 1.PederarTax ID Nu mber. 38-18(17765 6 D 8 E 8 Annual Giass Receipts '—...: 2.firm Name: Douglas N.Higgins,Inc. X PANt.DBE tem than 51 million ,..-4 5.Phone Number: L2191 774.-11311Between 5 1.3 million - r---i. 4.Addresa 44firt Pnietprise Ave Between S 3,10 rrii Pori i---. NAR1e F1,34194 7, rAticontrattor : Between 5 10.16 million Subcomiltani X More than 5 43 mit Pun — — 5.year Firm Establiaberi: ...19m „. 2.Federal Tait!D ri umbel: 65,0678751 LE 056 6,Anneal Greta ilocelPis ;....*. 2.„ firm frame; Rates Envii-n Fencing,lnc, 14om0BE ' X Leo than 51 mil 1011 ........... 3. Phone Number. (239)948-3116 Between 5 3-3 million 4, Address 3435 Oinil Di. Between 53-10 million r-- BOTlitz Sprinp,PI.34131 ..r. X utcantractol Beiween5 10,13 million Subwitsolant 1.-----frute than 5 is million 5.Vtat Finn Cstabligiett _Mt; , I..fedfr-31 rav ID tiuntar. 6,5:11323535_,_ 6. DBE a. AllEtUat-GIGS%ft EteictS 2,Firm Marne.. Pie.Co niraci o r5;\rider)Service X E Nan-DBE ' X 'LOSS Man;7,i trillion OE 84'KBE ,„ .. 3.Phone Number: (8('3)737-1774 150ween:11-3 million L--.. a.Arkicers 4412 1-15.4lowAy Meazioxv Ln : Between.5 5-30 million i-*-- Plant cily FL 33567 /. X 5sibconth0ctor Between 5 10-15 million subcormin a n, Nacre Man S15 nlif lion 5_Year inin Mabilittad: ItIRA — — - — I..ceder aI T a).ID number: 27••{)199771 6. X. Oat II Annomin toss Receipts 2.rittn fume. rt-S Irri Afton..1 nr Non-DBE Ili Lien than 6 1 million 3. Phone rilintheir (239)7.34-6.c/02 ileivreeni.1-5 nii Kiwi a Arldimms i 1 1 ',ad Si sr. , fretween5 3,-10 million Vrialer„PT A.6112 72 ...mt.,. • mtvietriS,104smillicn 5txbtafl5uJitifl JMora than 515 mi Ikn .. . 5,vebr Firm Establiohed: _...2.0s19 , ... 4111:t F::X..I-TI.nrri.BGRANTCERTIFICAT€ONS AND ASSURANCES cottco L'CtltTri^,4.471;cat-Artl,tttCE FOOM 1113'J OP'PORN flirt LIST FOR COfAMOU ILI L$AND COrTTRACT LIAL SE[(Viers AND PROFESS ICIl1ALCONSULTANT SERVICES rfisThe p litytarn:scoot".ihatditoitturrtttgsdbusirrrsrurcrtdrnviorityventius rot fists`inti;rcc:ealfeckin)rr'pu.'atiens(Cr1jt,t katr'<4t51otulos 1151,most huvte ttic ooportgnity to pr.rtfr(pate oh tfnurx,s with frderr endlcvslate Brunt rrvustrrci. taritrtr:Cutitracttxipr[rnrCora ditont; L?09}T125 Iv,fliggins Inc.. _._._..... — iddies.sand Ftw.oerVttmtrtr, 448.5 Enterprise Ave.,Natkrs,FL 34194 -(239 774-3130 Ptccvement rt turbor/r+dvedisetne at ttturrfx; I9-7612 ._. .--.. 1tnt lift b tmvffi intended to Ina dstiItQ of firms that,art(,in atiorrtytittg to,pa t'icipate on the project numhered ati8Ye.Tthetist must ind ode the frnnbidding or goating as prime,a.t wallas Salts mut supplier quoting icrparlicipatirtn,Prima rootuct«510d consultants musk prc,vndrt iniorotation fat Muntv!.ts 1,7,3,and a;and,shaurd prrr.ido any information lI lay liavo fur Num hers 5,G,7,and C.Tiiit(atm triGst bt t;Ytttl t r-1 Mill i lir.l>td pattragt �9-2583954 0.' DBE a.frrutual 0t0s Ili situ e.federal tax it)t?litltGW: __ ^ ); ""b0E tress than!,a nalhna 2.P1trnNnrraP: Q.,.�.r.C>1.L��IsuS.t�,SS�G.,W.P't.� ----, 5.Mame Number 23:442-1144Batuaen51..5tnin10a 4.asddtess _,38.0.11 t iL.LJs1R1 7 .._._..— 3C Barger;'"$.5-lo merlon B0itira$pi;;r11�,5,FT 1,4 ill /. Lubi:entracte: netv,eens 10.15tnl18on xsubcansu'tatt ~Marr than S 33 rnllliati 5,Yaarrum rstibtith1d: iOL1,40965 e t eGevat arra in amber. t #5-479257 B• DILE a. AtntuatWass 5acripis --rr 2. trrr)Namrt; ycnientivlaiittalanr 1.,CLE] nun-rive tau titan 5iDii11101 3 rboneNumber: Betrteens1,5ttttll'Ion {739)334 t7t1�.»....,, 4,Addtes5 .�,.1640 Benchmark Ave. � ^Between 5 s-tt1 m+nlon ...-Fort TvI'e1Sj FL 33905 7.) ;� ,vhroairat:uu aetvteest 310.1.5 rnilliott subcontuttant X Maethan;15 to ttoo 5,Year itrm Establiihe . .w2.Q.12 /— 1...resJerai't41IDtttamber 4;4.Z�. ai.J i 7 "7 qfG' a-';r�o,/, DIM 4.Ronda!dead Receipts 2.:rirrn fiktt* .jnbl vnn's Tree SE;,L act;..._.».., x� Neon-mc yt ssfhans i mil lien .3,Attieittttntaar: (239)947-x}724. _ �•Bet'Nea1t5.1.5 million 4.Address —P- - .1. ..:3.6-68_ } .._...—.-. ^tlutttatett55.rntui llien nS a springs,t L '14135 7 1 1,l 5utxu ttru1 tyat thetwern5 1Tt) -f.Stnilfitxr Suttcnnsultant r�telotelhatt*1.5rail'liptt 5.Year Firm K.OYanitsleetl! <R(70-ic2_._„—_._ _.............,. h J ££__ o.0 DOE tl,:AHnaral 0“1111,Prescripts 1.Fuclkf�lTatclAtlunibar; J ' . i �tc. 7Ann liafrlat GttCCi1Ct c'1 Ss - »_ Non-0 tu.33Ro 51015iton 3.Phone rtoother (239)513.t,34 ..._.. _Between$1-5 million 1.Mates ..39,2{TM!TTtitKt.Dr ,Bowen 55.10afd;iott _Naples,PI.,3411ei 7. suttc ltractit �Hetvfeta$1ff4$ntilliao ;ubcsartsuhant nfiato than$15 million 5.Year 11rnttrtahlishe'<ls <2G'0A C,S O EXHIBIT LB GRANT CERMICATIONS AND ASSURANCES rioritert colirirt`Cirir)trr coms.1N 0 r31:1 pa)OPPORTUNITY LIST FOR CON1N100 MU AND CON r ITACTUALSERVICLS AND PROFM51011AL CON5ULTAN1 susincts Er k itrri rttlicy id Carer aunty rho r rtiruirvcorrognil brilineMrruid regrtatifyirnekr.l.Os d"find in Ike rale of nittilarAggokrfaNIc rtnt3 Or 1 Minn.!.si,,..dvi....1/Fs).4 mut trove rho rionnethoiry toparrkinrrte on coorrottssvithlbrerraloorVorstoro OrnOr oralitonco, Prilitl!COCUACinr/pritnn 1:111:54.111114: __DOPZ1M.t4 alit&11N,Inc _— Address owl Plwrin floodru: 44g5-EXII.C.PILICASIC,,...Napi U.S.'.r:I..14104. ( 19)778.1130,_ PlikrilIVIIIINA NUrrbrulArhtftiteitleitt Niallb,111! 151'211.1/ - - ----,--- 'Ow to below hi/trended 13 he a lthr,of firms that'are,or a ttemprinu to,1/4 6111pato on thopr njert nurubutud IdXF041.iTIV liqsrtua irtio1o,-slit 111111 blrldinit or liwiting as prime.,rtt well al r:ohs and!AMA%clouting fur paderpatio;I.Mini contractnis ailit nort$Aint3 Iraq pnWitift illEarrnalitiel 1o1 murnhe/3 3,a nd 4;and,should pi Nide way inf.cx malion they have hir re r OntWo 5,6,7,rind xt.1111,1 roan trust he sularitred wtdt the biri mirage. 1,rederal lax n't Number; q:), tsrivEl IL 'ODE IS.:Amoral tr»»$iirslivis 2,Min Name: —Y.E.0(UIS/11f inp,SITIVIR P1., __& rim OK ,.......,isr.sitt.-411 S 3 mItGon 1.Piumultkfilititr. -(2,9]-62=1--- _.rieryteen$1-5 iniblmi 4.toliblar 5931 C owl!ry Lakos Dr. fiatAkttei$S.14)million Frill Allyiertz,PT 3 V)OA 7. Subcontratthr 5tfiweerl 1(1-15 million Sukonsolranr, Mare tbri 5 35111411in n ........- S.Yearn/T/1E11'611046! 1...redtral Ism amiltsbst: .147:1 11 0 i 3..‘,2,, 0. our 3.Annual muss Aectioll g.lion thrum. ___TinthrE.Caneriqr(illi x.St 11060.= ____..i.o.s!5 Mani$3 minion _.....lietyfuerl$1-li rug $,Phonetiniober. (239)26722.766 ., ._..._ km 4.ArlitT1i 16900 Qator jb.1 bermeen$5•10 million Myer.5,Fr.33917 7. X Subcontractor ,........4berrroun$tb-3.5 million Subcoocultant Motu tba,$i5 million .. A.tstitetai Tax A/No*11er 6; (')- ) i 11 Lk 0, DA ti 8,,nnoiml Omni tiN'tipin ........ --,, ...- 2.firm room: rron-Cinz Ajay Paving Industries.rat:Fla ,..21., _1..w.s,shim SI maw, 1,Plane Number: —1.9.11, ---..,.- Oturreon$IA mill --. 4,Addrem 01.1,0-AiLut.ilt — 44tYlog:1 S540 million li..}ten ice.FT 14175 7. XSubcontrarlor _ __..tretvrorin$lu-15 million !arc:wool:Jet Mu eg lbw)$)5 rodlln It .....--. .— 1.1L'7 5 Yoor rign established: ........ _ 3,retie:rid nur rn t Iticell et: el-I1/411) -7:21_ 11.7.. Otrk L*will cow,treueirru — 2.rum Nano: SQB.:1„Y_IPWCTS..I rtc.: - — tiowor ,........tes/than 5 i MIlinn 5.Mime ttaild,...r. (239)267-3344. _ ,........Behl...,$141 million 4..Aridittr 2190 Andrea i AI —....110Vredi$,5-1.0 milker NI t Myelia33,9)2 7. Subcontractor _..autsleetts10.3.5to1nkre Subants/drant MO re than$15 ninon .5.Yea Firm estatiltshad: i'11; C..'t 0 ... ' fX.I-I;IBrr 1 I GRANT CERTIFICATIONS AND ASStJRANUS couith uUurirr tltboaCCMPtJA74CE1't7ALI °to POIITU'IITYLIST TOR COM NIOD4I1ESAND COMMCUJM.l.s>rcvtcrs AND PRt'l1zESSICFIALCONSULTANT SERVICES iti3f5iteplyr4CatkrChatty that Mod Vnnin,7ercflmiinel3stlMr!rniiirehyvim deft pis ti nce/itIrki?1150.rhfrefute etaturrttions fr:7n)rf Florda stawresIl J,must hove the.9Einwninil le Parliejlow on terme.tswith jedr,nln,N.fjtnrsrnte.Ting ttubtune Pr in teCnnttactta/Ptitmcunatitanl: )111..1gt.a.sN..•_HJ.>gini.,_lllc,___..... •.•...._............_..,.._ Add,e5s•andPlume 1etNiJl}rr _._1.1.8.5,Yd1.ierpriig.AY.P.,.7 aIp.1.ca..l'L.:.41. w.(239.I,1Z.l• I.C.. :.. ertrnitt,.oserrt tJ web vr/Alh+2rti9ernent ritntnA5: .1.9.7551.2 Mtn lilt beim.' in:errleilto he n rutin;of toms that are,nr;Armtek:it tn,pa'titirete tan theprnlat nran tfened annex.'r1sr,ilsa threat Intintlr.,the firm braftfinger qurnlnr,asIeint;aswell nssubs Bud stiffness Timing far ryrutipad;n.riimnrantrarrorsand mnsuttantsmist le wide iIdor❑teem for tknotlets 1„2,3,and a;anti,slwsddprovide anyinfurnralinn tl+eylsavkt.rut*Anisels5,!£,7,wed tt 1 ilitIHnaeI1uat Ilan sritulnti ea with Ike led Eat 1rIE II 1_federal TA%111 Norther: i 7+”' LlQ /10 fi.. rim' ft.,Annual GIASB ltCptn Z.film tlarum Preferred Materials Asphalt) ;C "00-UUak f.e.w4lrhail$1mitrinn S Phone Number: s V,9. arztveaen$IA It limn 4_ktidressfretWturl$ '113 rriltinn 5+11 Fifth�[ SM. -.-- _ -- tialakes,T 3411.7 _ _ . 7_E] S'ebeentrattor uwr eaen5II 1045Itlnn © SuLca t alitarlr ;; mniet am$is 1uC11wa _ 5.1rfirmENtels rt'ri: I11?= m 1..federal Tex 1Dtelrmhrr. ' �—CA�'al Li�'' G.� om R.llnntaatti+usv7trc+vests Z. r^umtiimir: Community A;i Avila!". Nen-DaE ,t6tantllnT':inn K_Oman hunn Number .....1786)211.8.15.51 =FrLxee Can 9,5 n21/ion 4.Adcirr I6SM}class CI Betwee91S$40 arrion _ Port ly'fytJs.Ft 1112__.__.. L +. sub...., bur+,reu,yD45 renitill [JAL__ Suhrnrsnsltsnt Mate lhsn$..15isaeon }.'friar ruin tltabtlstrrTC ...1 u — T 3.F1<tllz-a1Tax 1l3Ptum13rr: _.. ...,".,^ COO 1:4A U. rm jRcalGrtnsiltxw is 2_Fimr Name: tnau-rfnt tom than$.1 mlliinrt 1.MIMIC tturubtr_ ,aew,er:n S 1;5 tsrilNun — A.Address net'aean,51'..-Itt million 7. Sratxrrstractcar 11tenoer:$1045 million 5tuffetes uituirt Mom than$,1s ralloff a.YiFizernEstrlrinhetl: _. 1.federal lax soNnrirhm fts CAE. A.Annual t.trusstt guilds L rim tinrni .,.. hhur!-Irag. less titin$1,nti(tsw a.latrans bomber. aetviren$1-s milfinn a,Address =�flef..titerrt$51tJanon 1. aubcentracurr '551115511$3015 ndllrun stibrnastrlrmt Marathan$55milAnn `— 5.Ye ar AMA Established: CA 0 12,XHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES .---- COLUER COUNTY Acknowledgement of Terms,C'unditIons and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include In the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and nulations, and (iii) the subcontractor shell hold the Department and itlxipient harmless against all claims of whatever nature arising out of the subcontractor's perionnancc of work tinder this Agreement, to the extent allowed and requited by law. The recipient shall -document in the quarterly report the subcontractor's progress in performing its work under this agreement, For each subcontract,the Recipient shall provide a writvn statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla.Stat, Certification On behalf of ray firm,I acknowledge,and agree to perform all of the specifications and grant requirements identified in Ibis solicitation document(s). Vendor/Contractor Name rirmglasN „ Date 6112(19 Authorized Signaturehit II Address ..148UnictitriwAvg....11.aplcs,ELM111.4 Solicitation/Contract 41 to-7,51/. OCA-7 CAO Colter Cou-vtty Public Utilities EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 96TH AVENUE NORTH PUBLIC UTILITIES RENEWAL Prepared By: Ai GradyMinor 3800 Via Del Rey Bonita Springs, FL 34134 April 2019 GradyMinor Table of Contents Project Description & Schedule Project Phasing 11 Bid Schedule HI Measurement and Payment IV Special Project Provisions V Permits VI Material Pick-up Form VII Collier County Asbestos Removal Plan VIE LX Wastewater Spill Overflow Contingency Plan • Pre-Construction Assessment Form X BPP Device Meter and Backflow Change Out Procedure XI XII Road Alert Form Collier County Utilities Technical Specifications XIII XIV Drawings 96'' Avenue North Public Utility Renewal ,42 GradyMinor SECTION I PROJECT DESCRIPTION & SCHEDULE 96th Avenue North Public Utility Renewal PROJECT DESCRIPTION This project consists of the replacement of aging infrastructure along 96th Avenue North in Naples Park from Vanderbilt Drive to Tamiami Trail/US 41. The project generally consists of the following major components: • Water Infrastructure Improvements o Removal and disposal of existing 6-inch asbestos concrete water main piping and . associated appurtenances. o Installation of new 8-inch water main piping and associated appurtenances. o New fire hydrants,gate valves, and sampling points. o Installation of new water services and meter boxes and the relocation of water meters and backflow preventers as depicted in the drawings. • Wastewater Infrastructure Improvements o Removal and disposal of existing vitrified clay gravity sewer pipe, concrete manholes,and associated service laterals. o Installation of new 8-inch PVC gravity sewer pipe. o Installation of precast Reinforced Polymer Concrete manholes. o Replacement of all existing sanitary sewer service laterals. • Stormwater Infrastructure Improvements o Removal and disposal of various sized corrugated metal pipe, reinforced concrete pipe,and corrugated plastic pipe and drainage structures. o Installation of 18"HDPE perforated stormwater piping. o Installation of 24" HDPE perforated stormwater piping in a gravel water quality trench. o Installation of 18"&24"HDPE and RCP stormwater piping. o Installation of catch basins, sediment catch basins, catch basins with weird plates, junction basins, inline yard drains,and mitered end sections. o Regrading swales • Driveway Improvements o All driveways shall be restored to their previous condition or better, according to �'. specifications in the plans and Collier County standards. • Roadway Improvements o Rebuilding of the roadway, including new subgrade, base, and asphalt. 96th Avenue North Public Utility Renewal Section I-1 CAO /11 GradyMinor All construction shall be in accordance with the construction plans, Roadway and Traffic Standards (latest edition), Collier County Development Standards and Specifications and Collier County Water-Sewer District Utilities Standards Manual, the State of Florida Department of Transportation (FDOT) standards (latest edition). In the event of conflict between and/or these specifications and drawings,the more stringent requirement shall apply. SCHEDULE Time is of the essence for this project as grant deadlines must be met, and disruption to homeowners must be kept minimal. The County has a right to request a detailed plan form the contractor if the contractor is not anticipated to finish the project within the contract time. The project will commence upon notice to proceed (NTP) from the County and be in effect until completion of the project as follows. • Substantial completion must be reached for all aspects of the project no later than three hundred and thirty-five(365)days from the issued Notice to Proceed. • Final completion must be reached for all aspects of the project no later than three hundred and sixty-five(395)days from the issued Notice to Proceed. 96`h Avenue North Public Utility Renewal Section I-2 SECTION II PROJECT PHASING 96th Avenue North Public Utility Renewal The project shall be phased to minimize impacts to residents along 96th Avenue North per the description below. In general, installation of the new water main from Vanderbilt Drive to US 41, all short and long side services,and connections must be completed first. Once the water main has been cleared and each new service is placed into service on the new water main, and temporary asphalt patching has beep placed on all long side service asphalt cuts, construction of the stormwater and sewer may begin,but will be limited to one block at a time beginning at Vanderbilt Drive to 6 Street; then 6th Street to 7th Street; then 7th Street to 8th Street; and then 8th Street to US41. The Contractor will not be allowed to progress from one block to another until the proposed improvements are Functionally Complete tinstalled. backfillcdtested, cleared for use,and placed into service) and rough grading is complete. The Contractor shall have 30 calendar days to complete the ROW to ROW restoration including landscape/socl,roadway base. limerock,and first lift of asphalft on each block once the block is deemed functionally complete. ocau on Phase _ Vanderbilt Dr.to US 41 5th St to 5th St 5th St.to 7th St 7th St to 8th St 8th St.to US 41 Vanderbilt Dr to US 91 1 2 A 3 A 4 A 5 6 - 96th Avenue North Public Utility Renewal Section II-I CAO Phase 1 - STA—0+50 to—51+80: • Phase 1: Water main installation on 96th Avenue North from Vanderbilt Drive to US 41. This Phase shall include: o Proposed water main, all water services (short and long), meters, meter boxes, and backflow preventers, valves, fire hydrants, ARVs, sample points, flushing, testing, and clearing of the proposed water system and associated appurtenances from Vanderbilt Drive to US 41. o Restoration of the work zone: trench backfilled and compacted to grade; temporary asphalt patching on all roadway crossings from 6th Street to US41(including water service crossings); temporary asphalt on all driveway crossings (driveways are not to be completely removed within the ROW as part of this Phase) from 6th Street to US 41; temporary compacted limerock base driveway crossings from Vanderbilt Drive to 6th Street; valve pads; mailbox removal/replacement; sidewalk removal/replacement (temporary asphalt or final concrete is acceptable); temporary roadway/crosswalk striping. The water main shall be functionally complete (installed,backfilled,tested,cleared for use, and placed into service)and restoration as detailed above complete and accepted by the Owner,CEI, and EOR before Phase 2 may begin. A Phase 1 water system functionally complete notification letter shall be provided to the Contractor by the County when the Owner, CEI, and EOR have deemed Phase 1 to be functionally complete and the Contractor may begin on Phase 2. Phases 2- STA—0+50 to—13+70: • Phase 2A: AC Pipe removal, Sanitary and Stormwater improvements, and restoration(less final lift of asphalt)along 96th Avenue North from Vanderbilt Drive to 6th Street(STA—0+50 to 13+70). This Phase shall include: o Removal and disposal of the existing AC water main and associated existing water main appurtenances(valves,ARVs,etc.). o Removal and replacement of the sanitary sewer system including all manholes, gravity mains,sanitary sewer laterals,temporary and permanent connections to existing systems, modifications to existing/proposed systems. Sanitary sewer system shall be removed and replaced beginning at the deepest section working towards the shallowest sections(west to east for the 500 block). o Removal and replacement of the stormwater system including catch basins,yard drains, stormwater main piping,swale grading;temporary and permanent connections to existing systems,modifications to existing/proposed systems. o Restoration of the work zone:ROW to ROW restoration(less landscape/sod and roadway limerock and asphalt placement). The entire ROW shall be compacted and graded as part of this Phase. { All the proposed sanitary and stormwater systems within Phase 2A shall be functionally complete(installed,backfilled,tested, cleared for use, and placed into service)and restored as detailed above before Phase 3 may begin. A Phase 2A functionally complete notification letter shall be provided to the Contractor by the County when the Owner,CEI,and EOR have deemed Phase 2A to be functionally complete and the Contractor may begin on Phase 2B and Phase 3A. 96th Avenue North Public Utility Renewal Section 11-2 is • Phase 2B:Restoration(less final lift of asphalt)along 96th Avenue North from Vanderbilt Drive to 6th Street(STA—0+50 to 13+70). This Phase shall include: o Landscape/sod restoration. o Roadway limerock and first lift of asphalt placement(compacted,tested,and accepted). o Temporary striping and pavement markings. o Complete ROW to ROW final restoration(less final lift of asphalt). The Contractor shall have 30 calendar days from the Phase 2A functionally complete date to complete the final restoration (less final lift of asphalt) from STA —0+50 to 13+70. If the Contractor does not complete final restoration(less final lift of asphalt)within 30 calendar days from the functionally complete date of Phase 2A,the Contractor will be issued a stop work notice on all other phases until Phase 2B is complete and accepted by the Owner, CEI, and EOR. A functionally complete notification letter will be provided to the Contractor by the County when the Owner, CEI, and EOR have deemed Phase 2B (STA —.0+50 to 13+70) to be completely restored less final lift of asphalt. Phases 3 -—13+70 to—27+10: • Phase 3A: AC Pipe removal, Sanitary and Stormwater improvements, and restoration (less final lift of asphalt)along 96th Avenue North from 6th Street to 7th Street(STA—13+70 to 27+10). This Phase shall include: o Removal and disposal of the existing AC water main and associated existing water main appurtenances(valves,ARVs,etc.). o Removal and replacement of the sanitary sewer system including all manholes, gravity mains,sanitary sewer laterals,temporary and permanent connections to existing systems, modifications to existing/proposed systems. Sanitary sewer system shall be removed and replaced beginning at the deepest section working towards the shallowest sections (west to east for the 600 block). o Removal and replacement of the stormwater system including catch basins,yard drains, stonnwater main piping,swale grading;temporary and permanent connections to existing systems,modifications to existing/proposed systems. o Restoration of the work zone:ROW to ROW restoration(less landscape/sod and roadway limerock and asphalt placement). The entire ROW shall be compacted and graded as part of this Phase. All the proposed sanitary and stormwater systems within Phase 3A shall be functionally complete(installed,backfilled,tested,cleared for use, and placed into service)and restored as detailed above before Phase 4 may begin. A Phase 3A functionally complete notification letter shall be provided to the Contractor by the County when the Owner,CEI,and EOR have deemed is Phase 3A to be functionally complete and the Contractor may begin on Phase 3B and Phase 4A. • Phase 3B: Restoration (less final lift of asphalt) along 96th Avenue North from 6th Street to 7`r' I'. Street(STA—13+70 to 27+10). This Phase shall include: o Landscape/sod restoration. o Roadway limerock and first lift of asphalt placement(compacted,tested,and accepted). o Temporary striping and pavement markings. o Complete ROW to ROW final restoration(less final lift of asphalt). The Contractor shall have 30 calendar days from the Phase 3A functionally complete date to complete the final restoration (less final lift of asphalt) from STA —13+70 to 27+10. If the Contractor does not complete fmal restoration(less final lift of asphalt)within 30 calendar days 96th Avenue North Public Utility Renewal Section 11-3 IC 10 from the functionally complete date of Phase 3A,the Contractor will be issued a stop work notice on all other phases until Phase 3B is complete and accepted by the Owner, CEI, and EOR. A functionally complete notification letter will be provided to the Contractor by the County when the Owner, CEI, and EOR have deemed Phase 3B (STA —13+70 to 27+10) to be completely restored less final lift of asphalt. Phases 4-STA—27+10 to—40+60: • Phase 4A: AC Pipe removal, Sanitary and Stoimwater improvements,and restoration(less final lift of asphalt) along 96th Avenue North from 7th Street to 8th Street(STA—27+10 to -40+60). This Phase shall include: • o Removal and disposal of the existing AC water main and associated existing water main appurtenances(valves,ARVs,etc.). o Removal and replacement of the sanitary sewer system including all manholes, gravity mains,sanitary sewer laterals,temporary and permanent connections to existing systems, modifications to existing/proposed systems. Sanitary sewer system shall be removed and replaced beginning at the deepest section working towards the shallowest sections (east to west for the 700 block). o Removal and replacement of the stormwater system including catch basins,yard drains, stormwater main piping,swale grading;temporary and permanent connections to existing systems,modifications to existing/proposed systems. o Restoration of the work zone:ROW to ROW restoration(less landscape/sod and roadway limerock and asphalt placement). The entire ROW shall be compacted and graded as part of this Phase. All the proposed sanitary and stormwater systems within Phase 4A shall be functionally complete(installed,backfilled,tested,cleared for use,and placed into service)and restored as detailed above before Phase 4B and Phase 5A may begin. A Phase 4A functionally complete notification letter shall be provided to the Contractor by the County when the Owner,CEI,and EOR have deemed Phase 4A to be functionally complete and the Contractor may begin on Phase 4B and Phase 5A. • Phase 4B: Restoration (less final lift of asphalt) along 96th Avenue North from 7th Street to gm Street(STA—27+10 to—40+60). This Phase shall include: o Landscape/sod restoration. o Roadway limerock and first lift of asphalt placement(compacted,tested,and accepted). o Temporary striping and pavement markings. o Complete ROW to ROW final restoration(less final lift of asphalt). The Contractor shall have 30 calendar days from the Phase 4A functionally complete date to complete the final restoration (less final lift of asphalt) from STA —27+10 to —40+60. If the Contractor does not completed final restoration(less final lift of asphalt)within 30 calendar days from the functionally complete date of Phase 4A,the Contractor will be notified to stop work on all other phases until Phase 4B is complete and accepted by the Owner, CEI, and EOR. A functionally complete notification letter will be provided to the Contractor by the County when �`. the Owner, CEI, and EOR have deemed Phase 4B (STA—27+10 to —40+60) to be completely restored less final lift of asphalt. Phases 5 -STA—40+60 to 51+80: is 96th Avenue North Public Utility Renewal Section II-4 • If • Phase 5A: AC Pipe removal, Sanitary and Stormwater improvements,and restoration (less final lift of asphalt)along 96th Avenue North from 8th Street to US41 (STA—40+60 to 51+80). This Phase shall include: o Removal and disposal of the existing AC water main and associated existing water main appurtenances(valves,ARVs,etc.). o Removal and replacement of the sanitary sewer system including all manholes, gravity mains,sanitary sewer laterals,temporary and permanent connections to existing systems, modifications to existing/proposed systems. Sanitary sewer system shall be removed and replaced beginning at the deepest section working towards the shallowest sections(west to east for the 800 block). o Removal and replacement of the stormwater system including catch basins,yard drains, stormwater main piping,swale grading;temporary and permanent connections to existing systems,modifications to existing/proposed systems. o Restoration of the work zone:ROW to ROW restoration(less landscape/sod and roadway limerock and asphalt placement). The entire ROW shall be compacted and graded as part of this Phase. All the proposed sanitary and stormwater systems within Phase 5A shall be functionally complete(installed,backfilled,tested,cleared for use,and placed into service)and restored as detailed above before Phase 5B may begin. A Phase 5A functionally complete notification letter shall be provided to the Contractor by the County when the Owner,CEI, and EOR have deemed Phase 5A to be functionally complete and the Contractor may begin on Phase 5B. • Phase 5B: Restoration(less final lift of asphalt)along 96th Avenue North from 8th Street to US41 (STA--40+60 to 51+80). This Phase shall include: o Landscape/sod restoration. o Roadway limerock and first lift of asphalt placement(compacted,tested,and accepted). o Temporary striping and pavement markings. o Complete ROW to ROW final restoration(less final lift of asphalt). The Contractor shall have 30 calendar days from the Phase 5A functionally complete date to complete the final restoration (less final lift of asphalt) from STA —40+60 to 51+80. If the Contractor does not completed final restoration(less final lift of asphalt)within 30 calendar days from the functionally complete date of Phase 5A,the Contractor will be notified to stop work on all other phases until Phase 5B is complete and accepted by the Owner, CEI, and EOR. A functionally complete notification letter will be provided to the Contractor by the County when the Owner, CEI, and EOR have deemed Phase 5B (STA -40+60 to 51+80) to be completely restored less final lift of asphalt. Phase 6- STA—0+50 to 51+80 • Phase 6: Final Asphalt Lift along 96th Avenue North from US41 to Vanderbilt Drive, including temporary and final (thermoplastic) striping. The final asphalt lift on all of 96th Avenue North (from Vanderbilt Drive to US 41) shall not be placed until all the utility improvements and restoration are complete and accepted by the Owner,CEI,and EOR. 96th Avenue North Public Utility Renewal Section II-5 C:1O Goer CMinty 1310 SHEET COLLIER COUNTY 96th AVENUE NORTH PUBLIC UTILITY RENEWAL ___ _— EST. ITEM DESCRIPTION UNIT UNIT PRICE AMOUNT QTY. NMI NO. SECTION 1:GENERAL 1,1 Mobilization/Demobilization(Max 10%of base bid) 1 LS 1,2 Maintenance of Traffic 3. LS 1,3 Project Sign2 EA ____ 1.4 Survey Layout&Record Drawings 1 LS 1.5 Pre-Construction Video&Photographs 1 LS 1.6 Past Construction Video 1 15 i 1,7 Remove,Dispose,and Replace Driveway 6,000 . SY .. a. Concrete 2,000 ' SY d. Asphalt e. Brick Pavers 1,500 SY 1.8 Driveway Coatings and Finishes a.` Colored Concrete Coatings 4C0 SY b. Decorative(Stamped)Concrete Coatings and Finishes 3C0 SY 1.9 Remove,Dispose,and Replace Sidewalk " 360 SY .. . a. Asph::lt 100 SY b. Concrete 1.10 Detectable Warnings 150 SF 1.1.1 Private Property Tree Removal 60 EA Allowance at the direction and approval by Collier County Utilities 1 TEID 140.t7t3C1 $14[ DOt) 1.12 Project Manager on 96th Avenue. SECTION 1 SUBTOTAL: SECTION 2:WATER SYSTEM _ 2.1 'Water Main Pipelines 5,5QQ I LF-1 a, 8-inch 0900 OR18 PVC 2,2 Gate Valves/Insert Valves/Line Stops EA a. 6-inch Gate Valve b. 8 inch Gate Valve 15 EA c, 12-inch Gate Valve 2 EA d. 6-inch Insert Valve 3 EA -- e._ 8-inch Line Stop _... 2.3 Fire Hydrant Assemblies 12 EA 2.4 Water Services 32 EA a. Short Single Service EA b. Short Double Service 33 EA • C. Long Single Service d. Long Double Service :6 FA 2.5 Connection to Existing Water Main w a. Vanderbilt Drive 8-inch PVC WM 1 EA 1 - b, 6th Street North 12-inch PVC WM I. EA c. 7th Street North 8-inch AC'NM d. 7th Street.North 8-inch PVC WM i EA _..... e. US416-inch PVC WM 1 EA 96TH AVENUE NORTH 1 Section(II 1. PLltli_It UTILITYRiNEWAL . 1,, }, C�.rt) t'ie'r C .111.nt y BID SHEET ,_,,, —a-- COLLIER COUNTY 96th AVENUE NORTH PUBLIC UTILITY RENEWAL ITEM - _~ EST. UNIT UNIT PRICE AMOUNT pESCRIPTl0�1 QTY. 2.6 Bacteriological Sample Points a. Temporary Sample Point 5 EA b. Permanent Sample Point 1 EA 2.7 Water Meter,Meter Box,and Backflow Device Relocation 173 EA 2.8 Water Meter Box(vacant property) 7 EA 2.9 Back Flow Devicej 173 EA 2.10 Air Release Valves 6 EA _--_- EA 2.11 Conflict. Avoidance(Deflection) 5 2.12Temporary Connection to Existing Water Main 3 EA 2_13 Removal and Disposal of Asbestos Concrete Water fain 5,500 EA Allowance to cover unanticipated cost including but not limited to,un- I located utilities and unforeseen site conditions. (No additional 2.14 payment shall be made for rock excavation, replacement of fill 1 TBD $100,000 $100,000 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 2 SUBTOTAL: SECTION 3i WASTEWATER SYSTEM 3,1 8-inch PVC Gravity Sewer (Remove,Dispose,Replace) 5,000 Ll�Th�. 3.2 Sanitary Sewer Service Lateral(Replace,Dispose, and Reconnect) a. Single Sanitary Sewer Service Lateral 175 EA b. Double Sanitary Sewer Service Lateral 10 EA 3,3 Private Property Sewer Service Lateral Replacement 500 LF 3.4 Relocate Driveway Sanitary Service Lateral 50 EA 3,5 Precast Polymer Concrete Manholes(Remove,Dispose,Replace) 14 EA 3,6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole 2 EA 3.7 Connect New Gravity Sewer to Existing Manhole 2 EA 3,8 Conflict Crossmnffi Through Existing Box 1 EA .�, 3.9 Road Restoration-Stabilized Subgrade 14,750 SY m 3,1012,650 5Y Road Restoration-tirnerock Base(B-inch),. ""—` 3.11 Road Restoration-2-1/2"Asphalt(Two Lifts) 11,000 SY T 3.12 Milling&Resurfacing 500 SY - T Allowance to cover unanticipated cost including but not limited to,un- located utilities and unforeseen site conditions. (No additional 3.13 payment shall be made for rock excavation, replacement of fill 1 TBD $200,000 $200,000 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 3 SUBTOTAL: _ 46TH AVENUE NORTH Section 111.2 PtJ EILI C UTILITY RENEWAL rkr) 7r GC mty BID'SHEET ... """ COLLIER COUNTY 96th AVENUE NORTH PUBLIC UTILITY RENEWAL ITEM EST. UNIT1 UNIT PRICE AMOUNT DESCRIPTION QTY. 1Y SECTION 4:STORMWATER SYSTEM --..---•--- 4.1 18"ADS Perforated Pipe , 3,200 Li 4.2 18"ADS Pipe 4,1.00 Li 4.3 18"RCP ! 40 Li 4.4 24"ADS Perforated Pipe in Water Quality Trench 875 LF 4.5 24"ADS PI.@ 1,600 Li 4.6 24'°RCP 110 Li 4.7 Catch Basin 35 LA 4.8 Catch Basin vs/Sedimentation Sump as EA 4.9 Catch Basin w/Weir Plate 6 EA 4.10 'Yard Drain 110 EA 4.11 .Connection to Existing Storm Structure 8 EA 4.12 Modification of Existing Storm Storm Structure 4 EA Allowance to cover unanticipated cost including but not limited to,un- located utilities and unforeseen site conditions, (No additional 4.13 payment shall be made for rock excavation, replacement of fill 1 Tao $tCD,O O 5100,000 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 4 SUBTOTAL: SUMMARY Section 1: General Section 2: Water System Section 3: Wastewater System Section 4: Stormwater System ._ �. TOTAL: 96TH AVENUE NORTH PUBLIC UTILITY RENEWAL 3 Section 111-3 ;LAO SECTION IV MEASUREMENT AND PAYMENT 96tb Avenue North Public Utility Renewal DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes the basis upon which payment will be made for Payment Items. B. Subject to the provisions in General Conditions, all Work and payment for the Work is represented by Payment Items and associated unit prices. PAYMENT A. Subject to all other contract requirements,the Contractor shall be paid for"as built" quantities of Work for which a price is given in the bid. B. Quantities on the Bid Schedule are estimated and may be increased or decreased without limit. C. No separate payment will be made for one Payment Item as Work incidentally required to complete the Work of another. D. Payment for Work performed shall be made in accordance with the unit prices in the Bid. MEASUREMENT FOR PAYMENT A. Methods of Measurement: 1. Measurements of lengths,widths,slope angles,and depths or elevations shall be made to determine "as-built" quantities of lengths, areas and volumes pertinent to Payment Items. a. Unless otherwise specified, all lengths shall be horizontal distances. b. Slope angles and elevations shall be measured using land surveying equipment. 2. Graphic representations of measured quantities shall be drafted to scale using the Drawings where convenient and appropriate. Additional drawings shall be drafted if required. a. Irregular shapes representing areas and volumes shall be measured using a compensating polar planimeter or a computer digitizer. b. Regular shapes shall be scaled. 3. Use of Drawings: a. Unless otherwise agreed upon between the Contractor and Owner, the Drawings shall be used as the basis to establish existing grades and other existing topographic features. 96th Avenue North Section IV- 1 Public Utility Renewal PAYMENT ITEMS A. No separate payment will be made for the following Work, and its cost shall be included in the Bid Price of the Payment Item to which it is associated: 1. Trench excavation,sheeting, shoring and bracing. 2. Dewatering and associated water quality testing as stipulated in the South Florida Water Management District.Permit. 3. Best management practices and controls required to meet dewatering discharge water quality standards. 4. Erosion and sedimentation control and turbidity screening. 5. Clearing and grubbing. 6. Excavation, fill, backfill,pipe bedding(including 57 stone), compaction, and grading, including furnishing and installing imported material as required. 7. Excavation of all material encountered, including rock, organic, inorganic, and unsuitable material and all material transportation and disposal. 8. Right-of-way, site, and all disturbed area restoration including the etc. Sod oval, ntrees,replacement and restoration of sod, mulch, plantings,, p , ype shall be determined by the type of sod that constitutes 50% or more of the property to be restored. 9. Removal and temporary replacement of driveways and roadways disturbed during construction to maintain usable condition until permanent restoration is completed. 10.Tree trimming. 11.Temporary restoration. 12. Removal,repair, and replacement of existing irrigation located within the ROW. 13. Removal, replacement, and restoration of mailboxes (including new). 14. Removal and disposal of existing water main and associated appurtenances(other than AC water main piping). 15. Removal and disposal of existing stormwater pipes,culverts,mitered ends,headwalls, and associated structures. 16. Proposed/existing swale grading/re-grading and grading between all existing and proposed structures. 17.Vibration monitoring during all compaction activities. 18. Cleanup and site dust control, including daily sweeping and watering and as needed to maintain a clean work area. 19. Testing, including all materials,fees, certifications, and equipment. 20. Maintenance of utility service. 21. Appurtenant work. 22. Removal and replacement of fencing and other structures within the ROW. 23. Attendance of all public meetings. 24. Saw cutting. 25. Coordination with other contractors. 26. All transportation,storage,and labor. 27.Notifications to property owners of construction schedule and service interruptions. 96th Avenue North Section IV-2 Public Utility Renewal CAO B. Measurement and Payment Items as listed in the Bid Schedule: SECTION 1: GENERAL REQUIREMENTS 1.1 Mobilization/Demobilization A. Measurement for various items covered under Mobilization/Demobilization will not be made for payment,and all items shall be included in the contract lump sum price. B. Payment for mobilization and demobilization will be made at the Contract lump sum price and shall include all necessary meetings for the project, including but not limited to: meetings with property owners, home owners associations, and other interested parties, all meetings deemed necessary by Collier County, the attendance of the Contractor's field superintendent(s) at all progress meetings, with theand contract documents, other public - meetings required to complete the project in accordance preparatory work and operations in mobilizing for beginning work on the Project and demobilizing for ending work on the Project. Additionally, this item shall include locating and potholing all existing utilities (including existing sanitary sewer laterals at the ROW line, water meters and backflow devices) a minimum of one week prior to beginning work and one week before any connections to existing utilities, providing notification to the Engineer of Record and County of any discrepancies found; the establishment of safety equipment, first aid supplies, sanitary and other facilities, as required by these specifications, State and local laws and any other preconstruction expense necessary for the state of the Work, insurance and bonds, the cost of field engineering, including permits and fees,construction schedules(updated schedules are required monthly), shop drawings, temporary facilities, lay down storage area, construction aids, work associated with Contractor support during Owner/Engineer testing, reviews and inspection, re-inspection and any rework resulting from same, cleaning, and proj records documents. The Contractor shall submit invoices substantiating the cost of mobilization with each pay request. Fifteen percent(15%)of the cost for mobilization and demobilization will be withheld until substantial completion acceptance of the entire project. This payment item cannot exceed more than 10%of the total base bid. 1.2 Maintenance of Traffic A. Measurement for various items covered under Maintenance of Traffic will not be made for payment, and all items shall be included in the contract lump sum price. Payment for Maintenance of Traffic will be made at the Contract lump sum price for the item, which price and payment shall be full compensation for permitting, construction, and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, business, etc., along the project; the furnishing, installing and maintaining of traffic control, barricades, railings, message boards(VMS),warning lights,and other safety devices during construction, the control of dust (daily and as further needed), providing the services of uniformed off-duty police officers, flag men, watchmen, and other special requirements for the safe and expeditious movements of traffic per County and FDOT standards. 96th Avenue North Section IV -3 Public Utility Renewal ID) 1.3 Project Sign A. Measurement for various items covered under Project Sign will be based on the number of project signs installed and accepted. B. Payment for furnishing and installing the project sign will be made per Project Sign furnished, installed,and accepted,which price and payment shall be full compensation for furnishing, installing,maintaining,and removing the sign.The Project sign shall be in accordance with Collier County standards and as specified herein. A proof of the project sign shall be provided to the Engineer of Record and the County for approval prior to the production of the sign. 1.4 Survey Layout&Record Drawings A. Measurement for various items covered under Survey Layout&Record Drawings will not be made for payment,and all items shall be included in the contract lump sum price. B. Payment for providing all survey and record drawings will be made at the contract lump sum price for the item,which price and payment shall be full compensation for project stake-out, completion of an as-built survey, contractor's hand-drawn redlines, and the delivery of five (5) sets of signed and sealed record drawings and an electronic copy submitted to the County upon Contract close-out per County standards. Electronic (CAD) files shall be provided to the Engineer of Record. Up-to-date Contractor redlines shall be provided with every pay request. Pay requests submitted without up- to-date Contractor redlines shall be rejected. 1.5 Pre-Construction Video&Photographs A. Measurement for various items covered under Pre-Construction Video&Photographs will not be made for payment,and all items shall be included in the contract lump sum price. B. Payment for providing pre-construction videos and photographs will be made at the full lump sum contract price for the item, which price and payment shall be full compensation for individual property assessments with a minimum of three pictures per lot to document pre-construction conditions,including,but not limited to, sod type, driveway condition, driveway condition outside of the right-of-way, and private irrigation system details documented on the Pre-Construction Condition Form specified herein; a wet weather video (in addition to a dry weather video)to document flood conditions that will take place during normal business hours. Preconstruction videos and pictures shall be re-taken individually for each phase a maximum of 30 days prior to commencement of construction in a new corresponding phase. 1.6 Post-Construction Video A. Measurement for various items covered under Post-Construction Video will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for providing post-construction videos will be made at the full lump sum contract price for the item, which price and payment shall be full compensation for a dry weather video documenting conditions of the right-of-way and on private property, and a wet weather video)to document stormwater drainage conditions within 15 days of project final completion. 96th Avenue North Section IV - 4 Public Utility Renewal 1.7 Remove, Dispose, and Replace Driveway A. Measurement for removing, disposal, and replacing driveway (concrete, colored concrete, decorative concrete, asphalt, or brick pavers) will be based on the area of material actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing driveway (concrete, colored concrete, decorative concrete,asphalt,brick pavers,etc.)will be made at the appropriate Contract Unit price per square yard of concrete (including the concrete placed for decorative and colored concrete), asphalt, or paver driveway actually removed and replaced for construction including removal,protection,and storage of brick pavers,and furnishing of additional of additional brick pavers due to damage or to meet the specifications. Contractor to replace all concrete driveways with reinforcement as specified herein. Contractor shall confirm the limits and dimensions of all driveway removal and replacements in the field with the County prior to removal and replacement. Replace driveways to match existing elevations and materials of construction (unless shown otherwise on the Drawings or approved by the County),except dirt and gravel driveways which shall be replaced with reinforced concrete. Include surface restoration required for driveway removal and replacement and reinforcement of driveway flares in this item. Should the Contractor choose to jack and bore or directionally drill under driveways, the measurement shall be to the edge of the right of way in these locations. All jack and bores and directional drills must be pre-approved in writing by the County (special circumstances only).No additional measurement or payment will be made for varying driveway thicknesses,subsurface preparation,subgrade,base,limerock,and stabilizing material. All driveways shall be constructed per Collier County Right of Way Standards and per the contract documents.Note,coatings/color and driveway stamping finishes are a separate pay item. 1.8 Driveway Coatings and Finishes A. Measurement for driveway color/coatings and driveway stamping will be based on the area of material actually placed as field measured and shown on as-built drawings. B. Payment for Driveway color/coatings and driveway stamping will be made at the appropriate Contract Unit price per square yard of coating and/or stamping removed and replaced including removal, etching, preparatory work, stamping, and coating for all stamped and colored driveways. For decorative concrete coatings, payment shall include materials and labor to re-paint and re-stamp entire length of the driveway at the time of restoration, including coordination with the property owner to best match the current driveway stamp and color. If the colored concrete is mixed into the concrete, price and payment for the colored coating shall only include the difference in the price I:. between standard mixed concrete and colored concrete additive.Replace driveways to match existing elevations and materials of construction(unless shown otherwise on the Drawings or approved by the County. All driveways shall be constructed per Collier County Right of Way Standards and per the contract documents. 1.9 Remove,Dispose,and Replace Sidewalk A. Measurement for removing,disposal,and replacing asphalt and concrete sidewalks will be based on the total square yard of material actually placed as field measured and shown on as-built drawings. 96th Avenue North Section IV- 5 Public Utility Renewal B. Payment for removing,disposal,and replacing asphalt and concrete driveways shall be made at the appropriate Contract unit price which price and payment shall be full compensation for removal and disposal of existing material, adjustment, furnishing subgrade and stabilizing material, furnishing and installing of concrete sidewalk per FDOT Standard Index 310 or the Flexible Pavement Design Manual for bike lanes,per ADA requirements, and testing as specified herein. Pedestrian access and transit shall be provided at all times during construction. 1.10 Detectable Warnings A. Measurement for installing detectable warning strips will be based on the total square feet of material actually placed as field measured and shown on as-built drawings. B. Payment for installing detectable warning strips shall be made at the appropriate Contract unit price which price and payment shall be full compensation for furnishing and installing detectable warnings per FDOT Standard Index 304, per ADA requirements, and as specified herein. Detectable warnings must be installed either in concrete,cast-in-place or with concrete anchors,per manufacturer's recommendations. 1.11 Private Property Tree Removal A.Measurement for private property tree removal will be based on the number of trees removed, disposed, and accepted as determined by the County, Engineer of Record, and CEI. B.Payment for removal and disposal of private property trees as determined by the County, Engineer of Record, and CEI shall be made at the appropriate Contract unit price which price and payment shall be full compensation for determination of trees to be removed based on location, species, and potential to impact to utilities within the ROW, coordination with the homeowner, adjustment, filling, and restoring the area disturbed by the tree removal. Removal and disposal of the approved trees, topping where required,removal of the remaining stump to a minimum depth of 6 inches below finished grade, installation of topsoil,restoration of the removed area with sod and root treatment, if required, coordination with property owners, 1.12 Allowance A. An allowance is established to cover unanticipated costs associated with the general requirement, including but not limited to additional landscaping (not covered under a pay item) within the ROW. (No additional payment shall be made for landscaping disturbed outside of the right-of-way). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material, lump sum, or unit price basis as agreed upon by the Contractor, County, Engineer of Record,and CEI. SECTION 2: WATER SYSTEM 2.1 Water Main Pipelines A. Measurement for pipe,except as otherwise specified,will be based on the laying length of the pipe in linear feet actually placed as measured along the centerline of the completed pipe, including length of fittings measured along the centerline measured to 96`h Avenue North Section IV -6 Public Utility Renewal ICAO the nearest foot, between the limits shown on the Drawings and restraint of pipe as required by contract documents. B. Payment for furnishing and installing water main pipelines will be made at the Contract unit price per linear foot for the pipe in place, which price and payment shall be full compensation for all work associated with the water main installation. Payment shall also include furnishing and installation of all pipe fittings, tree trimming, sidewalk removal and replacement, asphalt removal and replacement, curb and gutter removal and replacement, restraints, detectable tape, pretesting, flushing/filling of main,joint restraints, bacteriological testing and sampling assemblies, silt fencing, insulated conducting wire,connections to existing water main including restraint of existing pipe on all sides of the tie in, support of existing main, keeping existing main in service, hiring of power company to relocate support power poles as required, removal and temporary replacement of driveways and roadways disturbed during construction to maintain usable condition until permanent restoration is completed; including landscape and/or sodding not designated in bid as necessary, coordination with other contractors, stubs and valves for future connections to existing pipes, clean-up, disinfection and sterilization,temporary facilities for blow-offs, all cost to clean,repair new or existing piping and appurtenances, and all equipment toad all other l all existing necessary to complete the installation as specified. eq pipe is unrestrained at connection points and restrain existing pipes per Collier County standards. 2.2 Gate Valves/Insert Valves/Line Stops A. Measurement for Gate Valves/Insert Valves/Line Stops,except as otherwise specified, will be based on the number of actual gate valves/insert valves/line stops installed and accepted. B. Payment for furnishing and installing gate valves/insert valves/line stops will be made at the appropriate contract unit price per gate valve/insert valve/line stop installed which price and payment shall be full compensation for all labor and materials associated with furnishing, installing and testing the valve/line stop, valve stem, mechanical restraints (not listed in a separate pay item), restraint of existing mains, valve nut with extension, tie rods, valve box, valve box adjustments or extensions, valve concrete pad, valve disk, valve cover, vauired marker balls. This item lve/line ine stop and the removal andso ncludes the installation of base material below the reinstallation of line stop as required in accordance with Collier County standards. 2.3 Fire Hydrant Assemblies A. Measurement for Fire Hydrant Assemblies,except as otherwise specified,will be based on the number of fire hydrants installed and accepted. B. Payment for furnishing and installing the fire hydrant assemblies will be made at the appropriate contract unit price per fire hydrant assembly installed which price and payment shall be full compensation for all labor and materials required to furnish and install the tee on the utility main,all necessary fittings,joint restraint from the valve to the tee, necessary piping from the tee to the hydrant location with the installation of barrel (riser) section to meet finished grade at the locations depicted in the drawings, and deflections under/over existing or proposed utilities, swales, or stormwater 96th Avenue North Section IV -7 Public Utility Renewal CAO improvements; control gate valve,valve box, pavement marker, coordination with the fire department, chains, and any concrete work. Contractor is responsible to set the hydrant to grade in accordance with the details shown on the Plans and the Collier County specifications. 2.4 Water Services A. Measurement for Water Services, except as otherwise specified, will be based on the number of water services by type actually installed and accepted. B. Payment for furnishing and installing water services will be made at the appropriate Contract unit price per each polyethylene short side and long side service (single and double) from the water main to and including the curb stop within the meter box acceptably installed which price and payment shall be full compensation for all labor, materials, and equipment to install all necessary pipe, fittings, connections, conduits/casings, meter stops, stainless steel tapping saddles, tapping sleeves, curb stops, electronic marker at curb stop and water main connection, locking curb stops at vacant properties as specified on the drawings, deflections, water meter/meter box adjustments (not included in a separate pay item), connection to existing meters, protection of existing utilities and facilities, removal of asphalt along utility corridor, placement of temporary asphalt along the utility corridor, removal and replacement of shrubs,pavement,culverts and storm sewers,sidewalks and other surface materials not specifically designated in the Bid, and all other work required for a complete installation. 2.5 Connection to Existing Water Main A. Measurement for Connection to Existing Water Mains, except as otherwise specified, will be based on the number of connections actually installed and accepted. B. Payment for connecting the newly constructed water main to the existing water mains will be made at the appropriate Contract unit price per each connection acceptable installed which price and payment shall be full compensation to furnish and install all fittings,connections, insert valves and line stops (not included in a separate pay item), tapping sleeve and valve with valve box, blow-offs,miscellaneous piping not included under a separate bid item; restraining existing and proposed piping, removal and replacement of existing concrete restraints as necessary, concrete work, field measurements, protection of existing utilities and facilities, bacteriological sample points testing, and all other work required for a complete installation. 2.6 Bacteriological Sample Points f A. Measurement for furnishing and installing bacteriological sample points will be based on the number of bacteriological sample points(permanent or temporary)installed and accepted. B. Payment for furnishing and installing bacteriological sample points will be made at the appropriate contract unit price per each bacteriological sample point installed and accepted which price and payment shall be full compensation to furnish and install all valves, tubing, fittings, saddles, enclosure, all concrete, removal of temporary sample points, and incidentals necessary for a complete installation as shown on the drawings and as specified herein. 96th Avenue North Section IV- 8 Public Utility Renewal t'.to 2.7 Water Meter,Meter Box,and Backflow Device Relocation A. Measurement for Water Meters, Meter Boxes, and Backflow Device Relocations except as otherwise specified,will be based on the number of meters,meter boxes, and backflow devices relocated and accepted. B. Payment for relocating existing water meters, meter boxes and backflow devices will be made at the Contract unit price per each meter, meter box, and backflow device relocated to the property corner per Collier County Standards and Details installed and accepted which price and payment shall be full compensation for all labor, material, and furnishing and installing the piping, fittings, conduit/casings, bushings, reducers, and adaptors necessary to connect the relocated meters to the property lines,as depicted on the plans. This pay item also includes the replacement of County-provided water meters at the County's discretion. For material pickup, it will be the responsibility of the contractor to pick up parts at the distribution warehouse on 4370 Progress Avenue as needed and will need to sign the parts request form upon pickup to confirm that all parts are received. All parts requests should be made in writing at least three (3) business days in advance before request for pick up. Parts requests can be emailed to the project manager. The County shall provide all the necessary paperwork associated with the metes. All existing meters removed shall be returned to the County or disposed of by the Contractor(at no additional cost) at the County's discretion. 2.8 Water Meter Box (vacant property) A. Measurement for Water Boxes, except as otherwise specified, will be based on the number of meter boxes installed and accepted. B. Payment for installing County provided meter boxes to vacant properties will be made at the Contract unit price per meter box installed and accepted, which price and payment shall be full compensation for all labor, furnishing and installing all material (meter box furnished by County) fittings, conduit/casings, bushings, reducers, and adaptors necessary to connect the service to the proposed meter boxes and locking curb stop as depicted on the plans. For material pickup, it will be the responsibility of the contractor to pick up parts at the distribution warehouse on 4370 Progress Avenue as needed and will need to sign the parts request form upon pickup to confirm that all parts are received. All parts requests should be made in writing at least three (3) business days in advance before request for pick up. Parts requests can be emailed to the project manager. The County shall provide all the necessary paperwork associated with the meter boxes. All existing meter boxes removed shall be returned to the County or disposed of by the Contractor(at no additional cost)at the County's discretion. 2.9 Backflow Device A. Measurement for Back Flow Devices, except as otherwise specified, will be based on the number of back flow devices installed and accepted. B. Payment for installing County provided back flow devices will be made at the appropriate Contract unit price per each back flow device installed and accepted which price and payment shall be full compensation for all labor and material (back flow device furnished by County) as depicted on the plans. For material pickup, the water division will provide all parts and direction on which backflow meters to be replaced. 96th Avenue North Section IV-9 Public Utility Renewal • It will be the responsibility of the contractor to pick up parts at the distribution warehouse on 4370 Progress Avenue as needed and will need to sign the parts request form upon pickup to confirm that all parts are received. All parts requests should be made in writing at least three (3) business days in advance before request for pick up. Parts requests can be emailed to the project manager.The County shall provide all the necessary paperwork associated with the back flow device replacements. All existing back flow devices removed shall be returned to the County or disposed of by the Contractor(at no additional cost)at the County's discretion. 2.10 Air Release Valves A. Measurement for Air Release Valves, except as otherwise specified, will be based on the number of air release valves installed and accepted on the potable water main. B. Payment for furnishing and installing air release valves will be made at the appropriate contract unit price per each air release valve installed and accepted which price and payment shall be full compensation to furnish and install the valve, complete with tapping saddle,ballcorp,curb stop,supports,vents,vault,footing,frame,cover,access lid, piping, fitting and bends, enclosures, deflections under/over existing or proposed utilities, swales, or stormwater improvements, and other appurtenances. Air release valves shall be placed at the ROW line unless otherwise directed by the County. 2.11 Conflict Avoidance (Deflection) A. Measurement for each conflict avoidance constructed(deflection)will be based on the number of each conflict avoidance of existing utilities and drainage installed and accepted. B. Payment for conflict avoidance not included in a separate pay item and not already noted on the plans, will be made at the appropriate contract unit price per each deflection installed and accepted which price and payment shall be full compensation !I to furnish and install pipe, fittings, ARVSs as required (not included in another pay item),restraints,concrete work, existing utility protection and restraints,and any other incidentals necessary for a complete installation as specified herein. 2.12 Temporary Connection to Existing Water Main A. Measurement for installing a temporary connection to the existing water main will be based on the number of each temporary connection installed and accepted. B. Payment for temporary water main connections will be made at the appropriate contract unit price per each temporary connection installed and accepted which price and payment shall be full compensation to furnish and install pipe, temporary jumpers, temporary meters, valves, fittings, joint restraints, existing utility protection, bacteriological sampling, abandonment once clearance is obtained,restoration, and all other work for a complete installation. 2.13 Removal and Disposal of Asbestos Concrete Water Main A. Measurement for removal and disposal of the existing asbestos concrete water main will be based on the laying length of the pipe in linear feet actually removed and disposed of as measured along the centerline of the pipe, including length of fittings xx 96th Avenue North Section IV - 10 Public Utility Renewal and specials measured along the centerlines,between the limits shown on the Drawings and restraint of pipe as required by contract documents. B. Payment of removing and disposing asbestos concrete pipe will be made at the appropriate contract unit price per linear foot in accordance with Collier County Standard and as specified herein. Payment shall include all testing, including air monitoring. Each individual section (20' max) of asbestos concrete water main removed shall be individually wrapped and marked for disposal prior to being placed in a lined dump truck for transport to the landfill.One copy of the waste manifest from the disposal site shall be provided to Collier County within 48 hours of receipt. The Collier County landfill will not accept loads after 3pm(Monday through Friday) or on Saturday, Sunday, or Collier County recognized holidays. 2.14 Allowance A. An allowance is established to cover unanticipated costs including,but not limited to,un-located utilities and unforeseen site conditions.(No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of Allowance must be approved by the Collier County prior to the execution of the work.All work must be billed on a time and material,lump sum,or unit price basis as agreed upon by the Contractor, County, Engineer of Record, and CEI. SECTION 3: WASTEWATER SYSTEM 3.1 8-inch PVC Gravity Sewer (Remove,Dispose,Replace) A. Measurement for pipe, except as otherwise specified, will be based on the horizontal laying length of the pipe in linear feet as measured to the nearest foot, including the lengths of manholes, valves, and fittings, as installed and accepted. B. Payment for furnishing and installing SDR 26 PVC gravity sewer will be made at the Contract unit price per linear foot for the pipe in place, removal and disposal of the existing VCP, laying of the pipe, maintaining the wastewater collection system in operation at all times,bypass pumping,plugs, and pumper/vacuum trucks as necessary; support of existing sanitary sewer components, support of existing and proposed utility components including potable water service laterals and conduits; compaction per FDOT standards, connections not specified elsewhere, coordination with other contractors, and temporary facilities for testing. Payment shall also include televising fof the complete sanitary sewer main and laterals with results delivered to the County and Engineer of Record after the road limerock base is compacted, and prior to the placement of asphalt. 3.2 Sanitary Sewer Service Lateral (Remove,Dispose, and Reconnect) A. Measurement for furnishing and installing sanitary sewer services will be based on the number of each sanitary sewer lateral removed, replaced, and connected to the new sanitary sewer. B. Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per PVC sewer service acceptably installed, including all necessary pipe, fittings, connections, solvent welded sleeves and adaptors, flexible coupling(existing clay to new PVC connections only), cleanouts,two-way cleanouts • 96th Avenue North Section IV - 11 Public Utility Renewal Cm) where specified, protection of existing utilities and facilities, locating existing sewer laterals,maintaining sanitary sewer sery ice at all times,service markers,plugs,removal and replacement of landscaping, pavement, sidewalks and other surface materials not specifically designated in the another pay item with compaction per FDOT standards, ,and all other work required for a complete installation.All sanitary sewer laterals shall be viewed with a Portable push camera system from the main to the property line cleanout after installation and road limerock installation and compaction. The camera system shall have a 1 -inch diameter tip, 50 foot (min) insertion probe, flexible video camera head with bright LED lighting, and a 6" (min) TFT LCD color monitor. The results shall be logged by the Contractor,including, size, and location, and provided to the County, Engineer of Record, and CEI. The location shall be marked in the Contractor's provided red line as-builts. Cleanouts allowed within a driveway shall have an epoxy coated rim and cover. 3.3 Private Property Sewer Service Lateral Replacement A. Measurement for private property service lateral replacement shall be based on the number of linear feet of sanitary service lateral replaced and accepted. B. Payment for replacing the private property sanitary service lateral further than the right- of-way (into private property) as determined on a case by case basis by the County, Engineer of Record, and CEI, will be made at the appropriate Contract unit price per linear foot of PVC sewer service lateral replaced, acceptably installed, including all necessary pipe, fittings, connections, solvent welded sleeves and adaptors, flexible coupling(existing clay to new PVC connections only where approved by the County, Engineer of Record,and CEI), cleanouts,protection of existing utilities and facilities, removal and disposal of existing lateral pipe, maintaining sanitary sewer service at all times, service markers, plugs, removal and replacement of landscaping, including private property landscaping and restoration, pavement, sidewalks and other surface materials not specifically designated in the another pay item, and all other work required for a complete installation. 3.4 Relocate Driveway Sanitary Service Lateral A. Measurement for relocating each sanitary service lateral located in a driveway will be based on the number of sanitary service laterals relocated to the property corner and accepted. B. Payment for relocating sanitary service laterals located in the driveway(up to the house cleanout line, into private property)will be made at the appropriate Contract unit price per PVC sewer service lateral relocate to the property corner, acceptably installed, including all necessary pipe,fittings,connections,solvent welded sleeves and adaptors, flexible coupling (existing clay to new PVC connections only), cleanouts, two-way cleanouts where specified, protection of existing utilities and facilities, locating existing sewer laterals,maintaining sanitary sewer service at all times,service markers, plugs,removal and replacement of landscaping,including private property landscaping and restoration, pavement, sidewalks and other surface materials not specifically designated in the another pay item, and all other work required for a complete installation. Sanitary sewer service laterals within driveways shall be adjusted per the Clean-out Adjustment detail. Only one connection to the sanitary main shall be 96th Avenue North Section IV - 12 Public Utility Renewal Ao is • allowed per sanitary service which shall be in a straight line, perpendicular to the sanitary sewer main, from the final location of the County owned ROW cleanout. Temporary piping is acceptable during construction to connect the existing sanitary sewer lateral to the final location of the lateral to main connection. Temporary lateral to main connections are not permitted. If the relocation of a sanitary sewer service lateral outside of a driveway is not possible due to existing site conditions, the Contractor shall request written permission from the County to install a sanitary sewer lateral within a driveway. Cleanouts installed within a driveway shall have an epoxy coated rim and cover. 3.5 Precast Polymer Concrete Manholes (Remove,Dispose,Replace) A. Measurement for installation and furnishing of precast polymer manholes, except as otherwise specified,will be based on the number of precast polymer manholes installed and accepted on the sanitary sewer main. B. Payment for furnishing and installing precast polymer manholes will be based on the actual number of manholes installed and accepted, including removal and disposal of all existing concrete manholes unless otherwise specified, all compacted gravel or crushed stone bedding, anti-flotation collars, HDPE or polymer concrete grade rings, sawing, concrete and epoxy work for reinforcements, drop manhole assembly installation, field adjustments, maintaining the wastewater collection system in operation at all times,bypass pumping,plugs,and pumper/vacuum trucks as necessary; protection of adjacent utilities and facilities,manhole frames and covers, coatings and linings, manhole joints, bottom channels, compaction per FDOT standards, and sanitary sewer connections. All precast polymer concrete manholes shall have a buoyancy collar at the manhole base. 3.6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole A. Measurement for connection of the gravity main to the new polymer concrete manhole, except as otherwise specified,will be based on the number of connections installed and accepted. B. Payment for installing the new connection to the manholes will be made at the appropriate contract unit price and shall include all required installation of pipe,collars to protect pipe lining, fittings, boots, maintaining the wastewater collection system in operation at all times,bypass pumping,plugs,and pumper/vacuum trucks as necessary; and all other items necessary to make the connection to the new polymer concrete manholes, All patching shall be per the manufactures recommendation and approved by County,Engineer of Record, and CEI. 3.7 Connect New Gravity Sewer to Existing Manhole A. Measurement for connection of the new gravity main to the existing manhole, except as otherwise specified, will be based on the number of connections installed and accepted. B. Payment for installing the new connection to the existing manholes will be made at the appropriate contract unit price and shall include all required drop manhole adjustment/removal/replacement, core drilling, sawing, installation of pipe, fittings, boots, maintaining the wastewater collection system in operation at all times, bypass 96th Avenue North Section IV - 13 Public Utility Renewal pumping,plugs,and pumper/vacuum trucks as necessary; and all other items necessary to make the connection to the existing manhole. 3.8 Conflict Crossing Through Existing Box A. Measurement for conflict crossing through an existing stormwater box shall, except as otherwise specified,will be based on the number of crossings installed and accepted. B. Payment for conflict crossing through an existing stormwater box be made at the appropriate contract unit price and shall include all required sawing, coring, concrete work, grouting, including patching; piping, conduit, Link-Seal, spacers, fittings, maintaining the wastewater and stormwater collection systems in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; and all other items necessary to make the crossing through an existing stormwater box. 3.9 Road Restoration—Stabilized Subgrade A. Measurement for removing and replacing FDOT certified stabilized subgrade will be based on the area of material actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing stabilized subgrade will be made at the appropriate contract unit price per square yard installed including furnishing all material, compaction per FDOT standards, testing, equipment, and disposal of old material. All activities should be in accordance with the Collier County ROW Standards and as detailed on the Plans. 3.10 Road Restoration -Limerock Base (8-Inch) A. Measurement for removing and replacing street base will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing street base will be made at the appropriate Contract unit price per square yard for FDOT certified base installed including furnishing all material, compaction per FDOT standards, testing, equipment, and disposal of old material. Replace all base in accordance with the Collier County ROW Standards and details shown on the Plans. 3.11 Road Restoration—2-1/2"Asphalt(Two Lifts) A. Measurement for removing and replacing street pavement surface will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing, disposing and replacing street pavement surface will be made at the appropriate Contract unit price per square yard for pavement surface installed in the work. Replace all pavement surface in accordance with the Collier County ROW Standard Details and details shown on the Plans. This payment item shall be all encompassing for all asphalt, sign removal and replacements, reflective pavement markers,testing,and temporary and final(thermoplastic)striping placed.This payment item shall cover both lifts of asphalt. Contractor may apply for fifty percent (50%) payment at the completion of the first lift of asphalt, and the remaining fifty percent (50%) shall be paid at the completion and acceptance of the second lift. 3.12 Milling&Resurfacing 96th Avenue North Section IV - 14 Public Utility Renewal A. Measurement for milling and resurfacing surface will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing, disposing and replacing street pavement surface will be made at the appropriate Contract unit price per square yard for pavement milled and resurfaced. Mill and resurface all pavement surface in accordance with the Collier County Standard Details and details as shown on the Plans.This payment item shall be all encompassing for all asphalt, sign removal and replacements, reflective pavement markers, and temporary and final (thermoplastic) striping placed. This payment item shall include 1-inch minimum milling with Type SP-9.5 asphalt (1-inch minimum) placed with the final lift of asphalt. 3.13 Allowance A. An allowance is established to cover unanticipated costs including,but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material,lump sum, or unit price basis as agreed upon by the Contractor, County,Engineer of Record, and CEI. SECTION 4: STORMWATER SYSTEM 4.1-4.6 Drainage Pipe(Various Types and Sizes) A. Measurement for drainage pipe shall be based on the horizontal laying length of the pipe in linear feet as measured from inside wall to inside wall of inlets,and accepted in accordance with the Drawings and Specifications, as measured along the center line of the completed pipe. B. Payment for furnishing and installing various types and sizes of storm drain pipe will be made at the contract bid for unit price per linear foot and shall include disposal of is excess material, removal and disposal of existing storm culvert pipe, gravel trench, installation of pipe and fittings, silt socks,gaskets, all equipment, installation of gravel water quality trenches as specified in the plans, and all other incidentals necessary to complete the installation as specified. Repair of silt sock shall be per manufacturer's recommendations and as approved by the County,Engineer of Record, and CEI. 4.7-4.9 Catch Basin/Catch Basin with Weir Plate/Catch Basin with Sedimentation Sump (Various Types and Sizes) A. Measurement for the construction of Catch Basins and Sedimentation Catch Basins shall be based on the number of catch basins actually installed and accepted. B. Payment for furnishing and installing the catch basins will be made at the contract bid unit price per catch basin installed, including,disposal of excess material,inlet bottom, field adjustments, cutting, concrete reinforcement work, riser (if required), frame, adjustments, concrete weir plates, grate or cover, swale grading as shown on the plans as measured from the structure to the nearest driveway or to the midpoint between two structures, any incidental regrading, and all transportation, labor equipment and all other incidentals required to construct the new inlet complete in place. Section IV - 15 96th Avenue North Public Utility Renewal 4.10 Yard Drain A. Measurement for the construction of Yard Drains shall be based on the number of yard drains actually installed and accepted. B. Payment for furnishing and installing yard drains shall be made at the unit price for each yard drain furnished and installed.Payment will be full compensation for all swale grading as shown on the plans as measured from the structure to the nearest driveway or to the midpoint between two structures, side drain adaptors, incidental regrading, fittings, adaptors, and all transportation, labor, equipment and all other incidentals required to install the yard drains as shown on the Drawings. Yard drain rim elevations depicted in the drawings are approximate, the exact rim elevations shall be field determined per the maximum slopes as defined in the contract documents. 4.11 Connection to Existing Storm Structure A. Measurement for connection of the new stormwater pipe to the existing catch basin, except as otherwise specified,will be based on the number of connections installed and accepted. B. Payment for installing the new connection to the existing catch basins will be made at the appropriate contract price and shall include all required structure modifications, sawing, and installation of pipe, fittings, and all other items necessary to make the connection to the existing catch basin. 4.12 Modification of Existing Storm Structure A. Measurement for adjustment of an existing storm structure except as otherwise specified, will be based on the number of existing storm structures modified and accepted. B. Payment for modifying existing catch basins will be made at the appropriate contract price and shall include all required structure modifications up to 12-inches, sawing, grouting, bricking, reinforced concrete, and installation of pipe, fittings, and all other items necessary to make the modification to the existing catch basin. � I 4.13 Allowance A. An allowance is established to cover unanticipated costs including, but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material,lump sum,or unit price basis as agreed upon by the Contractor, County,Engineer of Record, and CEI. END OF SECTION 96th Avenue North Section IV - 16 Public Utility Renewal CAO GradyMinor SECTION V SPECIAL PROJECT PROVISIONS 96th Avenue North Public Utility Renewal 1. Time is of the essence on this project and construction activities from mobilization to demobilization, including final restoration, must be completed within 395 days from the issued Notice to Proceed. The resulting contract will commence on issuance of a notice to proceed (NTP)and be in effect until completion of the project. 2. All driveways shall be restored to their previous condition or better, according to Collier County Standards. Gravel, dirt, and concrete driveways shall be replaced with reinforced concrete to the edge of the right-of-way and asphalt driveways shall be replaced with asphalt to the edge of the right-of-way,unless otherwise specified on the plans.Concrete driveways shall have a thickened apron and reinforcements on the apron as shown in the plans to prevent cracking. Existing brick pavers shall be placed on pallets, wrapped, and stored onsite to prevent damage. If additional brick pavers are required for restoration, the Contractor shall coordinate with the property owner, County, and CEI to ensure an acceptable matching brick paver is ordered by the Contractor. Decorative and colored concrete driveways shall color and pattern match the existing driveway. If a matching color or stamp is unavailable, the contractor shall coordinate with the property owner, County, and CEI to ensure an acceptable substitute is used. 3. During construction, the Contractor shall keep one lane of traffic open at all times on all affected roads. Flagmen shall be utilized to assist traffic through the construction zone when two lanes of travel are not provided. Flaggers shall possess a Temporary Traffic Control (TTC) Basic Flagger Certificate per requirements set forth by the Florida Department of Transportation. Access onto existing streets and drives shall be maintained to local traffic, emergency vehicles, delivery vehicles, postal vehicles, public transportation, solid waste and recycling vehicles, and property owners. At all times, access must be provided to existing fire hydrants, valves, meters/backflow devices, manholes, and cleanouts. 4. Notification of road closures must be provided in writing to the Collier County Sherriff s Office and the North Collier Fire Rescue District at least 72 hours in advance of the road closures.Road Closure notification forms shall be submitted to the Collier County Growth Management Department each week. Access to each residence and business shall be maintained for emergency vehicles at all times. At no time may a roadway be blocked at two locations within on block. Contractor must provide a road closure plan and schedule for review by the County,EOR,and CEI 7 days prior to all proposed road closures. 5. Reinforced polymer concrete manholes shall be used for each manhole installation of this project. All reinforced polymer concrete structures must be supplied by a qualified company with a minimum of 5 years experience manufacturing polymer concrete. All 96`h Avenue North Public Utility Renewal Section V - 1 ••••+. - GradyMinor reinforced polymer concrete structures shall be manufactured and installed with the applicable requirements of ASTM C76, C478, C443, D6783, C267, A82, A165, A496, A497,A615,and A615M. In no cases shall the wall thickness be less than 4 inches for 60" diameter and larger and 2" for 48"diameter. Internal protection (coating) is not required with this material. All precast polymer concrete manholes shall have a buoyancy collar installed at the manhole base. 6. All cuts and modifications made to the reinforced polymer concrete manholes must be repaired and formed with a pre-proportioned Epoxy Polymer concrete prepared and installed according to the manufacturer's specifications. 7. Televising of the installed sanitary sewer mains and laterals from the main to the property line cleanout)shall occur after the road limerock base is compacted. Results shall be made available to the County, CEI and Engineer of Record prior to the placement of the first lift of asphalt. 8. The Contractor shall notify Collier County Utilities Department at least ten(10) calendar days in advance of all planned service interruptions,and receive County Project Manager's approval before proceeding with planned interruptions. 9. Contractor shall assume all existing mains arc unrestrained at the connection points and will agree to restrain the mains in accordance with the Collier County Water-Sewer District, Utilities Standards Manual. 10. Work shall be limited to 7:00 AM to 7:00 PM Monday through Saturday. No work shall be permitted on Sundays and County Holidays without ,nor approval. Please see the following link for Collier County's I lolidays: https://www,collierelerk.comielerks officetholidays 11. Contractor's site superintendent(s) must attend all meeting relating to the project, including, but not limited to: progress meetings, neighborhood information meetings, on- site meetings, and any other meeting deemed necessary by Collier County, 12. All Collier County Water-Sewer District, Utilities Standards (design criteria, specifications,and details) are applicable to this project and are made part of the Contract Documents by reference to current County Utilities Standards, located at the following web address: http://www.collier,gov.netiindex.aspx?page=389 In the event of a conflict between the County Utility Standards and these specifications and drawings,the more stringent requirement shall apply. 13. Contractor shall he responsible for all costs associated with installing and testing of all compact fill materials and road base and sub-base to avoid future settlement. Within paved areas,at a minimum,backfill and compaction shall be per detail MOT Index 125-011 and Specifications Section 125. Perform compaction density tests at all such back fill areas with spacing not to exceed 100 feet apart and on each compacted layer for paved areas. 96th Avenue North Poblic Utility Renewal Section V -2 X11 GradyMinor For unpaved areas, compaction shall be per FDOT index 125-011 and testing shall take place a minimum of every 500 feet, or a minimum of one test per every section of pipe laid. Compaction testing density shall be per ASTM D 1557. 14. Contractor shall be responsible for all inspection and testing unless otherwise specified. For tests to be made by the Contractor, the testing personnel shall make the necessary inspections,furnish all material and equipment to properly perform the testing,and furnish all results to Collier County for acceptance of all equipment and installation as required. 15. Contractor shall be responsible for the cost of all testing as required. 16. New water main and service piping(from main to curb stop at meter)shall be constructed, pressure tested,flushed (full bore), and bacteriologically cleared for FDEP clearance. 17. Contractor to pre-test all pressure piping and meet AWWA C600-17 (or current edition) allowable loss standards for a minimum of one hour before commencing the pressure test. 18. Flushing (full bore and dechlorination) and water from dewatering operations shall not enter the US41 ROW and/or drainage system. 19. The Contractor shall provide for review by the Owner and Engineer a detailed sequence of construction that identifies how new gravity sewer and service laterals will be installed, as well as system testing,while keeping the existing system in service. If the Contractor is not anticipated to finish the project within the contracted completion time, the County reserves the right to require a schedule detailing how the Contractor proposes to finish within the contract time. 20. Clearing and grubbing shall be limited to work areas only. Contractor shall be responsible for restoring all areas disturbed by his work. All disturbed areas shall be restored to pre- construction conditions. Contractor shall be required to water vegetation replaced until established/rooted. 21. Trees and shrubs within the work area shall be removed as directed by Collier County and/or the property owner. Irrigation shall be fully restored from ROW to ROW. No additional payment shall be made for restoration per the ROW standards. 22. All fences damaged/removed outside the limits of the ROW shall be restored to their original conditions. 23. In accordance with the Collier County requirements,apse-construction video(dry and wet conditions) shall be taken with copies provided to the County and Engineer. Contractor shall supplement these videos with still photographs (in addition to the pictures required in the Pre-Construction Assessment Forms) as necessary to reflect existing conditions. This shall include but not be limited to sod type, driveways and driveway culvert, and driveway conditions from the ROW to the property structure. The Contractor may be 96th Avenue North Public Utility Renewal Section V -3 CAt) /Ll GradyMinor required to restore private properties to conditions better than existing, at no additional cost to the County, if the Contractor fails to sufficiently document existing conditions. 24. Contractor shall be responsible for all construction layout and preparation of Record Drawings in accordance with County requirements. This shall include but not be limited to water main,valves,fire hydrants and services,gravity sewer laterals,approved changes, and stormwater. 25. Contractor shall field verify the location (horizontal and vertical), size, and material of all utilities (public and private) within the limits of the project and all utility mains which connections are to be made (including existing sanitary sewer laterals). Contractor shall conduct pot-holing of all areas a minimum of one (1) week prior to any work in an area. This shall be reviewed with the County and Engineer to allow adjustment of mains as required to minimize conflicts. 26. Contractor shall contact all utility suppliers, including but not limited to Collier County, Comcast, Summit Broadband, Inc., Florida Power& Light, and CenturyLink for locating of their facilities. Contractor shall coordinate with these utilities for protection and adjustment of their facilities as needed. All costs shall be included in individual bid items. 27. Contractor shall be responsible for all Maintenance of Traffic for the project. Maintenance of Traffic shall be in accordance with the FDOT Standard Index and the Manual of Uniform Traffic Control Devices (MUTCD, Part VI). Existing traffic conditions may warrant night work. If night work is required,the Contractor will be responsible for proper MOT at no additional cost. 28. The Contractor shall be responsible for obtaining equipment and material storage areas and all necessary permits, ROW, and temporary construction access. For storage areas, the Contractor shall: a. Provide a copy of all Agreement to the County and Engineer of Record. b. Obtain a ROW permit for the storage area. c. Obtain a Temporary Use Permit for the storage area. 29. The Contractor shall be responsible for maintaining all work areas in a safe and clean manner as identified in the County Utilities Standards Manual. This shall include but not be limited to daily watering and intermediate watering as needed of bare soil roadways and sweeping of roadway and sidewalk surfaces. 30. All excavation shall be unclassified with no additional payment to be made for rock, unsuitable material, or dewatering (except fordewatering associated with piping and pumping under Vanderbilt Drive). The Contractor shall be responsible for making his own site observations and exploration to determine site conditions prior to bidding. 31. The Contractor shall prepare and provide for review by the Owner and Engineer an MOT Plan, Asbestos Removal Plan, Tropical Storms and Hurricanes Plan, Sewer Bypass Plan, and Safety Program/Risk Management Program. 96th Avenue North Public Utility Renewal Section V -4 11/3 GradyMinor 32. The contractor is responsible for providing a third-party independent consultant to perform vibration monitoring adjacent to existing homes and structures during all construction activities.The monitoring equipment shall be located within the equipment manufacturers allowable tolerance distance from construction activities at all times. All monitoring shall be done at the limits of the right-of-way.Payment shall be incidental to the project.Reports shall include location of the equipment,time, and maximum PPV, either once per day, if the vibration monitor is not relocated,or upon each relocation of the vibration monitoring device. Upon either detecting vibration levels reaching 0.5 inches per second or damage to the structure, immediately stop the source of vibrations, backfill any open excavations, notify the Engineer and provide a corrective action plan for acceptance by the Engineer. Vibration monitoring and reporting shall follow the U.S. Bureau of Mines standards and reports shall be signed and sealed by a State of Florida Professional Engineer and delivered weekly to the County, EOR, and CEI. The Contractor's qualified subcontractor shall be the only party allowed to determine the proper location for monitoring and setting up the vibration monitoring equipment. 33. The Contractor shall submit for each property a Pre-Construction Assessment Form prior to commencement for the phase of work during which the property will be impacted.The Pre-Construction Assessment Form is included in Section LX of this document.An editable electronic version of the form will be provided to the Contractor. Each form shall be prepared electronically and submitted as an un-editable PDF to the County. The file name shall reflect the property address in the following format: Street Name, Property Number (i.e. 96th Avenue, 727.PDF) Duplexes and properties with multiple addresses per legal parcel shall be submitted as separate sheets in the following format: Street Name, Legal Property Number,Type of residence(duplex, apartment, etc.), Street Number on building (i.e. 96th Avenue 727,Duplex 731.PDF). 34. The Contractor shall furnish, install, and maintain two project identification signs at the following locations: a. Facing east on 96th Avenue North just west of the US 41 intersection. b. Facing west on 96th Avenue North just east of the Vanderbilt Drive intersection. The Contractor shall update the information on the signs as required by the Owner up to two times during the project and shall remove the signs on completion of construction. Contractor's name and the name and telephone number of the Contractor's contact person to be included on the sign. Graphic design, style of lettering, and colors shall be approved by the Engineer and the Owner. The sign shall be manufactured by a professional experience in type of work required and shall be painted to adequate resist weathering and fading for scheduled construction period. The sign shall be one piece and made of new marine grade plywood wood or metal, in sound condition structurally adequate and suitable for specified finish, with a thickness as required to span framing members, to provide even, smooth surface without waves or buckles. All hardware shall be galvanized bolts, nuts and washers. Nailing will not be permitted.Each sign shall be of size of not less than 32 square feet with design, lettering, and construction as shown in the following Project Sign detail specifications: 96th Avenue North Public Utility Renewal Section V - 5 ,C'Af? CIGradyMinor The left one-quarter(114) of the sign shall contain the official Collier County logo and a listof the current Collier County Board of County Commissioners with names and district. Color shall be English Ivy Green glossy background with white letters. Donna Fiala— Andy Solis,Esq.—2 Burt L. Saunders—3 Ater County . Penny Taylor 4 William L.McDaniel,Jr. 5 Tag line under the list of commissioner names shall read,"Working to improve your water, • sewer, and stormwater service," The right three-quarters of the sign shall contain the following on a white background with English Ivy Green letters (as an example): Name of Project: 950 Avenue Public Utilities Renewal Project Design Professional: Q. Grady Minor& Associates, P.A.. Project Contractor: Project Management: Collier County Public Utilities Dept, Project Inspector: Stantec Project Completion Date: For more information, please call: (239) 269-1890 or email us at NaplesParkPUR@stantec.com Color: White background with English Ivy Green letters The right lower one quarter(1/4)of the sign shall contain the official Public Utilities Renewal logo • Irts0A • Overall border shall be glossy black. The size of the sign shall be four feet(4')high by eight feet(8') wide,The sign shall be in conformance with the Collier County Land Development Code and in a format approved by the county. • Construction sign shall be supported by a minimum of two 4"X 4" posts painted white. • Removal and disposal of the sign atter project completion is the • responsibility of the contractor, • A proof of the sign must be approved by the County,Engineer of Record, and CEI before the contractor sends it for production. cRin' Avenue North Public Utility Renewal Section V—6 Ai GradyMinor SECTION VI PERMITS 96th Avenue North Public Utility Renewal The following Permits for the Project will be obtained by Collier County or are the Contractor's responsibility to obtain, as noted below. Copies of all obtained Permits shall be made available to the Contractor. It shall be the Contractor's responsibility to read and understand all Permit and Permit Conditions. 1. FDEP Permit to Construct PWS Components 2. FDEP Wastewater Permit-Permit 3. SFWMD Environmental Resource Permit Letter Modification 4. SFWMD Generic Permit for Discharge of Ground Water from Dewatering Operations — Permit: FLG071714-001 5. SFWMD Dewatering Permit Letter Modification and Extensions—To be submitted by the County with coordination from the Contractor. 6. Collier County ROW Permit-To be submitted by the County with coordination from the Contractor. 7. Collier County Temporary Use Permit (for storage areas) - To be submitted by the Contractor. is ik 96th Avenue North Section VI - 1 Public Utility Renewal CAO SECTION VII 96TH AVENUE NORTH PUBLIC UTILITIES RENEWAL MATERIAL DELIVERY/RETURN CONFIRMATION NOTE: This form is to be completed by Contractor and County Representative at time of all material delivery to site and at time of all pick up of returned materials. All material shall be reviewed for condition,type, size and quantity. Delivery or pick-up tickets should be attached to form. DATE: COUNTY REPRESENTATIVE: CONTRACTOR REPRESENTATIVE: MATERIAL DELIVERY OR PICKUP: DELIVERED OR PICKED UP BY: MATERIAL(LIST BELOW) ITEM SIZE QUANITY COMMENTS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. }} PROVIDE ADDITIONAL COMMENTS AS NECESSARY: County Representative Contractor Representative Section VII-1 96th Avenue North Public Utilities Renewal RISK MANAGEMENT DEPARTMENTfff Co er County ASBESTOS REMOVAL PLAN SUBJECT: ASBESTOS REMOVAL &CONTRACTOR OPERATIONS REFERENCE: CMA 5902&ALL APPLICABLE STATE, LOCAL, COUNTY & FEDERAL REGULATIONS EFFECTIVE DATE: 10/27/10 REVISION DATE: 7/2017 Purpose This Asbestos Removal and contractor operations Written Plan establishes Collier County's requirements for the safe work practices whenever asbestos containing material and/or suspected asbestos containing material is disturbed. This may include the demolition of buildings, insulation materials, underground piping, etc. This written program applies to all asbestos removal operations performed within Collier County Government where employees may encounter asbestos or suspected asbestos containing material as part of their job duties, This plan also outlines the minimum requirements our contractors must follow when encountering asbestos or suspected asbestos containing material during demolition, insulation removal and/or underground piping repair, replacement or removal. Scope The control of asbestos removal via written programs and task procedures, such as JSA's are only one cornponert of assuring "cradle to grave" control over the safe and environmentally responsible removal of asbestos. Therefore, affected departments have the responsibility in conjunction with Risk Management to ensure the work they perform as well as the work performed by contractors is completed according to all applicable OSHA, EPA, FDEP and/or DOT regulations. This plan is intended for Collier County buildings, utilities and property under control of the board of County Commissioners and is not designated for asbestos identification and/or removal activities within public schools operations that are regulated under 40 CFR part 763 Subpart E. Administrative Duties/Responsibilities Collier Cointy's Risk Management Department has developed this written plan and maintains the master copy of this asbestos removal plan. This department is responsible for all facets of the master plan and has full authority to make necessary decisions to ensure the success of this plan. Collier County's Safety staff is also qualified, by appropriate training and experience that is commensurate with the complexity of the plan, to administer or oversee our asbestos removal written plan,which includes shutting down any operations that do not meet BCC/Local/State or Federal EHS Regulations, Guidelines or Best Practices. Department Site-Specific Plans The master plan does not contain all site-specific additions to this master plan. Development, maintenance and revision of site-specific plans are the responsibility of each affected department and will vary by department, Site-specific Plans shall be developed using a'Department Insert"to accompany the master copy of this plan. Records Retention ▪ Each facility/department is responsible to maintain copies of all forms indefinitely.Where revisions are made to their site-specific plan, the outdated document shall be retained indefinitely. • Each facility/department is responsible to maintain copies of all employee training lists, waste disposal manifests and any inspection forms indefinitely The Risk Management Department maintains a copy of the master plan and copies of completed arid submitted site-specific plans. Each affected department is responsible for maintaining the master plan and a site-specific plan and that the Contractor has a copy of the plan. Table of Contents Section I Definitions Page 3 Section II Applicable Regulatory Requirements Page 4 Section III Inventory Surveillance and Notification Page 4 Section IV Training Requirements Page 5 Section V Use of Personal Protective Equipment Page 5 Section VI Medical Surveillance Page 6 Section VII FDEP Notification Requirements Page 6 Section VIII Removal and Handling Requirements Page 7 Section IX Contractor Requirements Page 8 Section X Disposal Requirements Page 9 Section XI Prohibited Practices Page 9 Note: All Attached forms are Examples only—Obtain Originals from Risk Mgt Appendix A Asbestos Inventory Page 10 Appendix B Non Hazardous Waste Manifest Page 11 Appendix C FDEP Notification Form Page 12 Appendix D Department Specific/Site Specific Program Insert Page 14 Appendix E Medical Questionnaire Page 15 Appendix F Project Initialization Checklist Page 16 Appendix G Construction/Removal Checklist Page 17 Appendix H Disposal Checklist Page 18 Appendix I Document Control Checklist Page 19 Appendix J(a) WMI Waste Profile Form -Friable Page 20 Appendix J(b) WMI Waste Profile Form -Non-Friable Page 21 Section I Definitions 2 Asbestos: includes chrysotile, amosite, crocidolite, tremolite asbestos, anthophyllite asbestos, actinolite asbestos, and any of these minerals that has been chemically treated or altered. Asbestos-Containing Material (ACM): any material containing more than one percent asbestos. Class I Asbestos Work: the removal of thermal system insulation and/or surfacing material (ACM or PACM). Class II Asbestos Work: removal of any ACM which is not Class I, such as wallboard,floor tile, ceiling tile, linoleum, transite board, roofing materials and mastics. Class Ill Asbestos Work: repair and maintenance operations where ACM is likely to be disturbed. Class IV Asbestos Work: maintenance and custodial activities during which employees contact but do not disturb ACM, and activities to clean up dust and debris which may be generated by Class I, II, or III work. Clearance Air Monitoring:Air monitoring conducted by an Asbestos Project Monitor at the conclusion of an asbestos project. Clearance air monitoring includes the successful completion of a final visual inspection for work area debris and the collection and analysis of air samples in accordance with AHERA protocols. Competent person means, in addition to the definition in 29 CFR 1926.32 (f), one who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy for asbestos exposure,who has the authority to take prompt corrective measures to eliminate them, as specified in 29 CFR 1926.32(f): in addition, for Class I and Class II work who is specially trained in a training course which meets the criteria of EPA's Model Accreditation Plan (40 CFR 763)for supervisor, or its equivalent and, for Class III and Class IV work,who is trained in a manner consistent with EPA requirements for training of local education agency maintenance and custodial staff as set forth at 40 CFR 763.92 (a)(2). Demolition -The wrecking or taking out of any load-supporting structural member of a facility together with any related handling operations or the intentional burning (i.e. practice burns) of any facility. DOT—U.S. and/or Florida Department of Transportation EPA—U.S Environmental Protection Agency FDEP—Florida Department of Environmental Protection Friable Asbestos Containing Material: any material containing more than one percent asbestos,which when dry, may be crumbled, pulverized or reduced to powder by hand pressure. High Efficiency Particulate Air(HEPA) Filter: a filter capable of trapping and retaining at least 99.97 percent of all mono-dispersed particles of 0.3 micrometers in diameter. ich es the riteria in SHA Negative Exposure ( t(NEA): a hat thedempltoyee exposure duuron by the ing theyer, hmonitored ilop operation scexpectedOto be 29 (CFR) 1926.1101 paragraph (f) (2) (iii), consistently below the PELs. Non-Friable Asbestos Containing Material: materials in which asbestos is bound in a matrix which cannot, when dry, be crumbled, pulverized or reduced to powder by hand pressure(such as floor tile and asphaltic building materials). NESHAP—EPA mandated National Emissions Standards for Hazardous Air Pollutants OSHA—U.S. Occupational Health and Safety Administration Permissible Exposure Limits (PELs): (1)Time Weighted Average(TWA): the employer shall ensure that no employee is exposed to an airborne concentration of asbestos in excess of 0.1 fiber per cubic centimeter as an eight(8) hour time loyer shall ensure concentration ong entrat on of asbe. estos in excess ofExcursion Limit(1.0 fiber perL): the pcuubic centimeter of aiirtno employee is as averaged overxa sampling period of thirty concentr (30) minutes. 3 II Presumed Asbestos Containing Material (PACM):thermal system insulation and surfacing material in buildings constructed no later than 1980, are assumed to contain asbestos until it has been analyzed to verify or negate its asbestos content. Regulated Asbestos Containing Material: (RACM) is (a)friable asbestos material, (b) Category I non-friable ACM that has become friable, (c)Category I non-friable ACM that will be or has been subjected to sanding, grinding, cutting or abrading,or(d) Category II non-friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by the forces expected to act on the material in the course of demolition or renovation operations. Regulated Area: means an area established by the employer to distinguish areas where airborne concentrations of asbestos exceed or there is a reasonable possibility that they may exceed the permissible exposure limits. Renovation -Altering a facility or one or more facility components in any way, including the stripping or removal of Regulated Asbestos Containing oMaffectin (RACM) structural members or aovation could be,roof replacemenbut not limited to, any interior renovation or remodel9 t. Vinyl Asbestos Floor Tile (VAT):vinyl floor tile and in some cases its mastic which contain more than one percent asbestos and must be handled as ACM. Section II — Applicable Regulatory Requirements OSHA—29 CFR 1910.1001 -Worker protection measures-engineering controls, worker training, labeling, respiratory protection, bagging of waste, permissible exposure level. OSHA—29 CFR 1926.1101 -Worker protection measures for all construction work involving asbestos, including demolition and renovation-work practices,worker training, bagging of waste, permissible exposure level. DOT—49 CFR Parts 171 and 172 -Regulates the transportation of asbestos-containing waste material. Requires waste containment and shipping papers. EPA—40 CFR Part 61 Subpart M—Regulates disposal activities in regards to emissions standards for manufacturing and removal of asbestos. EPA—40 CFR Part 763 Subpart G -Protects public employees performing asbestos abatement work in States not covered by OSHA asbestos standard. EPA—40 CFR Part 763 Subpart E—Sets forth training requirements for asbestos workers performing work in Schools, Public Buildings, or Commercial Buildings. F.A.C.—62-257—Florida Department of Environmental Protection asbestos removal program FS Section 469—Licensing Requirements Section III —Inventory, Surveillance, and Notification Collier County Departments are required to maintain an Inventory of all asbestos containing material (appendix A). All accessible functional spaces with known or suspected asbestos containing materials other than flooring are required to be visually inspected at a minimum of twice a year. Spaces with known or suspected asbestos containing flooring are inspected once per year.The current condition of the asbestos containing material is evaluated relative to its condition at previous surveys. Deterioration or a change in the condition of any asbestos containing material is documented. If this deterioration results in a significant health risk to building occupants the deteriorated area is scheduled for hazard abatement. Inspections are performed by individuals who are currently certified as EPA Asbestos Building Inspectors owho oihave been trained to recognize asbestos hazards. Each affected department is responsible to ensure that properly ned personnel are available for inspections. This person or persons shall be designated on their Department/Site-Specific Insert that accompanies this master plan. 4 Buildings presumed to contain asbestos containing materials are posted with a notice sign alerting occupants to the presence of asbestos and guidance on where to find further information. These notices are posted inside of the buildings near the entrances. Contractors performing work on a Collier County Building or utility that contains asbestos are notified about the presence of asbestos containing materials. An updated asbestos survey, identifying both friable and non-friable asbestos containing materials, must be conducted of any building or section of a building that is scheduled for renovation or demolition.A draft copy of the survey must be reviewed by the Risk Management for completeness prior to accepting the final product.A copy of the updated survey must be kept on site until the renovation or demolition activities are completed. The survey must be conducted under the supervision of a Florida licensed asbestos consultant. Individuals performing asbestos surveys must be certified as EPA asbestos inspectors through a Florida approved training provider. Occupants of areas adjacent to planned asbestos removal projects must be notified prior to the start of removal activities. This notification may be in writing or by personal communication and must include information pertaining to what material is being removed and what measures are being taken to prevent exposure to asbestos fibers. Section IV— Training Requirement There are various levels of training required depending on the type of involvement with asbestos materials. Each department is responsible for ensuring employees are trained for their level of asbestos involvement. Environmental Health and Safety staff can guide and assist in training. Documentation of training activities must be provided to the Risk Management office. Awareness Training -This is the most basic level of training, and is required for custodial and maintenance employees assigned to a building or utility containing asbestos or presumed asbestos containing materials. Class I or Class II- Employees who will be removing or disturbing asbestos or presumed asbestos containing materials must be trained equivalent in curriculum, training method and length to the EPA Model Accreditation Plan asbestos abatement worker training. The state of Florida requires at a minimum this course be four days in length. Class II Cement piping—All workers must have completed an approved 8 hour class II Cement Piping Removal course Class Ill or Class IV— Employees must be trained in aspects of asbestos handling appropriate for the nature of the work, to include procedures for setting up glove bags, and mini enclosures, practices for reducing asbestos exposures, use of wet methods, the content of OSHA Construction Standard for Asbestos, and the identification of asbestos. Such training shall include successful completion of a course that is consistent with EPA requirements for training of local educational agency maintenance and custodial staff as set forth at 40 CFR 763.92(a)(2), or equivalent. Other Requirements—Employees involved in class I, II, or III asbestos work must also have medical clearance, be properly fitted, and instructed in the usage and care of a respirator, be enrolled in the collier county medical surveillance program as outlined in section VI. Section V - Use of Personal Protective Equipment Respiratory Protection—Respiratory protection must be worn at all times during any work that may or has the potential to disturb asbestos. At a minimum the respiratory requirements are a 100 percent efficiency HEPA filter. Eye protection—Goggles must be worn at all times during any work that may or has the potential to disturb asbestos Protective Clothing—Protective clothing must be worn at all times during asbestos work. At a minimum this includes a Protective suit(i.e. Tyvek), disposal inner and outer gloves, a disposable hood, and boot covers. Decontamination—All clothing worn during asbestos work must be discarded or decontaminated once the work is complete. All disposed clothing will be wrapped with the asbestos containing material and disposed of in a similar way. At a minimum staff must decontaminate equipment such as tools and respirators with light soap and water. 5 Example:Contaminated clothing, gloves and material wrapped securely in 6 mil or thicker plastic, and then adequately taped to ensure no contaminated material can escape. Section VI — Medical Surveillance It has been determined that Collier County Government does not have any division, department or section/location that performs asbestos work for a combined total of 30 days or more per year or are exposed above the permissible exposure or excursion limit. Therefore, the following medical requirements are only listed should the agency meet the below listed requirements in the future. Medical examinations and consultations are required for all employees who are engaged in asbestos work for a combined total of 30 or more days per year or; are exposed at or above the permissible exposure limit or excursion limit; and for employees who wear negative pressure respirators. Days when fewer than sixty minutes of asbestos work are completed are not included in the 29-day count. These examinations are repeated at least annually thereafter. If the examining physician determines that any of the examinations should be provided more frequently than specified, affected employees will be examined at the frequencies specified by the physician. Medical examinations include a medical and work history,with special emphasis directed to the pulmonary, cardiovascular, and gastrointestinal systems. Along with a pulmonary function test, any examinations or tests deemed necessary by the examining physician will be included. A copy of the medical questionnaire can be found in appendix E. Information Provided to the Physician The following information must be provided to the physician by the employee's supervisor before the physical. -A description of the affected employee's duties as they relate to the employee's exposure. -The employee's representative exposure level or anticipated exposure level. -A description of any personal protection equipment to be used by the employee. -Any information from previous medical examinations of the affected employee that is not otherwise available to the examining physician. Physician's Written Opinion The examining physician provides a written statement consisting of the physician's opinion whether the employee has any detected medical conditions that would place the employee at an increased risk of health impairment from exposure to asbestos.Any recommended limitations on the employee, or on the use of personal protective equipment such as respirators, will be noted in the opinion. The opinion will also include statements that the employee has been informed by the physician of the results of the medical examination, and any medical conditions that may result from asbestos exposure. A statement will also be included that the employee has been informed by the physician of the increased risk of lung cancer attributable to the combined effect of smoking and asbestos exposure. The physician will not reveal in the written opinion specific findings or diagnoses unrelated to occupational exposure to asbestos.The supervisor will provide a copy of the physician's written opinion to the affected employee within 30 days from its receipt. Section VII — FDEP Notification Requirements The Florida Department of Environmental Protection (DEP) administers an asbestos removal program under Chapter 62- 257, Florida Administrative Code. The program's intent is to prevent the release of asbestos fibers to the outside air during demolition or renovation activities. The program requires prior notification to the DEP on the removal of threshold amounts of asbestos from certain types of facilities. These thresholds are noted below under the renovation and demolition sections. In the event that a threshold is met and notification is required there is a 10 day waiting period from the time DEP has been notified to when renovation 6 can begin. The waiting period is not required if the removal is for emergency purposes, if the removal is an emergency operation then notification shall be provided to the DEP within 24 Hours. Renovation -Asbestos National Emission Standards for Hazardous Air Pollutants (NESHAP) regulations must be followed for all renovations of facilities with at least 80 linear meters (260 linear feet)of regulated asbestos-containing materials (RACM) on pipes, or 15 square meters (160 square feet)of regulated asbestos-containing materials on other facility components, or at least one cubic meter(35 cubic feet) off facility components where the amount of RACM previously removed from pipes and other facility components could not be measured before stripping.These amounts are known as the"threshold"amounts. Demolition -Asbestos NESHAP regulations must be followed for demolitions of facilities with at least 80 linear meters (260 linear feet)of regulated asbestos-containing materials (RACM)on pipes, 15 square meters (160 square feet)of regulated asbestos-containing materials on other facility components, or at least one cubic meter(35 cubic feet) off facility components where the amount of RACM previously removed from pipes and other facility components could not be measured before stripping. However, all demolitions must notify the appropriate regulatory agency, even if no asbestos is present at the site, and all demolitions and renovations are"subject"to the Asbestos NESHAP insofar as owners and operators must determine if and how much asbestos is present at the site. If Category II non-friable ACM has not crumbled, been pulverized or reduced to powder and will not become so during the course of demolition/renovation operations, it is considered non-friable and therefore is not subject to Asbestos NESHAP or FDEP notification requirements. However, if during the demolition or renovation activity it becomes crumbled, pulverized or reduced to powder, it is covered by the Asbestos NESHAP and FDEP requirements. Prior to all renovation, demolitions, or removal of asbestos contact the Risk Management Department for further regulatory guidance. Section VIII — Removal and Handling Requirements A department/Site-Specific program insert must be developed for each new removal task.Where each task is similar in nature, a common procedure, such as a Job Safety Analysis may suffice for the department/site-specific insert. Regulated area—The area around where the work is being performed must be marked off as a regulated area and can be accessed by individuals who are trained, qualified, and wearing appropriate PPE. There must be signs posted around the work site that are clearly visible, and state the following: DANGER ASBESTOS CANCER AND LUNG DISEASE HAZARD AUTHORIZED PERSONEL ONLY Where the use of respirators and protective clothing is required in the regulated area the warning sign shall include: RESPIRATORS AND PROTECTIVE CLOTHING ARE REQUIRED IN THIS AREA Class I -This is work involving the removal of thermal system insulation, or surfacing material, and typically will not be performed by Collier County employees. Class II -Where a negative exposure assessment cannot be documented, or where during the job conditions indicate there may be exposure above the PEL, or where the asbestos containing material cannot be removed in a substantially intact state, a negative pressure enclosure must be used. These barriers are necessary to prevent the migration of airborne asbestos from the regulated area. The effectiveness of the barriers should be verified by perimeter area monitoring or visual surveillance. Class II work also may be performed using a method allowed for Class I work, and glove bags and glove boxes are allowed if they fully enclose the Class II material to be removed. Impermeable drop cloths must be placed on surfaces beneath all removal activity. For Class II work the competent person must be specially trained in a course that meets the criteria of EPA"s Model Accreditation Plan (40 CFR 763)for project supervisor, or its equivalent. 7 Specialized Class II Work Removing Vinyl and Resilient Flooring Materials -This work requires specialized training provided, or approved, by the University of Florida Asbestos Coordinator. Flooring or its backing is not to be sanded, ground abraded or intentionally broken or chipped. Vacuums equipped with High Efficiency Particulate Air(HEPA)filter, disposable dust bag, and metal floor tool(no brush) shall be used to clean floors. Resilient sheeting shall be removed by cutting with wetting of the snip point and wetting during removal. Rip-up of resilient sheet floor material is prohibited.All scraping of residual adhesive and/or backing shall be performed using wet methods. Dry sweeping is prohibited. Mechanical chipping is prohibited unless performed in a negative pressure enclosure. Tiles must be removed substantially intact. Roofing Material -This work requires specialized training approved by the Risk Management Department.When removing roofing material that contains asbestos, remove the roofing material in an intact state to the extent feasible. Cutting machines shall be continuously misted during use, unless the competent person determines that misting substantially decreases worker safety.All loose dust left by the sawing operation must be HEPA vacuumed immediately. Cutting of cement asbestos (Transite®) is prohibited without permission from the Risk Management Department. Unwrapped or unbagged roofing material must be immediately lowered to the ground by way of covered, dust-tight chute, crane or hoist, or placed in an impermeable waste bag or wrapped in plastic sheeting and lowered to ground by the end of the work shift. Upon being lowered, unwrapped material shall be transferred to a closed receptacle in such manner to preclude the dispersion of dust. Roof level heating and ventilation air intake sources shall be isolated or the ventilation system shall be shut down. Cement piping—Removal of cement piping for maintenance activities is a common practice in Collier County Public Utilities Division. If the work is being conducted by Collier County Employees then the department specific plan and all required JSA's for such work shall be followed at all times. In the event the work is being conducted by a contractor the contractor is subject to all applicable State, local, and Federal Regulations. Class Ill All class III asbestos work that can include a process that has the potential for disturbing a process must be evaluated by Risk Management prior to work being completed. If it is determined that the work will cause a disturbance then Class II procedures will be followed. Section IX— Contractor Requirements • Workis to be performed in accordance with the 29 CFR 1926.1101 (OSHA Asbestos Construction Standard), 40 CFR 61 Subpart M (EPA NESHAP Regulations), and any other applicable Federal, State, and County regulations. All contactors performing asbestos work must be in compliance with all state licensing requirements for the type of work they are performing. Prior to conducting any work on asbestos containing materials contractors must submit proof of qualified personnel, all contract employees must be trained in accordance with OSHA and EPA requirements. All contractors that will be performing work on any asbestos containing material must submit an Asbestos Abatement Work Plan to the county department work is being performed for and the Risk Management Department for approval. The work plan must include: licensing, employee training, handling, storage, and disposal of asbestos containing material as referenced within the applicable OSHA and EPA/FDEP Regulations. This plan must be approved by the Risk Management Department prior to any work being completed. For contractors that provide emergency repair services an Asbestos Abatement Plan must be submitted as outlined above on an annual basis. All contractors must be in compliance with Section X Disposal Requirements. Section X— Disposal Requirements All asbestos containing materials that reside on Collier County Property and Utilities are under the ownership of the county. Federal disposal regulations set forth cradle-to-grave responsibility with asbestos as a hazardous material. Therefore the responsibility of proper disposal is ultimately that of Collier County. All shipments and disposal of Asbestos $ - must be accompanied by and Non-Hazardous Waste Manifest(Appendix B). All disposal of asbestos must be in accordance with State, Local, Federal regulations and Collier County requirements. Documentation—Documentation of disposal is done by each department or contractor utilizing the Non-Hazardous Waste Manifest. The department that was responsible for the oversight of the asbestos project is responsible for maintaining copies of the manifest. All return documentation of disposal must be received back by the required department within 30 days. If documentation has not been received in 30 days Risk Management must be notified. All documentation for asbestos disposal must be retained by the department conducting disposal. These forms shall be kept on site indefinitely. Packaging—All Asbestos being disposed must be wetted, concealed tightly, labeled with the amount of asbestos in either cubic ft or linear ft, and the specific location it came from. All packages must be labeled as shown below: DANGER CONTAINS ASBESTOS FIBERS AVAOID CREATING DUST CANCER AND DISEASE HAZARD Shipping—Regulated Asbestos shall never be shipped by Collier County Employees in any amount greater than 1000 lbs. Any shipment that exceeds this requirement is subject to Department of Transportation Requirements as a class 9 hazardous material. Disposal—All asbestos must be delivered and handled by qualified and trained employees. Prior to disposal of asbestos a pre planned landfill disposal site must be determined; the site must have legal authority to accept asbestos containing materials. As soon as disposal is anticipated the department asbestos coordinator should contact the disposal site and schedule a drop of date. Disposal of asbestos is usually conducted at a pre determined time, date, and location, this determination is given by the disposal site. Collier County employees must follow the direction of the disposal site and only deliver materials to a location determined by the site. Prior to leaving Collier County employees must have the landfill operator or representative sign the Non Hazardous Waste Manifest, A copy of the manifest must be returned and { filed appropriately. Contractors—No contractor is to engage in the handling, storage, or disposal of asbestos without prior approval by the Department managing the contract and Risk Management Department. Section XI — Prohibited Practices All Collier County Employees are prohibited from performing any work on or around asbestos without proper training, medical clearance, and PPE as required by this document. All department specific written plans, JSA's, and standard operating procedures must be approved by Risk Management prior to being put into place. Applicable Documents / References CMA 5902 health and Safety Policy Water Department Main Break JSA Respiratory Protection Written Plan Protective Eyewear Countywide JSA# 1 Site/Project Specific Asbestos Management Plan 9 Co- County Appendix A: Asbestos Inventory Form Department Location Description of Material Estimated Volume _ . , . • .. „ . . . . . . ..„.. . 'nen ***** .. • 1'•—• ... 10 Appendix B: Non-Hazardous Waste Manifest • ..... . • • .• ... 1 1 WASTEuoN} A MANIFESTzAFIoousI 4 r,,, . , :.:,r:,I r.,,,,,r r., Mool(tOrrt no',.. ..?.P410,1,I .t . .—... .. — A I't nrirwr,11,.:,Mtn.,.oid Ltaloro A,1,i,x..tr. ) I ,4 C,IaaoroIoarr.Pt or,( .. ,..... . . 5 1ion,:ar4tO,1etr1,04/0 ti Arlie G. t.rS en4,111 tiranloo AlT ianuolvi•.s Maim . Z T.,:insiaala.e i 6pItny?Immo R. US EPA in ilkirnt,e1 11 1 i itt1,41,1,110rM VIIMIII ..,-- :!. Ut•Mlyi.111;16c.itty Minn:If:I I F:itc.&kW,4 in Lfa EPA ilDNURkbtlf c., r.co.0 Pt.. , IF c...bir...0 •-••••• ii: It. 11 vx,,,i.lihippirt9 t4101,,...1(mwo,pmri Tr VII Urilt No ' Typo Oaani,ty WIVe.+1 -, --- ......---.—.-- — — . u a it: tt A a : 0: : 11: —. ---------- —. —--------.... (...t. I ,s,O,ron1:1 llor.o.airri,m,Por M:ilori Ai,LoormAtAwt, C.... I la oolom Grins In;Wro.lou La,Iro I ACIr.,1, -.... ". . In.*aral.((tiortrilatri 410(V/01,11M and Arrirloranor troloarauton 1... . ,. ,„,—--„..-----................. -- lb.CA.RERA1 an's C..EpTiple KnoN:1r. 4'M.\rr.,rinl.e...eithe..al.x.r4.rn Iltt mailif.:A bo,ntrl,,etrieJ P.,)itatm 0,-,u:0,....,bq 04..4.01.1040.,U.ir..,.,1.W..11:11.T.0e..1.•:, , _ , $'1,14. 11typ1,41,111,11/ '.;.:i9o.,arrra alryah t.1-4: " --- ....... 1— I -_1,..,...,. I x .,,,11„,,,,,,,,i0,I.14.0,0c,,,,,koan0trant of flaralpl al 10(114- It PORIatirlyoral II arra 3iallOarta ti.,.,1 P.0. Vio. 0 • „,., ...,..,* -a.....,,.....— I. . IA Tronaporlai 2.Aaktrawledijunir:10 Of Ri!tiVt 01 NIII,Noot, n _ „ 1 r+0, 4'iy111 Matra Sar.orrarra A(..trrar by CI — . ,—.......— , —,.. —.- 0 OM Fr I b1....ny farRolrara 1:4,roc,14 a A C — - ,-- L ''')(4 f(Italy 0T:roll or Croorotara Carlltri,auto 01 airego,rive:rata malario,N,:oenrral by 1t11n Enoaae,I.tri(011100(arlarl in it.,.to. i •'t !'..,,i ,, ... _... . . _ ,.1. . tAir46:1.1'0..elki Clam," -'-------- 11,41:.,,,, . ite.,,Wit 0.4., VOtte ,--.......---..----- ...,, ....- . —a.. —., . ORIGINAL—RETURN TO GENERATOR 1.1 • ir•-1.0 Appendix C: FDEP Notification Form r�' =•� Florida Department of CCP fottp 62-257 Et gctp3 1412 08111 i:- Environmental Protection P e1of2 1 FLORIDA } 1 Division of Air Resource Management NOTICE OF DEMOLITION OR ASBESTOS RENOVATION TYPE OF NOTICE(CHECK ONE ONLY): 0 ORIGINAL 0 REVISED 0 CANCELLATION 0 COURTESY TYPE OF PROJ ECT(CHECK ONE ONLY): 0 DEMOLITION 0 RENOVATION IF DEMOLITION,IS IT AN ORDERED DEMOLITION? OYES 0 NO IF RENOVATION: IS IT AN EMERGENCY RENOVATION OPERATION? OYES 0 NO IS IT A PLANNED RENOVATION OPERATION? OYES ❑NO I. Facility Name Address — City_ State Zip County_—_.— Site Consultant inspecting Site — Building Size (Square Feel) II of Floors_ Building Age In Years Prior Use: 0 School/College/University 0 Residence 0 Small Business ❑Other Present Use: 0 School/College/University ❑Residence 0 Small Business 0 Other II. Facility Owner Phone(__.J — — Address City State Zip III. Contractor's Name --Phone(--_)_-- Address City _ _State —Zip Is the contractor exempt from licensure under section 469.002(4),F.S.? 0 YES 0 NO IV. Scheduled Dates:(Notice must be postmarked 10 working days before the project start date) Asbestos Removal (mm/dd/yy) Start: _ Finish: Demo/Renovation(mm/dd/yy) Start: Finish: — V. Description of planned demolition or renovation work to be performed end methods to be employed,including demolition or renovation techniques to be used end description of affected facility components. Procedures to be Used(Check All That Apply): Ll Strip and Removal U Bulldozer 01 Wrecking Ball Glove Bag LI ❑ Wet Method 0 Dry Method 0 Explode Bum Down OTHER: VI. Procedures for Unexpected RACM: VII. Asbestos Waste Transporter: Name Phone(__) • Address — City State Zip VIII. Waste Disposal Site:Name _Class Address City State _Zip IX. RACM or ACM: Procedure,including analytical methods,employed lo detect the presence of RACM and Category I and II nonfriabie ACM. Amount of RACM or ACM' X. Fee Invoice Will Be Sent to Address In Block Below:(Print or TYPE)) — square feet surfacing material linear feet pipe cubic feet of RACM off facility components —__square feet cementittous material _square feet resilient flooring _ square feet asphalt roofing 'Identify end describe surfacing material end other materials as applicable: I sions thls lation(40 Part 61, art )will during theet the demolition oove rtrenovai reformation ns ovation evidencecorrect lhat anthat the required training ual trained)n the has beennwaccomplished byuthis person will be available for inspection during normal business hours. (Print Name of Owner/Operator) (Date) (Signature of Owner/Operator) (Date) ; ID# .. • ,1.1 ( DEP USE ONLY "ipostmerkJDafe Received :; � - - ' 12 .i% Florida Departmentof CCP form 62-257soolrl Er'aaPs 10-12-e6 Environmental Protection Pa;d 1012 i/ORI A '• Division of Air Resource Management urstraessaisit 16 NOTICE OF DEMOLITION OR ASBESTOS RENOVATION TYPE OF NOTICE(cHEcK ONE ONLY): 0 ORIGINAL ❑ REVISED ❑ CANCELLATION ❑ COURTESY TYPE OF PROJECT ON IF DEMOLITION,IS IT AN ORDERED DEMO(CECK ONE ONLY): LITION? OYES ONOVYESO NO IF RENOVATION: IS IT AN EMERGENCY DYES D NO ISITAPLANN DRENOVATIONOPEAEIONz ON? OYES 0 NO I. Facility Name __ Address_— City — ___Stale Zip County— Site - Consultant Inspecting Site — — Building Size (Square Feet) 8 of Floors Building Age In Years Prior Use: ❑ School/College/University 0 Residence ❑Small Business 0 Other Present Use: 0 School/College/University ❑Residence ❑Small Business 0 Other II. Facility Owner_ Phone(____) —____ Address_ City State__— --Zip III. Contractor's Name — Phone(--) Address City _ __State Zip Is the contractor exempt from licensure under section 469.002(4),F,S.? 0 YES ❑ NO IV. Scheduled Dates:(Notice must be postmarked 10 working days before the project start date) Asbestos Removal (mm/dd/yy) Start: —_ Finish: Demo/Renovation(mm/dd/yy) Start: Finish: — V. Description of planned demolition or renovation work to be performed and methods to be employed,Including demolition or renovation techniques to be used and description of affected facility components. Procedures to be Used(Check All That Apply): p1 Wrecking Ball ❑ and ❑ GlBag ❑ Bulldozer ❑I Wet MethodRemoval I ❑` Dryove Method ❑ Explode ❑ Bum Down OTHER: VI. Procedures for Unexpected RACM:_ Phone(_� VII. Asbestos Waste Transporter: Name '— Address City State Zip — Vlll. Waste Disposal Site:Name Class Address City_ _State Zip IX. RACM or ACM: Procedure,including analytical methods,employed to detect the presence of RACM and Category I and II nonfriable ACM. Amount of RACM or ACM' X. Fee Invoice Will Be Sent to Address In Block Below:(Print or Type) • square feet surfacing material linear feet pipe _ cubic feel of RACM off facility components square feel cementitlous material square feet resilient flooring ( square feet asphalt roofing 'Identify and descrbe surfacing material and other materials as applicable: • d sions of this n(40 Part art I will be on-slte certify the the ornformation renovation iandrrect and evidence that an that the required ed trainvidual l gln the has beenaccomplishedbyuthisoperson will be availablefo for during normal business hours. (Print Name of Owner/Operator) (Date) (Signature of Owner/Operator) (Date) DEP USE:ONL '°: t`Postnierk/D`ataRecetvedi v.:;(Dk..c'i:[:�:i:ci ? �::c,:�-:.c : : I: ::: :is:�j:i':i:.;: s::. : a el'C0LY 1.WI DEPARTMENT I SITE-SPECIFIC ASBESTOS CONTROL PROGRAM INSERT Facility: Location: Department: Division: RESEQWEILla.; is designated as the Asbestos Program Coordinator for this Department/facility. Specific Responsibilities include: 1. Ensuring this department insert remains current. 2. Maintaining a current list of employees that have been properly trained and have been determined as qualified to work with asbestos. 3. Ensuring that all asbestos containing piping is accounted for via a formal tracking mechanism. 4. Ensuring all repairs where asbestos containing material are suspected follow the established safety protocols, JSA's and/or internal procedures as defined within the Collier County Written Plan. 5. Ensuring that all contractors who may perform asbestos removal have provided verification of properly trained employees and that all contracted work follows established guidelines and appropriate disposal procedures. 6. Ensuring all waste disposal forms are completed, properly submitted and a copy maintained to ensure'cradle to grave's accuracy. 14 Q.() Appendix E Medical Questionnaire — — ----------- Al,pendix 0 to§1910,1061•Medical`Questionnaires•Mandatory "Ins mannutOrynoporolls oaron1on IN,rotoPoot nrassloonalosa thal Mott Oo plotlonporon tool aropIoyoos*On or o oxpociall it a*lis akova Iho parransinloosposara frit.land ,ono on tharttoro GO 0104111X1 an Ott*conatyro's rsot:sot 1,1,,,,msott p•op•orn,Pon I ot tOo rappordIr crao101n a MO 1.11110t4C,WI Oveslktr4ro.Whig anon Inr oblAtond fora too Mowry-ISO WI to caroad by Ihat trodtal sorvanaona inooriononts PAPI 2 IfteIJINI OP a bbrarnated PortoOonl Altrarat Orosnoneolto,ottOon most bo ntforrOslorva rani 0110,40 i WL*.In proving,1441,U';mOMNII1,1.1erninlitdsl:'AOC Mr,,,,rw11m0 0,,1,1 m041.1/olls&gut',mongol. Part t KIT1AL.fACUICAL OUBSTIONNAINE: • k tiAOS .. _ , ...... . .' SOCK SSCIOSTY NUNDER: - - _ . I MOCK NUM gaR, „ : i PRESENT CC:CUPP:I ION: • I , ,AOONES$••..........., ---.. --- I 'C.Mr• - s TfitsPucue NIPOSEIT'(,_,,,,......,..) ,•* _ ,_„,„ EXT. _ 't POEM/ICY/EN,_ - .roatooma. _ `• OATE: •1.Vola Of cant... „__f, -. Porno Oay Yoe I'.• Moo of hitt,,,,,_ _„ ,-. , •— ,• &ex 1 Cl ifata 2 LI 7 emsto 1 t Wool rs yerb•11,44::111M,Nra I ;„;Singh, '.'71 Maroon 4 kJ VA:10NA ••.0 Saprolort'Orrproon 1.•Floor i u wm,a r,-.,D ad it i.,[,., A :1 Nam ok I•I..follno *41 Oat, in Mot IsatO ttenns:TAO.04004*d o,104.61" for tu iirr,010 Q yawn it coonrAranon of WO tePPP 5 I 2 OCCUPATIONAL HISTORY r.Hugo yr,nt torsrwooton tit flow(30 horns per wool.or morn 1 for fi rocrons a moor* • :'I Yrs .." Lt No IF YES TO 17A: A Mak*yo.,arc,%voted Mr a year a 102.$lh 4oy away loO7 1 :.',Yns •••....!NU 7 f..1 Neil Not Appfr Specify r44,41ortantry,„ _-_-..— TOUN WPM WOPP$2; _ . 114•14,410.4.03,./M: ‘")MI d .• '7 1.11.4,,,i1M 2ri no4.4,0 1 '••• ,46',6',,,J Vat,MU,exPO9M1 M1,145 0.1 ontonnord Coons ot your Inork7 •C.1^6,,ti ',-.t.:No ' Soto...,lOttritilaar(y _ . To2st Vows Worsod• ons.woo coo. • DMArt 7 22 Liadivale .1 . i D.'04,01 has tg•414 your 0ti.,241 accopotion or tob•Me ene y at.hove worked el t.4o.lonooa _... . I thompe LI viram toop1Oralf to Urn OcouPAWo -...* 4 Posr:onIton•NO: „- 4-- - 4 Elot nnss.nevi.eeivelq, (rte.:Nil 1M N•103 Mg)412M It,wnn:n yte Nye ororkna'AIM PI 12.'",0 P`,10,IPP-oS 1960'1960) if.1,"'S:0,2111111. • -. t trt a in nt-a 41'ins 22115 ,. I. It,te Ovf,ify7 :1 yes t..I NO O Inn low 0 Yes I 1 No , • — „,„ 14 to n penuern :.1Yes 3-,No , . . . t to o=Mit Ons Or ttran1:1 okra 0 Yas 0 Nu , i With eNtotSIOn7 IT*Om CT No I a, PAST IAEOtCA041570117 • .4 Dn.,you AVOW&yeurS*11 I o be M 004 110.11,0? 1.-'1Yos Otto II'No%Alto MUCCI ! ti Nen yaI any dotoot of•rstot:7 IT Yo s 11111w II'Yon,Inato oto tura e..1(IOW' L.;Rove po ani tonnorog eloONT7 0'rat LI No If-PK,INTO a Mora ol dotpat t„Aga bo.‘,..vifitrir,3 kno,0,llove row tor or slAtosa cl tram o.Et,14M,y(0,R.v,Mikh,r05.C:Onvtazion4)7 LI YOU Citstp il ilhowilofi,kv.e) CI VOA : ,.;Mktopy cliannta? 0 Vol '..11110 ,2 I*41dOtsr thenvow7 LlYnn. Ono s.Inabotos7 3'I1111 L)No I Jouoaca4 1:P4'., 0 No -Is ouesT crams AND CHEST R.LRESS SS: N'.',II yol oz.c1m111.doas n”,ye..}.4r r.tc WO e,f1,W..7 4.,IF,Aity moort.,MO,:MO 1/2 RI*an*, I.urea t D Nu 3 CI 0061 W1 fads M.M. DIVA;411,pas,3 years,Non Ivo nal any darn!dia•m.A.p MAI,,inn Korn yros,WI Vitek,MEW,*Cl'14016,Or 4,bed? I.LI Yon ir IT MA IF YE 5 10 ZUA: N Dlo yov prontaro oNnopt ontt any of tro‘o chant OPOSSol7 I.....1 Y411 2.'.;',No ,D Do.*Altat Apy31 C IP OA last Cl yoot.LOW 41Ving svd,11,14,15S•11 WM(Inuonnonl ohnottmt ol)5T.J riMK,10110 11..SiMI al Wet,*Or mow? _..... Phamb•ar a m.o.*t :I Ido sod;WrIelnel :11 nor.hays noy loop MAI Woo,Oto op of 147 1 IT Yes 7 t..1 -, - -- - --- - ..„. 15 . CÁ() CAT County Appendix F: Phase I-Project Initialization Checklist 0 Project Name:_ Form Completedae* Prol#: 1 Who Will conduct the Asbestos Operations? 10 Water Department 0 Contractor 0 Other 2 Has a project/site-specific Asbestos Abatement Plan been submitted to the Project n YES 0 NO . b71 3 Has theASbestoi Abatement Plan Been Approved by the Water, Risk Mgt, YES 0 No _ Peilution Control end Solid Waste departments? 4 Where applicable, has the affected department provided all applicable JSNs 0 YES - 0 NO associated with these work tasks for review? _ _ 5 Has documentation of licensure been provided by the contractor,where LI YES 0–N6-0-N/A necessary? — 6 Has documentation of emolo ee trek*. been •rovided to the Pro ect Mar? _ 0 YES 0_ NO 7 Does this project require a r Party Asbestos Consultant? If so, have they been 0 YES 0 NO hired and provided with the abatement plan for review? ..... 8 Does this project require EPA/DEP Notification? 0 YES 0 NO 9 Where EPA/DEP notification is required, has DEP form 62-257-900(1) been OYES ONO 0 N/A completed by the contractor or Project Mgr and submitted to EPA/DEP? (This form is shown as Appendix C in the Risk Management Countywide Plan) ••^•.••',.....,*mc4x,Now.,..,. I 0 \n ere EPA DEP notification has been determined, has approval been I eceived DYES 0 NO ON/A, from EPA/DEP(Do not commence project without approval,where neoessey)? 1 11 Has the Project Mgr. Obtained the'Waste Profile"form from WMI?( This form will 0 YESD NO need to be submitted to WMI for approval prior to disposal of material–There is a 24-48 hour waiting period on approval of this form) Note:Multiple shipments will require multiple form requests and subsequent epprovals by WIVII 12 Where necessary, The PUD Public Information Coordinator has been notified, DYES 0 NO ON/A educated on the project in question and is avalable to address media concerns? 13 Has a Project Pre-Construction Meeting been held to discuss the abatement plan 0 YES 0 NO , and ail roles and responsibilities everyone will be held to? 14 An account has been established at the landfill for the specific project. 0 YES 0 NO Acct e ,, (Utility Billingi —, _ 16 Has the Asbestos Abatement Consultant submitted an air monitoring plan that u YES 0 NO describes that establishes parameters for personal and ambient air monitoring? 16 Estimated linear ft and weight of asbestos to be removedrnaLinear Ft *rtveft+—..— The signatures below represent the verification of all items above and the subsequent approval of the initiation sequence of this project. I _ 1 Project Manager-Print Name Project Manager Signature r-- - _ Risk Mena!ement–Print Name/Title Risk Management-Signature _____ Solid &Hazardous Waste–Print Name/Title Solid & Hazardous Waste Signature- ........ Water Distribution Manager–Print Name Water Distribution Manager-Signatyre Water Department Director–Print Name Water Deperti_eeent Director-filo natuee Contractor–Print Name Contractor-Sionature —_ ._ Once all signatures have been obtained,the"Notice to Proceed"may be delivered.This completed form shall be retained by the Water Department,the Project Manager and Risk Management for document control purposes. 16 CA0 Caer Cereety Appendix G: Phase II-Asbestos ConstructionfRemoval Checklist [This checklist to be completed on-site during any Asbestos Removal Project[ 0 Project Name: p Form Com tared.B : Pro # m...-_ 1 The department and/or contractor performing the work has mobilized all necessary U YES Q NO equipment to properly remove theAsbestos containing material. 2 A copy of the Asbestos Abatement Plan is on site at all times. 0 YES 0 NO _.._.._ 0 YES C�3NO , 3 „Where necessary,A copy of any applicable JSA's are on-site at all times. _ Where necessa fy4 A epy of the approved DEP Form 62-257-900 is onsite at all times. 0 YES ©NO'_... ON/A 5 . Where necessary, A copy of the contractor's Asbestos License is on site at all times. Cl YES-0 NU ON/A 6 The department and/or contractor performing the work has the approved cutting/snapping 0 YES 0 NO ..apparatus on and ready for use." _..-.__._..-.... __ ._ '� The department and/or contractor performing the work has all required equipment to clean U YE5 0 ND u. asbestos debris in affected soil or media on-site? _._, __._.._.____._.._......_...__..... ._._ 8 The department and/or contractor.performing the work has all required FPE on site and 0 YES Cl NO available far ell em to ees that will work within the excavation/removal area.' 9 The department and/or contractor performing the work has ail required signage on-site_,and 0 YES 0 NO available and the designated perimeter is established and maintained in place at all times. 10 The department and/or contractor performing the work has all required"weeping'material 0 YES U NO on-site and available at all times.* 11 The department and/or contractor performing the work has adequate"wetting" 0 apparatus U YES NO on-site and available to ensue material does not become airborne.* __„_...._..._-_.._.._..._.___..._.__....__...._.........- 12 The material has been properly wrapped? ©YES Q ND* --........_..................�,....__........__ 13 The material has been properly labeled? 14 Properly wrapped and labeled material has been carefully loaded into an approved 0 YES 0 NO _ trans station container ' ❑ YES ❑Na 15 Trar portatiorr container is properly labeled while being stored on site. _._ 16 The affected department and/or contractor has obtained approval for disposal from WMI f0 YES ©NO it using,the"Waste Profile'form as required and said form is on site and ready to be sent with the Non-Hazardous Waste manifest. [Timeframe: 48 Hours Min/10 Days Max] Note:Multiple shipments will require multiple requests and subsequent approval by vvrvii .� -... 17 The affected department has scheduled the exact date/time for shipment of material based 0 YES 0-NO on WMI approval via the Waste Profile form, b Note:Multiple shipments will require multiple requests and subsequent approvaly WMI _18 Has the transportation container been covered(carped)prior to leaving the see?` 0 YES __.. U NO _.m 19 The shipment has left the construction site and being transported for disuse! CIiYES Cl NO DN/A_ Zf)_.. .Asafety meetreg Le.short tailgate session is held at the beeinnin• of each work da . ©YESCI NO __......_ 121 Verify and list the amount of pipe removed(in linear feet and weight); Linear Ft. *Items require photographs prior to completion of documentation The signatures below represent the verification of all items above and the subsequent approvals during the Consfructfon7Removat Phase of this project. Project Manager-Print Name _Project Manager-Signature __ ...�.._. --Water Dept. Representative-- Print Name/Title Water Dept.Reprentive 7 5t•nature Field Inspector-„ji*nature Field Inspector-l?rint Name/Title _— Add.Representative-Print NarrtelTitle Add Representative -Signature _._ This completed form shall be retained by the Water Department,the Project Manager and Risk Management for document control purposes. 17 rer Colitay Appendix H: Asbestos Disposal Checklist iTo be completed by a trained(authorized) Solid Waste Employee] 1 Who Delivered the Asbestos Shipment? 0 Waler Department El Contractorn Other 2 Is the correct Waste Profile, completed correctly and approved by Waste Management, DYES C NO delivered to the scalehouse office prior to the date of disposal?(A separate profile is required for friable and non-friable asbestos waste) 3 Are the Non-Hazardous Waste Manifest completed correctly and signed by the hauler and DYES 0 NO scalehouse attendant? 4 Has an account been established at the scalehouse for this Specific project? DYES 0 NO 5 Did the shipment arrive covered(tarped)prior to disposal? DYES 0 NO 6 Has the disposal location been properly prepared for acceptance of the material by MIL OYES 0 NO staff following WMI's established burial parameters?(scale attendant will notify WMI to prepare the disposal site) 7 Is a Waste management Inc Authorized operator available to meet the hauler at the OYES 0 NO disposal location? Has a Solid Waste Mgt employee escorted the hauler to the disposal location and " DYES 0 NO witleAsElinsplacernent of material into the WMI established disposal location? 9 Has the shipment been disposed of properly(as defined by WMI parameters)and the DYES U NO I' entire disposal process verified by an authorized Solid Waste.M Tient re•resentative? 10 Has the Solid Waste Department received copies of the final and completed Non- OYES 5 NO Hazardous Waste Manifest, GPS coordinates and a copy of the load ticket receipt from WMI? 11 Has Solid Waste Submitted the completed the proper documentation to the Project DYES ONO Manager for documentation control purposes. (manifests, signed load tickets. GPS log and a final relert from the scalehouse database) The signatures below represent the verification of all items above and the subsequent approval of the Completion of the Disposal Phase of this project. Project Manager -Print Name Project Manager Signature Solid Waste— Print name/Title Solid Waste -Signature Risk Management—Print Name/Title Risk Management-Signature Water Department Director— Print Name Water Department Directorgnature This completed form shall be retained by the Project Manager and Risk Management for document control purposes, 18 c`,,n_fitity Appendix 1: Document Control Checklist A copy of the Asbestos Abatement Plan has been Mad with the Project Manager and Risk 0 YES 0 NO tVlanagement? 2 A copy of the completed contract has been filed with the Project Manager and Risk DYES ONO 'ofkliA Management? 3 A copy of the completed DEP form 62-257-900(1)has been filed with the Project Manager YES U NO IDN/A arid Risk Management? 4 A copy of the Non-Hazardous Waste Manifest, landfill ticket,GPS Coordinates, and Waste 0 YES 0 NO Profile have been filed with the Project Manager and Risk ManNement? _ 5 An MR and Project Critique have been completed? OYES ONO ailtA1 6 MR Results and Project Improvement Strategies have been submitted to the affected DYES ONO ENtA departments and Risk Manalernent for immediate implementation? I 7 Department Asbestos Inventory Form has been updated to reflect changes? DYES ONO :NIA The signatures below represent the verification of all items above and the subsequent approval of the completion of the Document Control sequence of this project. Project Manager- Print Name Pro'ect Manager Signature Risk Management—Print Name/Title Risk Management SigiLature Water Department—Print Name/Title Water Department -Signature Water Department Director— Print Name Water Department Directs*:_§_igheturp_ _ This completed form shall be retained by the project manager and Risk Management for document control purposes. 19 ICAO Friable Asbestos Containing Materials Express Profiles Requested Disposal Facility Profile Number Mt,.„m„,re,,,,!;;;;1„;;;;,.. • CI Renewal for Profile Number _ __ Waste Approval Expiration Date Wia:to Conorator Facility Information(must refloat location of waste genorotionfori9ist) 1, Generator Name; _____„ „ _ .. 2. Site Address: 7. Email Address: 3. City/ZIP:_ __ 8. Phone; ___ 9.FAX 4. State:__ 10, NAICS Code: 5, County;_ 11.Generator USEPA ICI N: i 6. Contact Name/Titte: ___ ___ 12.State I0II(if applicatte): Is.iCiaisirearkeei inicornentioss Cl same as above P.O.lizumber: 1. Customer Name: 6. Phone: FAX: — 2. Billing Address: 7. Transporter Name: . 3, City,State and ZIP: 8. Transporter ID N(if appl): 4 Contact Name: 9. Transporter Address: 5, Contact Entail: _ 10.City,State and ZIP: — G.Waste Stream Information 1. DESCRIPTION a. Common Waste Nalne; f nabte Asbestos contesning materiel(1..neoniarninaied -- State Waste Code(s): _ ..._— -3, De,trAlle Process Generating Waste or Source of Contamination: ., Removal of regulated,friable asbestos containing materials from dem011tion/dismentling or rernecliation activities.Does not include clean-up wastes,such as soil,that are content nated with asbestos, c. Typical Color(s): AnYird1' _ _ .__ ct, Strong Odor? LI Yes Li No Describe: e. Physical State at 7OeF: d Solid U Liquid 0 Powder U Seini•Solid or Sludge U Other: f. Layers? 0 Single layer CI Multi-layer L ' NA 9, Water Reactive? 0 Yes l No If Yes,Describe: — -, h, free Liquid Range(%): to Li NA(solid) I. pli Range: 0 s2 0 2,1-12.4 0 212.5 d NA(solid) 0 Actual:. j. Liquid Flash Point: 0 <140°F 0 e 140°F LI NA(solid) 0 Actual: k. Flammable Solid: U Yes a No . I. Physical Constituents:List all constituents of waste stream•(e Soil 0-80%,Wood 0-20%): U (See Attached) ccmuteensi.iiri rio-ppirno i.isoUv.riiiiro ta..c 11.05e heli of Mort flow Oillt Unit 0'getsi.re I Demolition debris,asbestos 100 % 100 % 2, - -- 3. 4. _ — —__- 5. 6, -- . 2, ESTIMATE°QUANTITY or WASTE AND SHIPPING INFORMATION a. U Event IJ Base/Ongoing (Cheek One) b. Estimated Annual Quantity;______ ___ 0 Tons 0 Cubic Yards 0 Drums U Gallons 0 Other(specify): c. Shipping Frequency: Units per C) Month D Quarter 13 Year 0 One Time U Other d. Is this a U.S.Department of Transportation(USDOT)Hazardous Material?(If yes,answer e.) 6 Yes 0 Na C. USDOT Shipping Description(if applicable): Ftet Asbestos.Class-9,NA2212.PG111 _ SAFETY REQUIREMENTS(Handling,PPE,etc.): Remiralor-air purifying with HEPA cartridge as required by taricifdlnoncy (no?'Waste Manageme4t,ins. Page 1 of 2 tiay YON' . — r---)';‘. Non-Friable Asbestos Containing Materials Express Profile sigry-A-N Requested Disposal Facility _ Frofile Number U Renewal for Profile Number Waste Approval Expiration Date r&Waste Generator Facility Information(mart vorloet Location of wilts genera tiostforigiss) 1. 2. Site Address: 7, Email Address: 3. City/ZIP: 8. Phone:_ 4. State: 10. HAMS Code:_ _ , 6. County: _ 11.Generator USEPA ID if: ---._ 6. Contact Name/Title:_ 12.State Mt(if applicable): • __ _ la7cuntermear Information U same an above, P.0.Number: 1. Cmtorner Name; G. Phone: _ FAX: __ -- 2. Billing Address: _ _ 7. Transporter Name: _„__ 3. City,State and ZIP; _ 8. Transporter 10#(if appl.): 6, Contact Name: 9. Transporter Address: 5. Contact Email ZIP 10.City,State and : —— -- C.Atranto Stream Information 1. DESCRIPTION a. Common Waste Name: Nors•Frtablo fs.sbostosSor)121nIng Mettsrials{uncontaminated)._ _ _ . _ State Waste Code(s); _ , _ . h, Describe Process Generatine Waste or Source of Contamination; — Dernolitiontrenovalion•when dry,cannot be crumbled,pulverized or reduced to oowder by hand pressure.Including gaskets,resilient floor coverings and asphalt roofing products(specify in section 1).Does not include Cteart-up wastes, such as soils,that are contaminated with rionfrtable asbestos. . _ c. Typical Color(s): Any and all _____ {1. Strong Odor? 0 Yes a'No Describe: _ . e. Physical State at 70°F: :..4 Solid 0 Liquid 0 Powder C.1 Semi-Solid or Sludge 0 Other: f. Layers? Ci Single layer 0 Multi-layer i NA g. Water Reactive? U Yes d No If Yes,Describe: ' h. Free Liquid Range(%): to "-4 NA(solid) i. pli Range: U <2 U 2.1-12.4 U ?!'12.5 1 NAlsolid) 0 Actual: j. Liquid Flash Point: U •c 140°F U ?140°F uf NA(soltd) 0 Actual!.______ is. Rammable Solid: U Yes Gf No L Physical Constituents:List at constituents of waste stream•(e.g,Soil 0-80%,Wood 0-20,): U (See Attached) { ("CtitliPOS(k'44 r.-, at''04wit iv n iWx,1 tenni tism5n Unit ni knoire tftve Par.ge' ' dal:sr Or ealure , Non-friable asbestos•containing matenots. 100 % 100 % — 2, ___ _____ _ 4. . — -- - 2. ESTIMATED QUANTITY OF WASTE AND SHIPPING INFORMATION a. U Event U Base/Ongoing (Check One) b. Estimated Annual Quantity: , U Tons 0 Cubic Yards U Drums (i)Gallons 0 Other(specify): ., c. Shipping Frequency: Units per CI Month ::.,1 Quarter U Year 0 One Time U Other d. Is this a U.S.Department of Transportation(U5DOT)Hazardous Material?(If yes.answer e,) 0 Yes 6 No e, USDOT Shipping Description(if applicable): _ . SAFETY REQUIREMENTS(Handling,PPE, etc.); Normal landfill safety reckiternenis.f•Ineagewasto so that Is does not became friable,_____:i .1207 Waste iSanacement,toc. Page 1 of 2 Hay 2007 . . — Gto SECTION IX WASTEWATER SPILL—OVERFLOW CONTINGENCY REQUIREMENTS GENERAL COLLIER COUNTY WASTEWATER SPILL -OVERFLOW CONTINGENCY PLAN September 2015 The Contractor, due to unforeseen conditions, may encounter or cause a wastewater spill or overflow during his work. The minimum requirements listed below may not address every specific event that could occur. It is the Contractors responsibility to review the items listed below and expand upon them if or when necessary in the creation of their contingency planning. The Contractor shall submit a Wastewater Spill / Overflow Contingency Plan to Collier County for review and approval prior to start of construction. It is critically important to be proactive during construction to reduce the potential for wastewater spills and overflows. Listed below are several proactive actions that should be taken at a minimum: • Maintain list of emergency wastewater haulers for call out to the site should an emergency arise. • Maintain pumps on site that can be utilized for relieving wastewater backups and surcharges. • Maintain heavy plastic sheets on site to be utilized for lining containment areas. I I • Maintain an adequate supply of lime on site for treating spill areas. • Meet with County Wastewater Staff whenever necessary to isolate or turn off pumping facilities in order to develop coordinated Contingency Plan, including pumper trucks, etc. • Meet with County Wastewater Staff and the project manager whenever necessary to temporarily divert or isolate gravity sewer system in order to develop coordinated Contingency Plan, including pumper trucks, etc. Actions to be taken in case of a wastewater spill or overflow are listed below. Generally they are listed in the order to be taken, however dependent upon site conditions they may need to be modified. Most of the activities should occur concurrently. • Immediately contain spill or overflow by berming a containment area and lining area with plastic. • Take immediate action to stop or reduce the overflow. This could include, but not be limited to: pumping out of surcharged gravity system; coordinating with County to turn on or off pump station(s) as needed; or in case of a force main break, turning off pump station(s) and isolating main with valves. • Take action to prevent the flow of the spill to any open waters (lakes, canals, etc.). Do not let other sources of water co-mingle with spilled wastewater. 96th Avenue North Section IX - 1 Public Utility Renewal • Contact County Project Manager (or alternate) and CEI representative on site to coordinate County response from the Collier County Wastewater Collections, staff County Risk Management, and County Pollution Control. As necessary by severity, FDEP and other agencies may need to be contacted and become involved. • Coordinate the cleanup of the wastewater spill/overflow. This can include the pumping back into the wastewater system directly or by use of vactor truck or other methods. Upon removal of all liquid (and solids as possible) treat area with lime to neutralize and disinfect. • In coordination with County prepare estimate of spilled wastewater volume in gallons. • In conjunction with County and as appropriate make immediate notification to FDEP and other agencies. This notification will vary based upon volume of spill. • In conjunction with County Staff prepare written notification to FDEP and other agencies. • Participate in After Action Meeting to review: cause of spill/overflow; response and action taken; remedial actions; lessons learned and any additional close out actions. An emergency 24 hour contact list for the Contractor, County, FDEP and Consultant should be attached. A copy of this Plan, and as may be modified, should be maintained at Project site. 96th Avenue North Section IX -2 Public Utility Renewal CO er Comytty 96TH AVENUE NORTH PUBLIC UTILITY RENEWAL PRE-CONSTRUCTION ASSESSMENT FORM Driveway/Replacement Plan I Existing Sod Survey lTorneownct'S Address: Existing Condition Photograph(s) Date of Photograph(s): "Photo" "Photo" "Photo" Driveway Type: Width at Pavement: Width at RJW Culvert: Yes No Type:_ Diameter: Sod type: Existing Percentage of Sod Type: Special Notes: Submitted By: Date: Sectino X• t 90'Avenue North Public Utility Renewal _ SECTION XI WATER DISTRIBUTION REPLACEMENT BACKFLOW PREVENTION DEVICE Upon completion of the new water main construction and its clearance, the new water main connection will be made at the individual services. This shall include new water meter boxes, connection to existing meter and installation of a new County supplied backflow prevention device. I. The County will give a worksheet to the Contractor to fill out each address. The worksheet has the following information: address, names of personnel completing task, BFP#, meter#,parts used, and signature of competent person responsible for completion of task. 2. The Contractor shall be responsible for coordinating with each property owner/ resident for the connection to the new main and installation of the backflow prevention device. This work should ideally be completed on a street by street basis. 3. Contractor will be responsible for excavation at each site. It is required that the contractor takes pictures of each site prior to and after the installation. These photos should be attached to the worksheet. The Contractor will not be allowed to start any work until the before pictures are delivered to the Project Manager. 4. Contractor may wish to use customers shut-off on the side of the home to minimize dewatering, but in doing so takes full responsibility should the valve fail in the performance of the task. 5. Contractor is responsible for locates at the individual work-sites. 6. The backflow devices shall be picked up by the contractor at the County's Mercantile Facility. A 48 hour advanced notification prior to pick up is required. The Contractor shall provide written receipt of the devices. Upon receipt the Contractor shall be responsible for their security. 7. Installation of the assemblies will be per approved Collier County detail—Attachment B. Attachment A is provided for reference only. Device will be level and plumb. Connections to the customer's side plumbing will be professional and utilize as few parts as possible, but not adding any undue stress to existing piping. No leakage will be acceptable. 8. On completion of backflow preventer installation, the service shall be flushed to the resident's hose bib on incoming side, removing as much air as possible. 96th Avenue North Section xl-1 Public Utility Renewal ttl 9. Collier County will be responsible for the testing of the device, once installed. A complete test report will accompany the work order generated for the task. 10. Contractor will be responsible for back-filling and site repair (grass, plants, concrete, asphalt, etc.) for each address. This includes any repairs to any pre-existing utilities or structures. 11.A completed work form and backflow test report must be submitted for each installation, daily. • II 96th Avenue North Public Utility Renewal Section Xl-2 tr METER/BACKFLOW CHANGE-OUT PROCEDURE 1. Contractor shall prepare one (1) week in advance a list (by address) of the meters and backflows to be changed out. This will allow the appropriate work orders to be issued by the County to procure the new meters. 2. Upon receipt of work order, Contractor and Representative are to provide a verbal notification to the resident prior to shut-off of water. (If no one is present, meter should be observed for any unusual water use in the empty residence. If water use is unusual, no work is to be done until a determination can be made concerning potential landscape irrigation or other use.) Work Order should be verified if any special requirements concerning the service exist(i.e. if service has been terminated or locked out). 3. In conjunction with Contractor, the new meter is installed on the new service by County. Contractor installs new backflow at location. Prior to any connection to the existing private service to the house, the County obtains a reading on the existing water meter and records it on the Work Order. 4. Service from existing main is then turned off at curb stop at existing meter location. Existing house service is then disconnected from meter. New service is then connected to the house service by Contractor with County present. 5. Meter reading is then taken by County at new meter. This is recorded on Work Order. 6. Water service is then turned on at the meter and at the same time the closest available house bibb is turned on by the Contractor. This is to allow any potential dirt or debris to be flushed out. House bibb is then shut off. Meter is observed for any unusual water usage. If unusual usage is noted, the resident if present is to be notified immediately. If the resident is not present, the water service should be shut-off at backflow device isolation valve. A notice is to be placed at the front door of the residence and the County customer service group is to be notified of this condition. If there is no usage the service conversion is completed. 7. County typically immediately completes the testing of backflow device and certifies its operation. If not done immediately,the testing is done within 24 hours. 8. At some time following conversion of service from old main to the new main, the existing meters, meter boxes are removed by Contractor and system abandonment is completed. is 96th Avenue North Section Xl-3 ';; Public Utility Renewal ATTACHMENT A 1 BALL VALVES . 6" LONG NIPPLE [-UNION 'UNION • THREADED 9C' ELBOW w. 1 iii=I Ila 0 •M. . 011111141111111 01111iirri Ili NM A 24" LONG NIPPLE NIPPLE 4" LONG NIPPLE vr4.., LONG 24" LONG NIPPLE RPZ VALVE ' 12' CNIN,) •, 18' (MAX,) THREADED 90' ELBOW -6" LONG NIPPLE 6" LONG NIPPLE �/.r. /���p. I7 '/,/4'/,,,4,,�*,,,/\/`//`/i'`l`;O��,f/`l` /�//1`\/l,`/f`G``//1 '*. 9 FADED s�\����\//��/��/k�/`��/`4 `/'"•„aii___, . aigto . ,,,, THREADED COUPLING REPAIR COUPLING METER SPUD SERVICE UNE ' METER BOX COU titTY SUP4PLIa° I• 3/4" E" BACKFLOr ASSEMBLY .. . r k FOR REFERENCE ONLY 1- I, 96th Avenue North Section X]-4 Public Utility Renewal ROW UNE DUCTILE IRON TAPPING SADDLE METER BOX (TYP) WITH GALVANIZED STRAPS 1-1/2"CORPORATION STOP 1-I/2` POLY–TUBING –1`u—''-`'—POTABLE LOT UNE il®I—K� LOT CORNER PROPERTY PIN I ��__I( ._=i_...•..--POTABLE SERVICE WYE(SEE COUNTY APPROVED LP-='' PRODUCT UST, APPENDIX F) 1" POLY–TUBING, TYPICAL CURB STOP METER WATER MAIN MULTI–SERVICE CONNECTORS PLACE CURB STOP AND METER BOX WILL ONLY BE ALLOWED SERVICE INSIDE LOT UNE AT LOT CORNERS. REDUCED FOR TWO SINGLE FAMILY LOTS PRESSURE MULTIPLE METER SERVICE CONNECTIONS BACKFLOW ROW UNE PREVENTER ASSEMBLY FINISHED GRADE �_`' 12' ASPHALT PAVINGCONCRETE SIDEWALK r �2' imum vii 18 I ,:r ►� a _MINIMUM U COVER 4" SCH 40PVC DU=� a 2 WATER MAIN ,.i DUCTILE IRON TAPPING SADDLE WITH GALVANIZED NOTES: STRAPS I. CONNECTORS Y (SEE COUNTY APPROVED PRODUCT UST,APPENDIX F) METER BOX SHALL BE USED FOR MULTI–SERVICE. SUCCESSIVE TAPS INTO WATER MAIN WILL BE NO CLOSER THAN 24-APART. 2. ALL CASING PIPE SHALL EXTEND A MINIMUM OF 5' BEYOND THE EDGE OF AUR METERPAVEMENT. 14ITH A CASING DIAMETER TO BE NO LESS THAN 4". CONDUIT SHALL BE MARKED WITH A ELECTRONIC MARKER (SEE COUNTY APPROVED PRODUCT UST, • APPENDIX F). CURB STOP RB STOP,AND METER , 3 BOXES SHALLNG D BE INSTALLED BY UNDERGROUNO UTILITY LE, CORPORATION STOP, POLY TUBING. UCONTRACTOR AT THE TIME OF WATER MAIN INSTALLATION. ..m. ..moommeli. .. ��. 4. MATERIAL SPECIFICATIONS: J A. TAPPING SADDLES SHALL BE DUCTILE DOUBLE STRAP OR BRASS DOUBLE STRAP (SEE COUNTY APPROVED PRODUCT UST, APPENDIX F). MINIMUM SADDLE SIZE 1-1/2". 8. CORPORATION STOPS (SEE COUNTY APPROVED PRODUCT UST, APPENDIX F) SHALL BE BALL TYPE AND MADE OF RED BRASS. OUTLET SHALL BE COMPRESSION TYPE POLYETHYLENE TUBE. COMPRESSION INSERT SHALL BE STAINLESS STEEL C. CURB STOPS (SEE COUNTY APPROVED PRODUCT UST, APPENDIX F) SHALL BE BALL TYPE AND MADE OF RED BRASS. INLET SHALL BE COMPRESSION JOINT. OUTLET SHALL BE SWIVEL NUT FOR METER CONNECTION. 0. TUBING SHALL BE POLYETHYLENE, PE3408, (AWWA C-901, SOS 9-200) AND BLUE IN COLOR: SIZES SHALL BE 1-1/2"UP TO WE AND 1" AFIEH WYE FOR LONG AND SHORT SIDE SERVICES. E. AUTOMATIC METER READER (AMR) METER BOXES (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) SHALL HAVE CAST IRON READ UD. F. POLYETHYLENE PIPE (PE) SHALL MEET THE REQUIREMENTS OF AWWA C-901. 5. ALL PLANTINGS SHALL BE A MINIMUM 1.5' FROM METER BOX.AND SHALL PROVIDE A 3' ACCESS OPENING. 6. ALL COMPONENTS THAT COME INTO CONTACT WITH DRINKING WATER SHALL CONFORM TO NSF STANDARD 61. TYPICAL SHORT AND LONG SIDE WATER SERVICE METER SETTING DETAIL FOR CONNECTION TO WATER MAIN W-12 NTS REVISED: MAY 2009 96th Avenue North Public Utility Renewal Section XI-5 *ILKINS ` mt dei 975X.L -Oz�ent-aampany- . Reduced Pressure Principle_Assemliiy. 'SPECIFICATION.ION.SUBMIT AL SHEET � APPLICATION ,,,„--!,,,,.,.:,;.P.O. a,'aP4'�t. m potable water lines to protect At®)t,;f; > .li541 ,1;6 Designed for Installation on ,... ,,••��� against both backsiphonage and backpressure of contami- Af � � nated water Into the potable water supply.Assembly shall al f_1,;,,,,2 provide protection where a potential health hazard exists. FEATURES STANDARDS COMPLIANCE • Sizes: ❑3/4" 0 1" Ci 1 114" ❑1 1/2' 0 2" • ASSE®Listed 1013 • IAPMO®Listed Maximum working water pressure 175 PSI • UL®Classified(less shut-off valves orwltt OS&Y valves) Maximum working water temperature 180'F C-UL® Classified Hydrostatic lest pressure 350 PSI • CSA®Certified End connections Threaded ANSI B1.20.1 • AWWACompliant C511 • Approved by the Foundation for Cross Connection OPTIONS Control and Hydraulic Research at the University of (Suffixes can be combined) Southern California • NYC MEA 426.89-M VOL 3 ❑ -with full port QT ball valves(standard) MATERIALS ❑ L - less ballvalves Main valve body Cast Bronze ASTM B 584 ❑ S - with unionionball valves Access covers Cast Bronze ASTM B 684 ❑ MS - with Integralereliefwvalve monitor switch Fasteners Stainless Steel,300 Series ❑ P - with reclaimed water systems Elastomers Silicone(FDA Approved) ❑ S - with bronze'Y"operatedtype strainermBuna Nitrite(FDA Approved) ❑ DC - with firebattery by rant onmonitor switch Polymers Norylw,NSF Listed 0 FDC -with hydrant connection;2"only Springs Stainless steel,300 series ❑ TCU - with test cocks up ❑ V-with union swivel elbows(314"&1") ❑ SE -with street elbows ❑ FT- with Integral male 45°flare SAE test fitting T-w ACCESSORIES ( ia`Q- �`�'■.IIII; .h1 _ OilA' ❑ Air gap(Model AG) F ,f ,p ❑ Repair kit(rubber only) 0 Q 0 �I • ❑ Thermal expansion tank(Model XT) o , o • ❑ Soft seated check valve(Model 40XL) D C --B • ❑ Shock arrester(Model 1260) A ❑ QT-SET Quick Test Fitting Set G ❑ Ball valve handle locks ❑ Test Cock Ldck(Model TCL24) Relief Valve discharge port 3/4'-1' - 0.83 sq.In. DIMENSIONS&WEIGHTS(do not Include pkg.) 1 114'-2' - 1.19 sq.In. DIMENSIONS(approximate) WEIGHT • LESS WITH • MODEL A UNION B LESS BALL c D E F G HALL HALL SIZE A BAILVALV ES VALVESVALVES VALVEB In. mm In, mm In. mm In. mm In. mm In. mm In. mm In. Han In. mm lbs kg lbs. kg 3/41 25^ 12 305 13 13 330 14 1/2 368 7314 197 2 118 64 3 78 3 12 89 5 127 17 318 441 10 4.5 14 6.4 • I 1 114 32 17 432 18 13/18 478 1 0 15/18 278 2 314 70 3 12 89 5 127 8 3x4 171 22 9/18 573 22 10 28 12.7 1 12 40 17 3/8 441 19 3/8 402 10 15/16 278 2 3/4 70 3 1/2 89 6 127 6 3/4 171 24 1/18 611 22 1 0 28 12.7 2 60 18 12 470 20 12 621 10 15/18 278 2 3/4 70 312 89 5 127 8 3/4 171 26 1/2 673 22 10 34 15.4 _DOCNMENn : -REVISION:. Page 1 of 2 WILKINS a Zurn company,1747 Commerce Way Paso Robles,CA93448 Phon6008238.710D Fax:806f 38.6788 o L4V 1L2 In Canada.ZURN INDUSTRIESProduct Support Help Line:1-877-BACITED,3544 Nashua Dr., KFLOW(1477-222-63M1 •Webs te:http:l/www.zum.eom • 96th Avenue North Public Utility Renewal Section XI- FLOW CHARACTERISTICS MODEL 976XL. 3/4",1",1 114",1 112"&2"(STANDARD&METRIC) FLOW RATES(Vs) 0 1.26 2.52 3.8 5.0 3.2 6.3 9.5 12.6 15.8 1. 13 o. 20 els'lzanm a )— 20 t t/t'(�3nm) ���++�rry�rF�"� 137 '1• Siem —_�nm �iYs" Y(6omm)— w e.?.. 3 TU4 —103 0 15 16�_� ;.�� w � 69 10 10 w 35 E cam' 60 20 40 60 80 60 60 100 160 200 250 FLOW RATES(GPM) 0 Reied Flow(Established by approval agendas) Capacity thru Schedule 40 Plpe TYPICAL INSTALLATION Pipe size 5 ft/sec 7.6 ft/sec 10 ft/sec 15 ft/sec 1/8" 1 1 2 3 Local codes shall govern Installation require- 1/8" 2 2 3 5 merits. To be Installed In accordance with the 5 manufacturers'instructions and the latest edition 318" 3 4 6 of the Uniform Plumbing Code.Unless otherwise . 1@^ 5 7 9 14 specified,the assembly shall be mounted at a ' 8 12 17 25 minimum of 12°(306mm)and a maximum of 30' 1" 13 20 27. 40 (762mm)above adequate drains with sufficient side clearance far testing and maintenance.The 1 114" 23 35 47 70. Installation shall be made so that no part of the 1 1/2" 32 48 63 95 unit can be submerged. 2' 52 78 105 187 111 CE_ —_=, • STATION -- PROTEOTWE PANEL E?1aLO5URE ,I. .Ar.I �Iii.�'I\ aPAN:.!! ".16 �iI� ell y ERY wi...... iI - MONITOR IOPTIONALWATER METER Alft GAP '-r DRAIN_IIIIFDTNO I `[�� IMEM 7i _ _�!1�'Ili OIREGTION OF FLOW I Ill • FLOOR PLOOR DRAW INLET SNUr-0FP DIRECTION OF FLOW • IND00RINSTALLATION OUTDOOR INSTALLATION . Cdho n wl arEmd Ms) ' SPECIFICATIONS .• The Reduced Pressure Principle Backflow Preventer shall be ASSE®Listed 1013,rated to 180°F and supplied with full port ball valves.The main body and access covers shall be bronze(ASTM B 564),the seat ring and all Internal • polymers shall be NSF®Listed Meryl,'"and the seat disc elastomers shall be silicone.The first and second checks • shall be accessible for maintenance without removing the relief valve or the entire device from the fine.If Installed • indoors,the Installation shall be supplied with an air gap adapter and integral monitor switch.The Reduced Pressure Principle Backflow Preventer shell be a WILKINS Model 976XL. WILKINS a Zurn company,1747 Commerce Way,Paso Robles,CA 93448 Phone:806/238.7100 Fax:805/238-5766 IN CANADA:XPLIMITED, Mississauga, )oLh272 61406-1282 roductt Support HelpLine:1.877-6ACKFOW( --77222.638Webalte tp:IAAvww.zum.com Page2of2 96t1i Avenue North Public Utility Renewal Section XI-7 SECTION XII Collier County Growth Management Division Lane Closure Notification Form Return this lbrin to Connie Deane and Kristin Campos-by Wednesday afternoon for weekly Road Alert. Fax: 239-252-2726. E-mail:growthmanagementolliergov.net Phone:239-252-8192 Road Alerts are prepared weekly on Wednesday for distribution an Thursday afternoon. Road Alert Update information can be submitted as necessary. Thank you for your help. Name of Company/Contractor/CFI: Contact Name: Mobile and/or Office Phone: c-mall; Subcontracting Company(if any); 1)0 you have a Collier County RIGHT-OF-WAY Permit? yes no If yes, what is the permit number? Who is your work contract with/for? If Collier County who is your contact? If a Developer, list here? (Office note:write as Permitted Work) *Street Name or Intersection of Lane Closure (Be s)ecific: Road.Blvd.,Drive.etc.) *Between what TWO roadways: *need to have either the intersecting street names if work is occurring within the intersection or the road/street names closest'to where the boundaries are,for the work being performed Dates or Length of Lane Closure: (Better to overestimate than underestimate) Start date: End date: Purpose of Lane Closure: Please check any or all that apply: Direction of work: eastbound southbound westbound northbound Which lane(s) closed? Through lane Right turn Left turn NOTE: ff you are closing a turn lane can drivers still make the tvrti from through lane? Or from other turn lane(s)? Intermittent Three lanes to two _ Two lanes to one Rolling Reduced to one lane only for both directions Road Closed to Traffic Other Detour Hours of lane closure: 9-3 p.m. 9-3:30 p.m. 7 p.m. - 7 a.m.overnight Other: Maintenance of Traffic(MOT)—Cheek ALL that apply. Flagmen Electronic Message Boards ,lighted Arrow Boards Rolling truck with signage Advance warning signs Barricades/cones Speed limit change: -from what speed to what? „ ‘t) A�® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/20/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Hylant Group Inc-Ann Arbor PHONE 24 Frank Lloyd Wright Dr J4100 (Arc, O.Ext): 734-741-0044 FAX No):734-741-1850 Ann Arbor MI 48105 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Continental Insurance Company 35289 INSURED HIGGI-5 INSURER B: Continental Casualty Company 20443 Doug3390 Travisas NPHiointe,ns, Inc. INSURER c: Greenwich Insurance Company 22322 3390 Pointe, Suite A P Y Ann Arbor MI 48108 INSURERD:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:946088172 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR LTR TYPE OF INSURANCE ,gyp WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) (MM/DDNYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y U1061922047 4/1/2019 4/1/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $500,000 X Incl XCU MED EXP(Any one person) $15,000 X Incl contractual PERSONAL&ADV INJURY $1,000,000 _ GE 'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $2,000,000 _ POLICY X PE F LOC PRODUCTS-COMP/OP AGG_ $2,000,000 _ OTHER: $ A AUTOMOBILE LIABILITY U1061922033 4/1/2019 4/1/2020 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ _ B X UMBRELLA LIAB X OCCUR U1061922050 4/1/2019 4/1/2020 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X • RETENTION$n $ D WORKERS COMPENSATION WC1839680 4/1/2019 4/1/2020 X PER STATUTE EERH- ANDEMPLOYERS'LIABILITY Y/N R ANYPROPRIETOR/PARTNER/EXECUTIVE _NE.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional/ PEC0025095 4/1/2019 4/1/2020 2,000,000 Each Claim Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Job-19-7612,96th Avenue North Public Utilities Renewal Project. Additional Insured for General Liability and Automobile Liability, primary and non-contributory,as required by written contract-Collier County Board of County Commissioners. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3295 Tamiaml Trail East Naples FL 34112 AUTHORIZED REPRESENTATIVE I DD ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD