Loading...
Agenda 06/23/2020 Item #16D 3 (Contract #2004-012 Compass Construction, Inc.)06/23/2020 EXECUTIVE SUMMARY Recommendation to award Request for Quotation No. 2004-012, “SNF Lazy River Bridge Replacement,” under Agreement No. 19-7525, Annual Agreement for General Contractor Services, to Compass Construction, Inc., and authorize the issuance of purchase order in the amount of $348,328 to replace the timber pedestrian bridge over the Lazy River water feature at Sun -N-Fun Lagoon Water Park. OBJECTIVE: To replace the timber pedestrian bridge over the Lazy River water feature at the Sun-N- Fun Lagoon Water Park. CONSIDERATIONS: On April 16, 2020, utilizing Agreement No. 19-7525, General Contractors Annual Agreement (the “Agreement”), the Facilities Management Division requested quotes for the “SNF Lazy River Bridge Replacement” project through the Collier County Procurement Services Division online bidding system. The bidding system sent the invitation seeking quotes to the six (6) contractors under contract with the County under the Agreement. Three (3) contractors submitted quotations by the May 18, 2020 deadline, as summarized below: Contractor Base Bid Total Base Bid Including Allowance Compass Construction, Inc. $313,328 $348,328 Capital Contractors, LLC $349,000 $384,000 Wright Construction Group, Inc $432,797 $467,797 Staff determined the lowest quote is fair and reasonable and recommends awarding the bid to Compass Construction, Inc. Because the cost for these services is in excess of $200,000, staff obtained the attached payment and performance bonds from the contractor as required by Section 22.A. of the Agreement. FISCAL IMPACT: The funds are available in the North Collier Regional Park Pool Repairs project (80216) within the Park's Capital Improvement Fund (306). GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Request for Quotation No. 2004-012, “SNF Lazy River Bridge Replacement,” under Agreement No. 19-7525, Annual Agreement for General Contractor Services, to Compass Construction, Inc., and authorize the issuance of a purchase order in the amount of $348,328. Prepared By: Bryan Vehovec, Project Manager, Collier County Facilities Management Division ATTACHMENT(S) 1. (linked) 19-7525 Compass_Contract (PDF) 2. RFQ - SNF Lazy River Bridge Replacement (PDF) 3. Quote_Capital (PDF) 4. Quote_Compass (PDF) 16.D.3 Packet Pg. 1457 06/23/2020 5. Quote_WCG (PDF) 6. Quote Tabulation (PDF) 7. P&P Bond for SNF Lazy River Bridge (PDF) 16.D.3 Packet Pg. 1458 06/23/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.3 Doc ID: 12585 Item Summary: Recommendation to award Request for Quotation No. 2004-012, “SNF Lazy River Bridge Replacement,” under Agreement No. 19-7525, Annual Agreement for General Contractor Services, to Compass Construction, Inc., and authorize the issuance of purchase order in the amount of $348,328 to replace the timber pedestrian bridge over the Lazy River water feature at Sun-N-Fun Lagoon Water Park. Meeting Date: 06/23/2020 Prepared by: Title: Operations Analyst – Parks & Recreation Name: Matthew Catoe 06/04/2020 4:11 PM Submitted by: Title: Division Director - Parks & Recreation – Parks & Recreation Name: Barry Williams 06/04/2020 4:11 PM Approved By: Review: Parks & Recreation Barry Williams Additional Reviewer Completed 06/04/2020 4:18 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/05/2020 8:15 AM Facilities Management Damon Grant Additional Reviewer Completed 06/05/2020 10:54 AM Facilities Management Ayoub Al-bahou Additional Reviewer Completed 06/05/2020 2:51 PM Operations & Veteran Services Kimberley Grant Level 1 Reviewer Completed 06/05/2020 4:17 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/05/2020 10:01 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 06/09/2020 1:00 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 06/09/2020 1:46 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/10/2020 10:47 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/10/2020 12:53 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/10/2020 5:11 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/15/2020 12:14 PM Budget and Management Office Ed Finn Additional Reviewer Completed 06/15/2020 1:24 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/15/2020 4:15 PM Board of County Commissioners MaryJo Brock Meeting Pending 06/23/2020 9:00 AM 16.D.3 Packet Pg. 1459 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUOTE (RFQ) FOR 20-9100 Sun-N-Fun Lazy River Bridge Replacement Utilizing Contract 19-7525 BRYAN VEHOVEC, PROJECT MANAGER FACILITIES MANAGEMENT DIVISION 3335 TAMIAMI TRAIL EAST, BLDG W NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-4026 bryan.vehovec@colliercountyfl.gov (Email) 16.D.3.b Packet Pg. 1460 Attachment: RFQ - SNF Lazy River Bridge Replacement (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) SOLICITATION PUBLIC NOTICE REQUEST FOR QUOTE (RFQ) Annual Contract 19-7525 PROJECT TITLE: Sun-N-Fun Lazy River Bridge Replacement NCRP 15000 Livingston Rd., Naples, FL 34109 POST DATE: April 16, 2020 QUOTE DUE DAY/DATE/TIME: May 18, 2020 at 3:00pm INTRODUCTION As requested by the Facilities Management Division (hereinafter, the Division), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, C ounty) has issued this Requ est for Quote (hereinafter, RFQ) with the intent of obtaining bid submittals from inte rested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The existing bridge over the Lazy River at Sun-N-Fun Lagoon Water Park is approximately 15 years old and needs replacement. The existing bridge consists of four sets of timber stairs and two landings, dual glued laminated main span girders with stringers and floor beams, timber post and railing along the sides of the bridge and a metal handrail in the center of the bridge. The bridge is founded on concrete abutment walls and timber post. The bridge exhibits general weathering, aging, decay, rot, splitting, splintering and fungus growth. Sun-N-Fun Water Park is located at 15000 Livingston Rd, Naples FL, 34109. TERM OF CONTRACT The contract term, if an award is made is intended to be one hundred and eighty (180) days. Surcharges will not be accepted in conjunction with this contract, and any such charges should be incorporated into the pricing structure. AWARD CRITERIA RFQ award criteria are as follows: ڹ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: Ɣ LOWEST LUMP SUM QUOTE ڹ Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: Ɣ SINGLE AWARDEE ڹ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. PROJECT SCOPE OF WORK 1. REQUIREMENTS: 1.1 All work must comply with Collier County Vertical Standards (CCVS) and the latest version of the Florida Building Code. 1.2 Provide all necessary items, tools, hardware, resources, materials, etc. to fully and properly complete all project tasks. Install all items per manufacturers recommendations and installation instructions. 1.3 All materials and items replaced that Collier County does not want to store must be properly disposed of at the cost of the contractor. 16.D.3.b Packet Pg. 1461 Attachment: RFQ - SNF Lazy River Bridge Replacement (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 1.4 Provide all necessary permitting and any documentation, sketches, fees, etc. required for permits. Selected vendor may utilize owners as-built dr awings as needed to complete project. 1.5 Coordinate with Facilities staff as necessary to complete the work. 1.6 The contractor will be required to provide photographs of the progress and successful completion of the work. 1.7 The contractor shall submit specifications, product data and/or shop drawings on all materials, devices, equipment or systems being installed on the project for approval by the Project Manager and/or project consultant. All items shall match specified colors, materials, quality, and style as noted on the plans. 1.8 At a minimum, the contractor must warranty the work completed for a minimum of one (1) year following final acceptance and completion of this project. Any call-back or remediation work will be completed at no charge to Collier County. All new equipment/parts warranty work shall be provided by the original warranty supplier. All warranty responsibility for parts or equipment previously purchased, but still under warranty will continue to be provided by the original warranty supplier until expiration of the warranty period. Contractor shall obtain and assign to the County 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 the County that any materials and equipment furnished under the Contract 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. Contractor further warrants to the County that all materials and equipment furnished under the Contract 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. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract, Contractor shall correct it promptly after receipt of written notice from the County. 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, the County 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 the County is entitled as a matter of law. 1.9 All work must be performed by properly qualified employees. Credentials may be requested by Collier County. 1.10 The contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the vendor / subcontractor shall be responsible for all associated costs. The cost is $40.00 per person. 1.11 The awarded contractor will receive a Purchase Order for work requested and may not start work prior to receiving authorization to begin the work. 1.12 Contractor is responsible for blocking off and maintaining any safety perimeters necessary for work. Contractor shall properly block off construction areas as appropriate until the work item is complete. Construction site shall be secured, and all construction materials must be properly cleaned up and stored at an approved area at the completion of each workday. 1.13 Contractor to restore all disturbed areas at completion of work. 1.14 Contractor is responsible for contacting locates (811) prior to commencement of construction. 1.15 Contractor must report and/all recordable accidents/hazards within 24 hours of occurrence to County in writing. 1.16 The Contractor(s) shall under no circumstances, remove any equipment containing a County asset sticker. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 1.17 The Contractor(s) shall be responsible for removing all debris from the site and cleaning affected 16.D.3.b Packet Pg. 1462 Attachment: RFQ - SNF Lazy River Bridge Replacement (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) areas in the most environmentally friendly manner possible. The Contractor(s) shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon request by the County’s representative, shall remove such debris and materials from the property. The Contractor(s) shall leave all affected areas as they were prior to beginning work. There will be no cost to the County for clean-up. 2. DETAILED SCOPE OF WORK: 2.1 Background and Description The County is seeking a General Contractor to replace the existing timber pedestrian bridge with a new timber pedestrian bridge. The new bridge shall consist of a main span arch bridge with four sets of timber stairs and two landings. The main span shall be approximately 25-ft long by 11.0-foot outside width. The stairs and landing shall be approximately 17-ft long by 11.0-foot outside width. The bridge shall be founded on concrete abutment walls and the stairs shall be founded on by 6-inch by 6-inch timber post and concrete foundations. The new bridge shall also include a set of side mounted and center deck mounted aluminum handrails. 2.1.1 See attached Drawings for specifications and full details. 2.1.2 Extra care shall be taken to protect the Lazy River water feature during construction activities. The river will not be drained at any time during construction as it helps to maintain the integrity of the river walls. 3. SCHEDULE / LIQUIDATED DAMAGES 3.1.1 The project shall be substantially completed within one hundred and eighty (180) days of receiving the notice to proceed. An additional thirty (30) days will be provided to complete punch list items and submit close out documentation to achieve final completion. 3.1.2 The selected vendor shall present the owner, within seven (7) days of notice to proceed, a project work schedule to ensure smooth coordination with building occupants and other County operations. 3.1.3 Time is of the essence in the performance of the work on this project. Should the contractor fail to substantially complete the project in the time period specified, the owner shall be entitled to assess, as liquidated damages, but not as a penalty, two hundred fifty dollars ($250) per calendar day. 4. ATTACHMENTS 4.1 Collier County Vertical Standards (CCVS) 4.2 Drawings 4.3 Geotechnical Report 4.4 Bid Schedule 16.D.3.b Packet Pg. 1463 Attachment: RFQ - SNF Lazy River Bridge Replacement (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) DATE SENT: 4/16/2020 QUOTE DUE DATE: 5/18/2020 at 10:00 AM EST PROJECT ADDRESS: North Collier Regional Park (NCRP) – Sun-N-Fun Lagoon - 15000 Livingston Road, Naples FL 34109 AWARD CRITERIA: Lowest Lump Sum Quote + Owner's Allowance Item Description Quantity Label Unit Cost Line Item Total MOBILIZATION & DEMOBILIZATION 1 LS $125,000.00 $125,000.00 DEMOLITION & DISPOSAL 1 LS $35,000.00 $35,000.00 BRIDGE MAIN SPAN SUPERSTRUCTURE, I.E. DECKING, HANDRAIL, JOIST, POSTS, FLOOR BEAMS, ARCHED GLULAM BEAMS, ETC.1 LS $50,000.00 $50,000.00 BRIDGE SUBSTRUCTURES 1 LS $38,000.00 $38,000.00 BRIDGE STAIRS AND FOUNDATION 2 EA*$35,000.00 $70,000.00 ALUMINUM HANDRAILING 1 LS $31,000.00 $31,000.00 $349,000.00 Owner's Allowance 1 LS $35,000.00 $35,000.00 $384,000.00 * 2 EA or LS; the total cost for Bridge and Stairs is $70,000 Please fill out and sign this form along with your proposal. No proposal will be considered unless the RFQ form is properly signed. BASE BID Total Subtotal: Vendor Signature: _____________________________________________________________________________ Print Name:___________________________________________________________________________________ Company Name: ___________________________________________________________ Date: ____________ #20-9100 Sun-N-Fun Lazy River Bridge Replacement Due: May 18, 2020 at 3:00PM EST Adam Ahmad Capital Contractors, LLC 5/17/2020 16.D.3.c Packet Pg. 1464 Attachment: Quote_Capital (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) DATE SENT: 4/16/2020 QUOTE DUE DATE: 5/18/2020 at 10:00 AM EST PROJECT ADDRESS: North Collier Regional Park (NCRP) – Sun-N-Fun Lagoon - 15000 Livingston Road, Naples FL 34109 AWARD CRITERIA: Lowest Lump Sum Quote + Owner's Allowance Item Description Quantity Label Unit Cost Line Item Total MOBILIZATION & DEMOBILIZATION 1 LS $92,190.00 $92,190.00 DEMOLITION & DISPOSAL 1 LS $33,598.00 $33,598.00 BRIDGE MAIN SPAN SUPERSTRUCTURE, I.E. DECKING, HANDRAIL, JOIST, POSTS, FLOOR BEAMS, ARCHED GLULAM BEAMS, ETC.1 LS $104,508.00 $104,508.00 BRIDGE SUBSTRUCTURES 1 LS $21,935.00 $21,935.00 BRIDGE STAIRS AND FOUNDATION 2 LS $18,404.00 $36,808.00 ALUMINUM HANDRAILING 1 LS $24,289.00 $24,289.00 $313,328.00 Owner's Allowance 1 LS $35,000.00 $35,000.00 $348,328.00 Please fill out and sign this form along with your proposal. No proposal will be considered unless the RFQ form is properly signed. BASE BID Total Subtotal: Vendor Signature: _____________________________________________________________________________ Print Name:__Doug Oliver, President_______________________________________________________________ Company Name: __Compass Construction, Inc._______________________________ Date: __5/18/20__________ #20-9100 Sun-N-Fun Lazy River Bridge Replacement Due: May 18, 2020 at 3:00PM EST 16.D.3.d Packet Pg. 1465 Attachment: Quote_Compass (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.ePacket Pg. 1466Attachment: Quote_WCG (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) PRE-BID MEETING: April 29, 2020 10:00 a.m. Project ManagerBryan VehovecPROJECT ADDRESS: 15000 Livingston Rd, Naples, Florida 34109# of Views7AWARD CRITERIA: Lowest Lump Sum Bid + Owner's Allowance# of Bids3Summary Description Compass ConstructionWright Construction GroupCapital ContractorsMOBILIZATION & DEMOBILIZATION $92,190.00 $53,508.00 $125,000.00DEMOLITION AND DISPOSAL $33,598.00 $62,042.00 $35,000.00BRIDGE MAIN SPAN SUPERSTRUCTURE, I.E. DECKING, HANDRAIL, JOIST, POSTS, FLOOR BEAMS, ARCHED GLULAM BEAMS, ETC.$104,508.00 $80,300.00 $50,000.00BRIDGE SUBSTRUCTURES $21,935.00 $64,655.00 $38,000.00BRIDGE STAIRS AND FOUNDATION $36,808.00 $118,500.00 $70,000.00ALUMINUM HANDRAILING $24,289.00 $53,792.00 $31,000.00OWNER'S ALLOWANCE $35,000.00 $35,000.00 $35,000.00Total Lump Sum Bid $348,328.00 $467,797.00 $384,000.00Documents verified Y Y YSolicitation: 2004-012 Sun-N-Fun Lazy River Bridge ReplacementDue: May 18, 2020 3 p.m.16.D.3.fPacket Pg. 1467Attachment: Quote Tabulation (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1468Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1469Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1470Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1471Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1472Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1473Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1474Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) 16.D.3.gPacket Pg. 1475Attachment: P&P Bond for SNF Lazy River Bridge (12585 : RFQ# 2004-012 - SNF Lazy River Bridge Replacement) MULTI -CONTRACTOR AWARD AGREEMENT # 19-7525 for Annual Agreement for General Contractor Services THIS AGREEMENT, made and entered into on this day of vklr& 2011, by and between Compass Construction Inc authorized to do business in the State of Florida, whose business address is 824 LafaVette Street Cape Coral Florida 33904 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 )year period, commencing FN upon the date of Board approval ❑ and terminating three (3 ) year(s) from that date or until all outstanding X Purchase Order(s) ❑ Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for one (� ) additional three ( 3 year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a LWPurchase Order ONotice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conons of ❑ Re�t—#e--Pepes€R� ❑ ^"�`—te Bi��—'Di Other Request for Qualification (RFQ ) # 19J525 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑E The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Pagel of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAS 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A —Scope A Services attached hereto. 3.4 [J� The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. 0 The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1. ❑ rasts� Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Scats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): � Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. RN Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement 2017,006 Ver.1 CAv 01 Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4so 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 the Agreement. 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. 1 . . . - - .n - 1 1 5. SALES TAX, 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. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAO 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Compass Construction, Inc. Address: 824 Lafayette Street Cape Coral, Florida 33904 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Douq Oliver (239) 542-7118 oliver@compassconstruction.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Damon Grant Division Name: Facilities Management Division Address: 3335 Tamiami Trail East, Suite 101 Naoles, Florida 34112 Administrative Agent/PM: Miguel Carballo Telephone: (239) 252-8380 E-Mail(s): Mlguel.Carballo@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, Page 4 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should Lite Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. � Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 21000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. � Business Auto Liability: Coverage shall have minimum limits of $1,000,000 .Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. 0 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Page 5 of 33 Multi -Contractor Award Agreement 2017,006 Ver.1 CAU Holder and included as an "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. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify 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. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 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, County 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 County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. Page 6 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 rao 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), R Exhibit A Scope of Services, ❑ Exhibit R Coo Schedule, ❑ R€P4-TB/ on Other Request for Qualification # 19-7525 including Exhibits, Attachments and Addenda/Addendum, ❑ deGume ts, 0 Exhibit C-1 Public Payment Bond, 0 Exhibit C-2 Public Performance Bond, 0 Exhibit D - Release and Affidavit Form, O Exhibit E — Form of Contract Application for Payment, 0 Exhibit F - Change Order, 0 Exhibit G - Certificate of Substantial Completion, 0 Exhibit H - Certificate of Final Completion, 0 Exhibit I - Warranty, and no Other Exhibit/Attachment: Exhibit I- Federal Grant Provisions 17. APPLICABILITY. Sections corresponding to any checked box (�) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated 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 Page 7 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 t:AO 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. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. 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. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. � BONDS. A. When a construction project is in excess of $200,000, the Contractors) shall be required to provide Payment and Performance Bonds. B. When required by Owner, the Contractor shall furnish a Performance and/or Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibit "C.1" and Exhibit "C-2". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business in the State of Florida, terminates or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. Page 8 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 23. F111 LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. 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. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner 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. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement; Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner 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 complete the Work in a timely manner. 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. 24. 0 PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereofI because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner 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 failed or reasonable evidence indicating probable fling 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 Page 9 of 33 Multi -Contractor Award Agreement 2017,006 Ver.1 ran 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. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. 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. C. 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 his 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. 28. ❑� CHANGES IN THE WORK. 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 modifications to this Agreement shall be in compliance with the County's Page 10 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 rq o Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" 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. 29. ❑I• CLEAN UP. 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. 30. STANDARDS OF CONDUCT• PROJECT MANAGER, SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. 0 TESTS AND INSPECTIONS. 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 to the County 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 County. PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County 's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 33. EMERGENCIES. In the event of any 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 is obligated to act to prevent threatened damage, injury or loss. Page 11 of 33 Multi -Contractor Award Agreement 2017,006 Ver.1 Contractor shall give the Owner written notice within forty-eight (48) hours after 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 Owner 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. 34. M COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist 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 portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. 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, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's 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. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. Page 12 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 35. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County 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 final 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 the County. 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. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. 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 County's staff person who would make the presentation of any settlement reached during negotiations to County 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 County's staff person who would make the presentation of any settlement reached at mediation to County'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. 39. 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. 40. ❑ Page 13 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAO - ._ - - - - -ws"�Aww -Guam 0 ❑ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 0 ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County'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 the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County 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 Page 14 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAO 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@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. 44. SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier- County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County Is Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 15 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAO IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTESTfit1 TO Crystal Kt*inl� f lerk'o•,f.!ourts & Co oIIC ,�dd By: Dated: r (SEAL)`-'fJ rl3 1` Attest as tohairman s Contract��,' t i Wes: Contractor's First Witness TType/print witness nameT Contractor's Second Witness M. Gl jVe�6e,r<1 TType/print witness nar eT County nt Name and Legality: rn BOARD OF COU TY COMMISSIONERS COLLIER CO DA C' By: Willi m L. McDaniel Jr. Chairman Compass Construction, Inc. Contractor By: �O�G UIYVer, rce� pe/print signature and title I Page 16 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAO Exhibit A Scope of Services 0 following this page (pages 1 through 6 ) ❑ this exhibit is not applicable Page 17 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 C�v 19-7525 "Annual Agreement for General Contractor Services EXHIBIT A SCOPE OF SERVICES 1. Scope of Work 1.1. General Contractors will be responsible for providing complete construction services for a wide range of projects and also responsible for the overall coordination of a project. The General Contractor will provide material, labor, equipment, tools and services necessary for all projects assigned. When necessary, the General Contractor may hire specialized subcontractors to perform all, or some portion of the construction work. 1.2.The General Contractor must be qualified and is directly responsible for 100% of the contracted work including all work performed by the in-house personnel or any subcontractors. In the event the General Contractor does not "self -perform" any or all tasks within the specifications, and utilizes subcontractors, the General Contractor is directly responsible for all supervision, monitoring and compliance with one hundred percent (100%) of meeting schedule, cost, work scope plans and specification quality in the performance of a project for the County. 1.3.The General Contractors may be involved in: 1.3.1. Construction supervision/administration; 1.3.2. New construction; 1.3.3. Renovations/retrofits/remediation; 1.3.4. Site or utility improvements; 1.3.5. Complete or selective demolition; 1.3.6. Estimating cost of future projects; 1.3.7. Coordinating with project consultants, and, 1.3.8. Scheduling work and subcontractors in harmony with the County's operations; 1.3.9. Coordination of design and engineering services. 1.4. The General Contractors' responsibilities may include, but are not limited to: 1.4.1. Hiring various trades to complete a project; 1.4.2. Applying for building permits; 1.4.3. Securing the property; 1.4.4. Providing temporary utilities on site; 1.4.5. Managing personnel on site; and 1.4.6. Disposing and/or recycling of construction waste, monitoring schedules and cash flows, and maintaining accurate records; 1.4.7. Subcontracting design and/or engineering services relative to the work required. The above list is not intended to represent the entire GC portfolio, but rather, a sample of the various responsibilities that a GC may be requested to participate in for a Collier County project. 2. Procedures for Obtaining Worlc Assignments 2.1. For all projects, the County's Project Manager will follow the procedure outlined below to receive quotes from the General Contractors. EXHIBIT A Page 1 of 6 CA�� K 2.1.1. A Summary of Work, Project Plans, Technical Specifications, etc. will be provided to all of the Contractors, along with a quote schedule for providing price. The County's Project Manager may assess Liquidated Damages per work assignment. 2.1.2. The County Project Manager will set the required response time for each project, but contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require longer quoting period to allow for proper coordination. Some projects, urgent in nature, may require a shorter response schedule at the Project Manager's discretion. This period may also include a pre -bid meeting. 2.1.3. Contractors shall provide a lump sum quote, based on the quote schedule provided. The following is an example of a quote schedule that may be required: Item Description Unit Amount Item Cost Number 1 Mobilization Lump Sum 1 $0.00 2 Sitework Lump Sum 1 $0.00 3 Masonry Lump Sum 1 $0.00 4 Structural Lum Sum 1 $0.00 5 Roofing Lum Sum 1 $0.00 6 Plumbing Lump Sum 1 $0.00 7 HVAC Lump Sum 1 $0.00 8 Electrical Lump Sum 1 $0.00 $0.00 9 Owner's Allowance T&M $0.00 Lump Sum Total $0.00 2.1.4. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. 2.1.5. The Project Manager will review all of the quotes and may negotiate with the Contractor who submits the lowest quote, if outside of the budget. 2.1.6. All work assignments that exceed $200,000 for any one project, will require Board approval. 2.1.7. Performance and Payment Bonds will be required for projects over $200,000. 2.1.8. Once a contractor is selected for a work assignment, the County's Project Manager will issue a Purchase Order. 2.1.9. The contractor may not begin work until a written Notice to Proceed is issued from the County's Project Manager or designee. General Requirements 3.1. Performance and Payment Bonds: When a work assignment is in excess of $200,000.00, the Contractors) shall be required to provide Performance and Payment Bonds, in the amount of 100% of the quoted work assignment amount; the costs of which is to be paid by Contractor. If the work assignment will be more than thirty (30) EXHIBIT A Page 2 of 6 days in duration and less than $200,000.00, the County's project manager may request Payment and Performance Bonds. All performance security under the subsequent work assignment shall be continued for a six (6) month period beyond the final completion of the project. 3.2. Progress Payments. For work that will not be completed within a thirty (30) day period, the Contractor may wish to receive Progress Payments. Subsequent to the first Application for Payment, the Contractor shall submit to the County, for their review and approval, a schedule of values based upon the total amount to be paid to the Contractor. The Schedule of Values will be formatted by the Contractor to provide for necessary cost breakdowns of the Work by trade category. After its approval by the Owner, that schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. The first Application for Payment shall be submitted no earlier than thirty (30) days after the issuance of the purchase order and Notice to Proceed. 3.3. Insurance/Disaster Related Repairs: For insurance related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management. For disaster related repairs/work, the Contractor may be asked to provide an itemized breakdown of materials, labor and associated costs necessary for submittal to Risk Management. If FEMA related, the Contract will be required to comply with the term and condition in the attached provisions (i.e. Lump Sum Only) and will be defined within the work assignment issued by the County as applicable. 3.4. Equipment Inventory: The Contractors) shall, under no circumstances, remove any equipment containing a County asset sticker, without written authorization fi•om the County staff. The Contractors) shall request that, when replacing equipment, the asset sticker be removed by an appropriate County staff member authorized to adjust equipment inventory records. 3.5. Facility Safety, Security and Standards: The contractor and their subcontractors are required to comply with County Ordinance 2004-52, as amended and all future changes. Background checks are valid for five (5) years and the vendor / subcontractor shall be responsible for all associated costs. The cost is $40.00 per person. At all times, the contractor and their subcontractors must wear the assigned Contractor badge while conducting work on County property. Work assignments must be performed in accordance with standards and guidelines set by the County's Project Manager. The Contractors) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractors) shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to. insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. EXHIBIT A Page 3 of 6 ca,o Contractor is expected to understand and comply with all applicable laws and regulations of any applicable governmental entity and Collier County CMA's, Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Representative or designee. The Contractor(s) must comply with Federal and State right- %J-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative's direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 3.6. High Security Environments: The successful Contractors) will be asked to work in the Collier County Sheriff Office Correctional Facilities and other areas considered "high security", which require thorough background checks of personnel and tools taken into such Facilities. Additional access and logistical requirements for high security sites may be set at the Project Manager's discretion in the Summary of Work during work assignments. 3.7. Warranty: All new equipment/parts warranty work shall be provided by the original warranty supplier. All warranty responsibility for parts or equipment previously purchased, but still under warranty will continue to be provided by the original warranty supplier until expiration of the warranty period. 3.8. Trouble Calls: All trouble calls are initially reported to Facilities Management. If the trouble call involves a warranty item, the County Project Manager shall notify the Contractor, who will then have the responsibility of placing the warranty trouble call with the warranty supplier and tracking the problem until it has been fully remedied. Maintenance of a warranty inventory list for each completed project through the warranty period and the tracking of warranty trouble calls shall be provided by the Contractor at no additional cost to the County. 3.9. Parts and Fixtures: Parts and fixtures shall be new and warranted for a minimum of one (1) year or the standard offered by the manufacturer, whichever ,is greater, after acceptance of the Project. All labor for repairs shall have a minimum of ninety (90) day warranty. All call backs will be free of charge. No labor will be billed or allowable in the event defective parts were used. An extended warranty and/or service agreement may be purchased through the Contractor from the manufacturer without any markup being charged to the County. 3.10. Express Warranties: EXHIBIT A Page 4 of 6 CAo Contractor shall obtain and assign to the County 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 the County that any materials and equipment furnished under the Contract 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. Contractor further warrants to the County that all materials and equipment furnished under the Contract 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. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract, Contractor shall correct it promptly after receipt of written notice from the County. 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, the County 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 the County is entitled as a matter of law. 3.11. Changes in the Work Contractor shall provide Owner with a Time and Material Not to Exceed (T&M NTE) proposal for any changes in the work. The proposal shall include breakdown of Contractor's time, materials and any proposed subcontractor quotes. Invoicing for all T&M NTE work shall include backup documentation of Contractor's time, purchased materials and subcontractor invoices. General Contractors) agree to the following, as pertains to markups on Change Order Work: The mark-up on rental equipment shall not exceed 10% and equipment owned by the contractor utilized on a project will not be charged back to the owner. The mark-up on subcontractors shall not exceed 15%. The mark-up on materials shall not exceed 20%. The Labor rates provided by the Contractor as a part of a change order, relative to labor rates pertaining to changes in the work, are to be fully burdened to include overhead, insurance, profit and use of company owned small tools and equipment. Some work assignments will utilize a fee schedule for labor categories and parts unit pricing. Fee schedule rates, which are subject to additions or deletions, will be negotiated with the selected vendors and will be added to the work assignment in the form of a fee schedule for utilization. 3.12. Compliance with County Risk Management Requirements Contractors will be expected to understand and comply with all applicable laws and regulations of any governmental entity having jurisdiction and Collier County CMA's, Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform. These include but are not limited to: EXHIBIT A Page 5 of 6 cno • Storage, handling, and use of flammable liquids and hazardous materials. • Storage, handling, and use of compressed gas cylinders. • Periodic safety inspections of equipment and work -site housekeeping. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out / tag out procedures. • Proper use of personal protective equipment. • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. 4. Applicable Articles The following Articles of the Agreement shall only be applicable for individual projects over $20050000 Article 22. Bonds Article 23. Liquidated Damages Article 24. Payments Article 34. Completion EXHIBIT A Page 6 of 6 ❑ following this page (pages this exhibit is not applicable Exhibit B Fee Schedule through ) Page 18 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 (:rSO ❑ this exhibit is not applicable Exhibit C-1 PUBLIC PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That Principal, and (Business Address) to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our representatives, successors and assigns, jointly and severally. WHEREAS, with Oblige for — Bond No. Contract No. as as Surety, located at are held and firmly bound heirs, executors, personal Principal has entered into a contract dated as of the _day of in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to 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 255,0592. 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. body. IN WITNESS WHEREOF, the above parties have executed this instrument this day of the name of under -signed representative, pursuant to authority of its governing Page 19 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 fC:AO Signed, sealed and delivered in the presence of: Witnesses as to Principal, STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me this of , aJ of a . corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) Page 20 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CEO As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF _ COUNTY OF The foregoing instrument was acknowledged before me this of of to me OR has produced My Commission Expires: (AFFIX OFFICIAL SEAL) Surety, on behalf of Surety. He/She is personally known as identification and who did (did not) take an oath. (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT C=2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of %Ai+h nklino fnr in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to 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 Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; 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 otherwork 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, alternations or additions to the terms of the Contract or to work or to the specifications. Page 22 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 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 Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 20_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of : PRINCIPAL: Witnesses as to Principal STATE OF _ COUNTY OF By: — Name: Its: 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) (AFFIX OFFICIAL SEAL) Name: (Legibly -Printed) Notary Public, State of Commission No.: Page 23 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 CAO ATTEST: Witness as to Surety Witnesses STATE OF _ COUNTY OF (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) The foregoing instrument was acknowledged before me this day of , 20_, by _ as of Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 24 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF (_ ) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: (1) who after 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 1 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. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: The foregoing instrument was acknowledged before me this as [Corporate Seal] _ day of of corporation, on behalf of the corporation. He/she is personally known to me or as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) NAME: (Signature of Notary) (Legibly Printed) Notary Public, State of Commissioner No.: has produced Page 25 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ __% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued $ Bid No. Project No. Application Date Payment Application No. for Work accomplished through the Date: ect Name) Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ 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; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name &Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional DATE: (DP's Name) (Signature) (Type Name &Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) (Type Name and Title) Page 26 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable ❑ Contract Mocation EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract #: I I Change #: Purchase Order #: Contractor/Firm Name: Project Manager Name:— Pro ject Name: Department: Project #: I Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item #' Current BCC Approved Amount Last BCC Approval Date; Agenda Item # 11 Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change — #DIV/0! Total Change from Original Amount 0.00 #DIV/0! Change from Current BCC Approved Amount Revised Contract/Work Order Total [D$Cumulative Chan es $ 0.00 #DIV/Ol Chan e from Current Amount Completion Date, Description of the Tasks) Change, anAD f;^nnin for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date Includes this change) u # of Days Added �� Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following:1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the _,. ....,.,.,.�^^A A+fnnh nr4r4i+innnI infnrmatinn from the Desian Professional and/or Contractor if needed. Prepared by: (Project Manager Name and Division) Date: Acceptance of this Change Order shall constitute a modification to contract /work order identified above and will be subject to all the same terms and conditions as contained in the contract /work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor /Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor /Vendor /Consultant /Design Professional and Name of Firm, if project applicable) Approved by: (Design Professional and Name of Firm, if project applicable) Approved by: (Procurement Professional Page 27 of 33 Date: Date: Multi -Contractor Award Agreement 2017.006 Ver.1 CAO ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For _ Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER 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 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. Page 28 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: 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 By: Design Professional Type Name and Title 20 CONTRACTOR accepts this Certificate of Substantial Completion on 20_ By: CONTRACTOR Type Name and Title OWNER accepts this Certificate of Substantial Completion on By: OWNER Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT H CERTIFICATE OF FINAL COMPLETION ENGINEER'S Project No. This Certificate of Final completion applies to all Work under the Contract documents. To OWNER And To 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 finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 Executed by Design Professional on Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Multi -Contractor Award Agreement 2017.006 Ver.1 t"AO ❑ this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver.l Other Exhibit/Attachment Description: Exhibit I- Federal Grant Provisions 01 following this page (pages through 9 ) ❑ this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.l CA�� EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200,23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See AM k urcase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,0001: (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www epa gov/smm/comprehensive-procurement-quideline-cpq- ro ram Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180,995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 CAU EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 601 all contracts that meet the definition of "federally assisted construction contract' in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1 At During the performance of this contract, the contractor agrees as follows: I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or d applicant for employment because such employee or applicant has inquired about, discusse, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to.protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of 4)100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $1500000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1362 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. 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. Record Retention - 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, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 CAO EXHIBIT I GGnQQAi r.ONITRAr.T PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification 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 regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required 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 written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288,703, Fla, Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Compass Construction Inc. Date 4/30/19 Authorized Signature EXHIBIT I - 6 Oliver EXHIBIT 1 GGnGRA1 r.nNTR.ArT PRnvISInNS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR Lawrence Oliver, Principal Name and Title 824 Lafayette Street Street Address rang C;nral. FL 33904 City, State, Zip 122232754 DUNS Number dianii a Date Sub -Recipient Name: DEM Contract Number: FEMA Project Number: Collier County Board of County Commissioners Z0001 4337DRFLP0000001 EXHIBIT I - 7 :AO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT will he verified. Unverifiable statuses will require the PRIME to either prone a revised statement or provide source documentation that validates a PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMO Compass Construction, Inc. 59-2423658 TBD fSTHEPRIME AFLORIDA-CERTIFIED DISADVANTAGED, VETERM Y 15THEACTIVI7YOFTHIS CONTRACT._ MINORrrfORWOMEN BUSINESSENTERPRISE? DBE? Y CONSTRUCTION? © N IDBE/MBEMBE) OR HALVE ASMALL DISADVANTAGED MBE? Y CANSULTATiON? Y BUSINESS SA CERTIFICATION FROM THE SNIALL BUSINESS ADMINISTRATION? ASERVICE DISABLED VETERAII? WBE? Y OTHER? Y SDB SA? Y =M IS THIS SUBMIS51ON A REVISION?iY r7rjIF YES, REVISION NUMBER OBE M/VilBE I SUBCONTRACTOR OR SUPPLIER vF-rFnnr� NAME TYPE OF WORK OR ( ETHNtCrrY CODE' SPECIALTY {See eebw) SUB/SUPPLIER I PERCff7T OF CONTRAL'T DOLLAR AMOUNT DOLLARS NAME OF 5UBMRTER PATE TrtLE OF SUBMRTER Lawrence Oliver 4/30/19 Principal EMAIL ADDRESS OF PRIME ISusmiTTER) TELEPHONE NUMBER FAX NUMBER doliver@compassconstruction,com (239) 542-7118 (239) 542-8648 NOTE: This information is used to track and report anticipated DBE or tiBE participation In federally -funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a county contract, the prime will be asked to update the information forthe grant canpliance fries. NOUN =-MW BA zeladtArrfemm� _ _ _ - His anicA p merican Ha :NatNeArisencan NA Subcont. Asian American SAA APA - ......;.::. AsiatF.PaoficAii�encan Non-M1imority Women NMW O Otfier;,noKofarryotftergroupl_�sted NAME ACCEPTED BY: or lm EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING GERTIFIGATION jTo be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer ar employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying;" in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Compass Construction, Inc. Contractor (Fi j Name) of C6ntractor's Authorized Official Lawrence Oliver, Princi Name and Title of Contractor's Authorized O Date EXHIBIT I - 9 COMMA OP ACIORL7" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) kam... 05/21/2019 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 lieu of such endorsements . PRODUCER 239-945-1900 c AcT Derek L. Hoines Olin Hill & Associates Inc. ONE 239-945-1900 IF 239-945-3163 P 2804 Del Prado Blvd. #107 C, No, Ext): (AlC, No): Cape Coral, FL 33904 RM SS: Derek L. Holnes INSURER S AFFORDING COVERAGE NAIC i INSURERA:Owners Insurance Company 32700 INSURED INSURER B:Auto-Owners Insurance Company 18988 Co p ss C�ongructlon Inc Southern -Owners insurance Co10190 82 a aye to INSURER C . Cape Coral, FL 33904 .National Builders Insurance Co 116632 rnvoo nr_ ee r^CDTI CII"ATC Ait Ia11RCR• 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 L R A B TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR ADDL 1 SD X20682922 SUBR D POLICY NUMBER 9667255000 POLICY EFF IDD 08/17/2018 08/17/2018 POLICY EXP DD 08/17I2019 08/17/2019 LIMITS EACH OCCURRENCE $ 19000,000 DAMAGETO RENTED occurrence)PREMISES (Ea 50,000 $ MED EXP (Any oneperson) $ 51000 PERSONAL & ADV INJURY $ 1,0001000 GENERAL AGGREGATE $ 21000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ jpe7 LOC OTHER: AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS y ED AUTO ONLY AUTOS ONLY PRODUCTS- COMPlOP AGG 2,000,000 Emp Ben. COMBINED SINGLE LIMIT Ea accident 11000,000 1,000,Q00 BODILY INJURY Per person) BODILY INJURY Per accident $ P r as clJ nt AMAGE $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 4237064700 08/17/2018 08/17/2019 EACH OCCURRENCE $ 2,000,00 6 AGGREGATE $ 21000,000 DED X RETENTION$ Waived D WORKERS COMPE(JSATION AND EMPLOYERS' LLIABILITY ANY PROPRIETORIPARTNERlF�CUTIVE Y t N WICER�MEM��� EXCLUDED? � {mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA CV007285109 11 /25/2018 I 11/25/2019 X PER OTH- E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE 11000 000 $ ' E.L. DISEASE -POLICY LIMIT $ 100000000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Contract #19-7525 "General Contractor Services." Collier County Board of County Commissioners is named as an additional insured on the General Liability with respect to Insured's operations. Collier County Board of County Commissioners 3399 Tamiami Trail E. Ste 303 Naples, FL 34112 COLLI-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (2016/03) ACORD 25 O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD