Loading...
Agenda 09/08/2020 Item #11G (ITB #20-7763)09/08/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (“ITB”) No. 20-7763, “NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement " (Project Number 70148), to R2T, Inc., in the amount of $2,752,629, and authorize the Chairman to sign the attached agreement. OBJECTIVE: Provide reliable, sustainable, and regulatorily compliant services by rehabilitating effluent filters at the North County Water Reclamation Facility (“NCWRF”). CONSIDERATIONS: The proposed scope of work under Project Number 70148, “Water Reclamation Facilities Technical Support Projects,” is consistent with the FY2020 Budget approved by the Board on September 19, 2019. This project will upgrade effluent filter Numbers 2 and 3 at the NCWRF by providing more reliable equipment. These effluent filters provide 8.0 million gallons per day of wastewater treatment and IQ water production. The effluent filters play a critical role in the wastewater treatment process and the production of Irrigation Quality (“IQ”) water. These filters are required to operate continuously, 24 hours a day, seven days a week, 365 days a year. The existing filters Numbers 2 and 3 are approximately 17 years old and 29 years old, respectively. Within the last several years, both filters have had performance problems requiring them to be taken out of service for extended repairs. To remain in compliance, approximately every 3-5 years, the filters need to be disassembled, rebuilt and re-caulked; a process that takes 8-12 weeks. The proposed new filters utilize a different technology that replaces the underdrain plates and caulking with a slotted plastic pipe. This technology has been proven to be effective at the NCWRF in Filter Set No. 1 installed in 2012. On May 11, 2020, the Procurement Services Division released ITB No. 20-7763 to twenty-nine thousand five hundred six (29,506) vendors for the NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement project. Interested bidders viewed one hundred five (105) bid packages, and the County received eight bids by the June 16, 2020 deadline. Staff reviewed each of the bids and found all eight bidders to be responsive and responsible per the below table. Company Name City County ST Bid Amount Responsive/ Responsible R2T, Inc. Palm Beach Gardens Palm Beach FL $2,752,629.00 Yes/Yes TLC Diversified, Inc. Palmetto Manatee FL $2,983,300.00 Yes/Yes Poole & Kent Company of Florida Miami Miami-Dade FL $2,999,000.00 Yes/Yes Douglas N. Higgins, Inc. Naples Collier FL $3,041,780.00 Yes/Yes PWC Joint Venture, LLC Fort Myers Lee FL $3,193,000.00 Yes/Yes Mitchell & Stark Construction, Co. Naples Collier FL $3,492,400.00 Yes/Yes Lawrence Lee Construction Services, Inc. Stuart Martin FL $3,496,000.00 Yes/Yes Intercounty Engineering, Inc. Pompano Beach Broward FL $3,682,111.21 Yes/Yes Based on the bids received, R2T, Inc. is the lowest, responsive, and responsible bidder, with a bid approximately 13% below the Engineer’s estimate. 11.G Packet Pg. 138 09/08/2020 Staff recommends that the contract be awarded to R2T, Inc., for a total contract amount of $2,752,629.00. In a letter dated June 29, 2020, the Engineering and Project Management Division conducted a background check on the contractor and recommended awarding the construction agreement to R2T, Inc., who has an acceptable performance record on previous, similar, utility-related projects. The bid specifications informed the bidders that there may be unforeseen conditions associated with the project. The bid amount incorporates an allowance of $100,000 for owner-directed additional work. The price for any additional work, if necessary, will be negotiated prior to commencement in accordance with the County’s Purchasing Ordinance and the terms of the agreement. FISCAL IMPACT: The source of funding is Wastewater User Fees, Fund (414). The project is anticipated to complete in 2021. The cost to replace the asset is $2,752,629 with a life expectancy of 20 years. Funding is provided in 414-263614 Project No. 70148 (Water Reclamation Facilities TSP). Operating costs reflect an estimate of the funds needed in the annual operating budget for each fiscal year. The new filtration equipment has an estimated annual maintenance cost of $68,000, while the existing filtration equipment has had an estimated annual maintenance cost of $126,000. Replacement of the filters with newer technology eliminates the cost of replacing the underdrain plates and caulking. The estimated operation and maintenance costs do not include the cost of routine labor, chemicals and power required at the facility. No change in staffing is expected as a result of this project. The funding source will be the Collier County Waster-Sewer District Operating Fund (408). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, awards ITB No. 20-7763, “NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement," to R2T, Inc., in the amount of $2,752,629, and authorizes the Chairman to sign the attached agreement. Prepared by: Wayne Karlovich, Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. 20-7763 Bid Tabulation (PDF) 2. 20-7763 DELORA (PDF) 3. 20-7763 NORA (PDF) 4. [Linked] 20-7763 R2T_VendorSignedwbonds (PDF) 5. 20-7763 R2T_Insurance 8-5-20 (PDF) 6. Presentation 20-7763 NCWRF Filters 2-3 (PDF) 11.G Packet Pg. 139 09/08/2020 COLLIER COUNTY Board of County Commissioners Item Number: 11.G Doc ID: 13097 Item Summary: Recommendation to award Invitation to Bid (“ITB”) No. 20-7763, “NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement " (Project Number 70148), to R2T, Inc., in the amount of $2,752,629, and authorize the Chairman to sign the attached agreement. (George Yilmaz, Public Utilities Department Head) Meeting Date: 09/08/2020 Prepared by: Title: Project Manager, Senior – Public Utilities Planning and Project Management Name: Wayne Karlovich 08/05/2020 4:52 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 08/05/2020 4:52 PM Approved By: Review: Procurement Services Barbara Lance Additional Reviewer Completed 08/06/2020 2:34 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/06/2020 2:40 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/06/2020 3:34 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/06/2020 4:18 PM Wastewater Tom Chmelik Additional Reviewer Skipped 08/07/2020 8:13 AM Water Steve Messner Additional Reviewer Completed 08/07/2020 9:33 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 08/07/2020 9:39 AM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 08/07/2020 11:17 AM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 08/07/2020 12:49 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 08/07/2020 6:19 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 08/10/2020 10:32 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 08/10/2020 3:28 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 08/11/2020 11:37 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 08/17/2020 2:25 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 08/17/2020 4:00 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/17/2020 4:15 PM 11.G Packet Pg. 140 09/08/2020 Budget and Management Office Ed Finn Additional Reviewer Completed 08/26/2020 11:14 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 08/31/2020 3:05 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/08/2020 9:00 AM 11.G Packet Pg. 141 Project Mgr: Wayne Karlovich BID Tabulation Notices Sent:29,506 Procurement Strategist: Barbara Lance COLLIER COUNTY SOLICITATION NO. 20-7763 Bid Pkgs Viewed:105 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement Submittals:8 COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT - EPMD PROJECT # 70148.10.2 Item No.Description Unit Label Quantity Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total 1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 1-10)Lump Sum 1 $100,000.00 $100,000.00 $288,000.00 $288,000.00 $49,000.00 $49,000.00 $291,780.00 $291,780.00 $300,000.00 $300,000.00 $136,000.00 $136,000.00 $300,000.00 $300,000.00 $358,211.21 $358,211.21 $145,200.00 $145,200.00 2 Demolition of Filter Set No. 2 Lump Sum 1 $92,105.00 $92,105.00 $71,200.00 $71,200.00 $175,000.00 $175,000.00 $123,000.00 $123,000.00 $100,000.00 $100,000.00 $150,000.00 $150,000.00 $145,000.00 $145,000.00 $165,450.00 $165,450.00 $53,700.00 $53,700.00 3 Filter Set No. 2, Equipment & Material Lump Sum 1 $1,001,875.00 $1,001,875.00 $1,046,000.00 $1,046,000.00 $990,000.00 $990,000.00 $944,000.00 $944,000.00 $1,000,000.00 $1,000,000.00 $1,040,000.00 $1,040,000.00 $980,000.00 $980,000.00 $875,000.00 $875,000.00 $868,600.00 $868,600.00 4 Filter Set No. 2, Installation Lump Sum 1 $110,428.00 $110,428.00 $122,500.00 $122,500.00 $200,000.00 $200,000.00 $190,000.00 $190,000.00 $221,000.00 $221,000.00 $330,000.00 $330,000.00 $357,000.00 $357,000.00 $452,000.00 $452,000.00 $469,000.00 $469,000.00 5 Demolition of Filter Set No. 3 Lump Sum 1 $92,105.00 $92,105.00 $71,200.00 $71,200.00 $175,000.00 $175,000.00 $123,000.00 $123,000.00 $100,000.00 $100,000.00 $150,000.00 $150,000.00 $145,000.00 $145,000.00 $165,450.00 $165,450.00 $53,700.00 $53,700.00 6 Filter Set No. 3, Equipment & Material Lump Sum 1 $1,001,875.00 $1,001,875.00 $1,046,000.00 $1,046,000.00 $990,000.00 $990,000.00 $944,000.00 $944,000.00 $1,000,000.00 $1,000,000.00 $1,040,000.00 $1,040,000.00 $980,000.00 $980,000.00 $875,000.00 $875,000.00 $868,600.00 $868,600.00 7 Filter Set No. 3, Installation Lump Sum 1 $110,428.00 $110,428.00 $122,500.00 $122,500.00 $200,000.00 $200,000.00 $190,000.00 $190,000.00 $221,000.00 $221,000.00 $330,000.00 $330,000.00 $357,000.00 $357,000.00 $452,000.00 $452,000.00 $469,000.00 $469,000.00 8 Filter Effluent Gates Equipment & Material Lump Sum 1 $76,100.00 $76,100.00 $68,500.00 $68,500.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $80,000.00 $80,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $102,000.00 $102,000.00 $55,800.00 $55,800.00 9 Filter Effluent Gate Installation Lump Sum 1 $39,990.00 $39,990.00 $21,900.00 $21,900.00 $25,000.00 $25,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $115,000.00 $115,000.00 $32,000.00 $32,000.00 $105,000.00 $105,000.00 $55,800.00 $55,800.00 10 Electrical Work Lump Sum 1 $27,723.00 $27,723.00 $25,500.00 $25,500.00 $25,000.00 $25,000.00 $26,000.00 $26,000.00 $31,000.00 $31,000.00 $31,400.00 $31,400.00 $30,000.00 $30,000.00 $32,000.00 $32,000.00 $10,600.00 $10,600.00 11 Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. T&M 1 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 TOTAL PRICE FOR ITEMS 1 THROUGH 11 $2,752,629.00 $2,983,300.00 $2,999,000.00 $3,041,780.00 $3,193,000.00 $3,492,400.00 $3,496,000.00 $3,682,111.21 $3,150,000.00 Completed Bid Forms: Bid Schedule Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Bidders Checklist (Form 12) Addendums (6) E-Verify SunBiz Procurement Strategist: Barbara Lance Witness: Jim Flanagan Yes Yes Poole & Kent Company of Florida Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes ENGINEER'S ESTIMATETLC Diversified, Inc.R2T, Inc.PWC Joint Venture, LLC InterCounty Engineering, Inc. Lawrence Lee Construction Services, Inc. Mitchell Stark Construction Co. Inc.Douglas N. Higgins Poole & Kent Company of Florida Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes PWC Joint Venture, LLCR2T, Inc.TLC Diversified, Inc. InterCounty Engineering, Inc.Douglas N. Higgins Mitchell Stark Construction Co. Inc. Lawrence Lee Construction Services, Inc. Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes 11.G.1 Packet Pg. 142 Attachment: 20-7763 Bid Tabulation (13097 : Contract 20-7763 NCWRF Filters 2-3) June 29, 2020 Ms. Barbara Lance Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112 RE: Evaluation of Bids/Contract Award Recommendation NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement Solicitation No. 20-7763 EPMD Project No. 70148.10.2 Dear Ms. Lance, We have reviewed the enclosed Bid Tabulation, provided by Collier County Procurement Services, and the low bidder’s (R2T, Inc.) bid proposal received by the County for the North County Water Reclamation Facility Effluent Filters Nos. 2 & 3 Equipment Replacement (Bid 20-7723). The bids are graphically presented on the attached chart. A total of eight bids were received on the project and ranged from $2,752,629.00 to $3,682,111.21. The low bidder’s (R2T, Inc.) price is approximately 13% lower than the Engineers Opinion of Cost. The bids of the lowest two bidders differed by 8%. We have contacted all five of the references provided by R2T, Inc. for the project. The Bidder Reference Reviews are attached. All references were satisfactory. We have determined that the lowest bid is fair and reasonable, and recommend award of the construction contract to R2T, Inc. in the amount of $2,752,629.00. If you have any questions or need additional information, please do not hesitate to contact me at (239)-285-4626. Sincerely, Wayne M. Karlovich, P.E. Senior Project Manager 11.G.2 Packet Pg. 143 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Project Mgr: Wayne Karlovich BID Tabulation Notices Sent:29,506 Procurement Strategist: Barbara Lance COLLIER COUNTY SOLICITATION NO. 20-7763 Bid Pkgs Viewed:105 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement Submittals:8 COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT - EPMD PROJECT # 70148.10.2 Item No.Description Unit Label Quantity Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total Cost Per Unit Total 1 Mobilization/Demobilization (Not to Exceed 10% of Total of Items 1-10)Lump Sum 1 $100,000.00 $100,000.00 $288,000.00 $288,000.00 $49,000.00 $49,000.00 $291,780.00 $291,780.00 $300,000.00 $300,000.00 $136,000.00 $136,000.00 $300,000.00 $300,000.00 $358,211.21 $358,211.21 $145,200.00 $145,200.00 2 Demolition of Filter Set No. 2 Lump Sum 1 $92,105.00 $92,105.00 $71,200.00 $71,200.00 $175,000.00 $175,000.00 $123,000.00 $123,000.00 $100,000.00 $100,000.00 $150,000.00 $150,000.00 $145,000.00 $145,000.00 $165,450.00 $165,450.00 $53,700.00 $53,700.00 3 Filter Set No. 2, Equipment & Material Lump Sum 1 $1,001,875.00 $1,001,875.00 $1,046,000.00 $1,046,000.00 $990,000.00 $990,000.00 $944,000.00 $944,000.00 $1,000,000.00 $1,000,000.00 $1,040,000.00 $1,040,000.00 $980,000.00 $980,000.00 $875,000.00 $875,000.00 $868,600.00 $868,600.00 4 Filter Set No. 2, Installation Lump Sum 1 $110,428.00 $110,428.00 $122,500.00 $122,500.00 $200,000.00 $200,000.00 $190,000.00 $190,000.00 $221,000.00 $221,000.00 $330,000.00 $330,000.00 $357,000.00 $357,000.00 $452,000.00 $452,000.00 $469,000.00 $469,000.00 5 Demolition of Filter Set No. 3 Lump Sum 1 $92,105.00 $92,105.00 $71,200.00 $71,200.00 $175,000.00 $175,000.00 $123,000.00 $123,000.00 $100,000.00 $100,000.00 $150,000.00 $150,000.00 $145,000.00 $145,000.00 $165,450.00 $165,450.00 $53,700.00 $53,700.00 6 Filter Set No. 3, Equipment & Material Lump Sum 1 $1,001,875.00 $1,001,875.00 $1,046,000.00 $1,046,000.00 $990,000.00 $990,000.00 $944,000.00 $944,000.00 $1,000,000.00 $1,000,000.00 $1,040,000.00 $1,040,000.00 $980,000.00 $980,000.00 $875,000.00 $875,000.00 $868,600.00 $868,600.00 7 Filter Set No. 3, Installation Lump Sum 1 $110,428.00 $110,428.00 $122,500.00 $122,500.00 $200,000.00 $200,000.00 $190,000.00 $190,000.00 $221,000.00 $221,000.00 $330,000.00 $330,000.00 $357,000.00 $357,000.00 $452,000.00 $452,000.00 $469,000.00 $469,000.00 8 Filter Effluent Gates Equipment & Material Lump Sum 1 $76,100.00 $76,100.00 $68,500.00 $68,500.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $80,000.00 $80,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $102,000.00 $102,000.00 $55,800.00 $55,800.00 9 Filter Effluent Gate Installation Lump Sum 1 $39,990.00 $39,990.00 $21,900.00 $21,900.00 $25,000.00 $25,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $115,000.00 $115,000.00 $32,000.00 $32,000.00 $105,000.00 $105,000.00 $55,800.00 $55,800.00 10 Electrical Work Lump Sum 1 $27,723.00 $27,723.00 $25,500.00 $25,500.00 $25,000.00 $25,000.00 $26,000.00 $26,000.00 $31,000.00 $31,000.00 $31,400.00 $31,400.00 $30,000.00 $30,000.00 $32,000.00 $32,000.00 $10,600.00 $10,600.00 11 Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. T&M 1 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 TOTAL PRICE FOR ITEMS 1 THROUGH 11 $2,752,629.00 $2,983,300.00 $2,999,000.00 $3,041,780.00 $3,193,000.00 $3,492,400.00 $3,496,000.00 $3,682,111.21 $3,150,000.00 Completed Bid Forms: Bid Schedule Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Bidders Checklist (Form 12) Addendums (6) E-Verify SunBiz Procurement Strategist: Barbara Lance Witness: Jim Flanagan Yes Yes Poole & Kent Company of Florida Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes ENGINEER'S ESTIMATETLC Diversified, Inc.R2T, Inc.PWC Joint Venture, LLC InterCounty Engineering, Inc. Lawrence Lee Construction Services, Inc. Mitchell Stark Construction Co. Inc.Douglas N. Higgins Poole & Kent Company of Florida Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes PWC Joint Venture, LLCR2T, Inc.TLC Diversified, Inc.InterCounty Engineering, Inc.Douglas N. Higgins Mitchell Stark Construction Co. Inc. Lawrence Lee Construction Services, Inc. Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes 11.G.2 Packet Pg. 144 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) $0.00 $500,000.00 $1,000,000.00 $1,500,000.00 $2,000,000.00 $2,500,000.00 $3,000,000.00 $3,500,000.00 $4,000,000.00 Bid Results for 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Dotted red- +/-20% of eng estimate for horizontal construction 11.G.2 Packet Pg. 145 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: 20-7763 Wayne Karlovich NCWRF Eff. Filters 2&3 Eqpt Rep R2T, Inc. Collier County - Engineering and Project Management Divsion 239-285-4626 NaOCL & Other System Improv.Stuart, FL 4,924,0002/2020 3473 SE Willoghby Blvd, Stuart 772-223-7957 dschuler@martin.fl.usDarrell Schuler Martin County Utilities Replacement of chemical feed systems and Effluent filters, WAS Feed. Yes. There were a few changes due to existing unknown underground conditions. Also, they initially sat down with contractor and engineer and did some value engineering that saved some money. They would hire them again. Change order pricing was fair and reasonable. Yes None. Yes, they did good work. Yes. No issues with schedule or budget. Yes. 6/22/2020 11.G.2 Packet Pg. 146 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: 20-7763 Wayne Karlovich NCWRF Eff. Filters 2&3 Eqpt Rep R2T, Inc. Collier County - Engineering and Project Management Divsion 239-285-4626 PGA Blower Bldg, ...Palm Beach Gardnes, FL Constructed Blower Bldg, blowers, recyle pump station, Electrical Upgrades, basin cleaning Sea Coast Utility Authority 5,245,490 4200 Wood Rd, Palm Beach Grd 561-627-2900 Brent Weidenhammer bweidenhamer@sua.com Project was delayed, behind schedule due to blower equipment delivery. Yes Yes. There were changes, but they were Owner driven. Pricing on changes was fair and reasonable Yes. The work was done well. 72020 NA - not substatially complete yet They would hire them again. There work was done professionally. Yes; still working on contract closeout. 6/19/2020 11.G.2 Packet Pg. 147 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: 20-7763 Wayne Karlovich NCWRF Eff. Filters 2&3 Eqpt Rep R2T, Inc. Collier County - Engineering and Project Management Divsion 239-285-4626 Noonday Creek WRF Chem Feed Woodstock, GA Construction of new chemcial feed systems 2,237,95510/2019 710-419-6345 Cobb County Water System Jake Murray, PE jake.murray@cobbcounty.org 660 S Cobb Drive, Marietta GA It was within budget; not within time due to the I&C sub they were required to use causing delays. This was done well, professionally. They had weekly meetings with the Owner, plus a monthly meeting for all parties Yes There were some changes. Pricing was fair. Yes The would be happy to have them work on another of their projects. Yes. They have had a reoccurring issue with SCADA; An alarm will not shut off. 6/24/2020 11.G.2 Packet Pg. 148 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: 20-7763 Wayne Karlovich NCWRF Eff. Filters 2&3 Eqpt Rep R2T, Inc. Collier County - Engineering and Project Management Divsion 239-285-4626 DEP Pine Ave FM & Pump Stat.Green Cove Springs, FL Rehabilitation of two wastewater pump stations 2,013,7313/2020 904-297-7060 City of Green Cove Springs Scott Schultz Sschultz@greencovesprings.com 321 Walnut St, Green Cove Sprg Yes. Very good work. Safety concious, customer friendly, proactive. Yes, they did a good job. Yes. Seven changes, mainly due to unforseen conditions encountered during construction. No. They were a pleasure to work with. Yes 6/23/2020 11.G.2 Packet Pg. 149 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: 20-7763 Wayne Karlovich NCWRF Eff. Filters 2&3 Eqpt Rep R2T, Inc. Collier County - Engineering and Project Management Divsion 239-285-4626 NW Cobb WRF Clar Splitter Gate Kennesaw Replacement of three motorized slide gates in an active spltter box 143,422 770-917-5194 Cobb County Water System Mike Roper 2/2020 122 Waddell Street NE michael.roper@cobbcounty.org Yes NA Yes. Everything went well. No changes. Yes No. They provided a unique value added solution that none of the other conractors offered. Project went smoothly. They were easy to work wtih. Workmanship was good. 6/25/2020 11.G.2 Packet Pg. 150 Attachment: 20-7763 DELORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Notice of Recommended Award Solicitation: 20-7763 Title: NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement Due Date and Time: June 16, 2020 @ 3:00 pm Respondents: Company Name City County State Bid Amount Responsive/Responsible R2T, Inc. Palm Beach Gardens Palm Beach FL $2,752,629.00 Yes/Yes TLC Diversified, Inc. Palmetto Manatee FL $2,983,300.00 Yes/Yes Poole & Kent Company of Florida Miami Miami-Dade FL $2,999,000.00 Yes/Yes Douglas N. Higgins Naples Collier FL $3,041,780.00 Yes/Yes PWC Joint Venture, LLC Fort Myers Lee FL $3,193,000.00 Yes/Yes Mitchell Stark Construction Co. Inc. Naples Collier FL $3,492,400.00 Yes/Yes Lawrence Lee Construction Services, Inc. Stuart Martin FL $3,496,000.00 Yes/Yes Intercounty Engineering, Inc. Pompano Beach Broward FL $3,682,111.21 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On May 11, 2020, the Procurement Services Division released Invitation to Bid 20-7763 to twenty-nine thousand five hundred six (29,506) vendors for the NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement project. One hundred five (105) bid packages were viewed, and eight (8) Submittals were received by the June 16, 2020 deadline. Staff reviewed each of the respondents and found all eight (8) bidders to be responsive and responsible. The lowest responsive and responsible bidder’s price, R2T, Inc., is 13% lower than the Engineer’s Opinion of Cost. Staff therefore recommends the contract be awarded to R2T, Inc., the lowest responsive and responsible bidder for the total contract amount of $2,752,629.00. Contract Driven Purchase Order Driven Required Signatures Project Manager: Wayne Karlovich DocuSign Envelope ID: 91839CE9-CE9F-4B91-8015-96B207FB40F7 7/1/2020 11.G.3 Packet Pg. 151 Attachment: 20-7763 NORA (13097 : Contract 20-7763 NCWRF Filters 2-3) Procurement Strategist: Barbara Lance Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: 91839CE9-CE9F-4B91-8015-96B207FB40F7 7/1/2020 7/1/2020 11.G.3 Packet Pg. 152 Attachment: 20-7763 NORA (13097 : Contract 20-7763 NCWRF Filters 2-3) INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Transportation Insurance Continental Casualty Company Houston Casualty Company Continental Insurance Company 8/03/2020 J Smith Lanier & Co Newnan P. O. Box 71429 47 Postal Parkway Newnan, GA 30271-1429 Amber Zell 770-683-1000 770-683-1010 azell@jsmithlanier.com R2T, Inc. 580 W. Crossville Road Suites 101-102 Roswell, GA 30075 20494 20443 42374 35289 A X X X X X 5084059559 07/28/2020 07/28/2021 1,000,000 100,000 15,000 1,000,000 2,000,000 2,000,000 D X X X X X 2095995258 07/28/2020 07/28/2021 1,000,000 A X X X 10000 5084059478 07/28/2020 07/28/2021 6,000,000 6,000,000 B Y X 5084059514 07/28/2020 07/28/2021 X 1,000,000 1,000,000 1,000,000 C A D Professional/Poll Rented/Leased Eqp Hired/Phys Damage HCC1966919 5084059559 2095995258 07/28/2020 07/28/2020 07/28/2020 07/28/2021 07/28/2021 07/28/2021 $2,000,000/$2,000,000 $250,000 Max Per Item $1,000/Comp/Coll Ded (GL) Additional Insured/Primary and Non-Contributory and Waiver of Subrogation per Forms CNA748580115 and CNA750590115. (CAU) Additional Insured/Primary and Non-Contributory per Form CA20481013 and CNA63359GA0512. (CAU) Waiver of Subrogation per Form CA04441013 (WC) Waiver of Subrogation per Form WC0003130484 (See Attached Descriptions) Colliers County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 1 of 2 #S6288158/M5828760 R2TINC1Client#: 653633 JJSXT 1 of 2 #S6288158/M5828760 11.G.5 Packet Pg. 153 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) Re: Project #20-7763 - Job NCWRF Effluent Filters No 2& 3 Equipment Replacement (BL) Full certificate holder: Colliers County Board of County Commissioners, or Board of County Commissioners in Collier County, Collier County Government, or Collier County 30 Day Notice as per Insurer specific form to be listed upon policy issuance 2 of 2 #S6288158/M5828760 11.G.5 Packet Pg. 154 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 155 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 156 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 157 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 158 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 159 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 160 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 161 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 162 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 163 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 164 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 165 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 166 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 167 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 168 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 169 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 170 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 171 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 172 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 173 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 174 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 175 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 176 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 177 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 178 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 179 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 180 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 181 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) 11.G.5 Packet Pg. 182 Attachment: 20-7763 R2T_Insurance 8-5-20 (13097 : Contract 20-7763 NCWRF Filters 2-3) NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement Public Utilities Department September 8, 2020 Agenda Item 11x Collier County | Florida Public Utilities Department Engineering and Project Management Division 11.G.6 Packet Pg. 183 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF Objective Rehabilitate effluent filters Numbers 2 & 3 at the North County Water Reclamation Facility (NCWRF). 2Public Utilities Department Engineering and Project Management Division 11.G.6 Packet Pg. 184 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF Travelling Bridge Effluent Filter 3Public Utilities Department Engineering and Project Management Division 11.G.6 Packet Pg. 185 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF Traveling Bridge Filter Public Utilities Department Engineering and Project Management Division 4 11.G.6 Packet Pg. 186 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF Results Complete replacement of effluent filter equipment in 2 filter sets Maintain integrity of key operation component required for the treatment process and production of irrigation quality water Ensures systems operability 24/7/365 5Public Utilities Department Engineering and Project Management Division 11.G.6 Packet Pg. 187 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF Recommendation That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, awards ITB No. 20-7763, “NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement," to R2T, Inc., in the amount of $2,752,629, and authorizes the Chairman to sign the attached agreement. 6Public Utilities Department Engineering and Project Management Division 11.G.6 Packet Pg. 188 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF Questions 7Public Utilities Department Engineering and Project Management Division 11.G.6 Packet Pg. 189 Attachment: Presentation 20-7763 NCWRF Filters 2-3 (13097 : Contract 20-7763 NCWRF CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDAI ("Owner") hereby contracts with R2T, Inc. ("Contractor") of 580 W. Crossville Road, Suites 101-102, Roswell, GA 30075, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with NCWRF Effluent Filters No. 2 & 3 Equipment Replacement, Invitation to Bid No. 20=7763 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Collier County Engineering & Project Management Division the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Two Million Seven Hundred Fifty -Two Thousand Six Hundred Twenty -Nine Dollars ($2,752,629.00). Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www fms treas aov/c570/c570,html#certified. Should the Contract Amount be less 1 Construction Services Agreement: Revised 072118 (v6) � than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within three hundred five (305) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within sixty (60) calendar days after the date of Substantial Completion, Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Two Thousand Seven Hundred Twelve Dollars ($2,712.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion, The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday Construction Services. Agreement: Revised 072118 (v6) or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result A any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation 20-7763 "NCWRF Effluent Filters No. 2 & 3 Equipment Replacement". Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit 13-1: Payment Bond Forms ❑ Not Applicable Exhibit B-2: Performance Bond Forms ❑ Not Applicable Exhibit 13-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Construction Services Agreement: Revised 072118 (v6) Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions ❑ Applicable ® Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 204763 "NCWRF Effluent Filters No. 2 & 3 Equipment Replacement". The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: htti)s://wwwtbidsync.com/bidsync-which the parties agree comprise the final integrated agreement executed by the parties. Agreement Sections corresponding to any checked box (®)expressly apply to the terms of this and are available through the County 's on-line bidding. ®Exhibit J: Technical Specifications ❑Exhibit K: Permits ]Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by Collier County Engineering & Project Management Division ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL c/o Public Utilities Engineering &Project Management Division 3339 Tamiami Trail E, Suite 303 Naples, Florida 34112 Attn: Wayne Karlovich, P.E., Senior Project Manager Phone: (239) 252-5372 Email: Wayne Karlovich( colliercountyfl.gov B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: R2T, Inc. 500 Village Square Crossing, Suite 202 Palm Beach Gardens, FL 33410 Attn: George Ajy, Vice President Phone: (561) 775-0009 Email: George.aiyPr2tinc.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. 4 Construction Services Agreement: Revised 072118 (v6) `����' Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Construction Services Agreement: Revised 072118 (v6) Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 6 Construction Services Agreement: Revised 072118 (v6) IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. T WITNESSES FkRST WITN S 5 1zC- r" r By: Print Na a and Till Date Date: ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller BY: Approved as to Form and Legality: Assistant County Attorney Print (Name CONTRACTOR: R2T, Inc. OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Burt L_ Saunders, Chairman 7 S conslruclion Services A©roemenl Revised 072118 (v6)�' EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) Construction Services Agreement: Revised 072118 (v6) BID SCHEDULE COLLIER COUNTY SOLICITATION NO. 204763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement NOUTH COUNTY WATER RECLAMATION FACILITY (NCWRF) COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT - EPMD PROJECT # 70148#10@2 Description Mobilization/Demobilization (Not to Exceed 10% of Total of Items 1.10) Unit Label Lump Sum Quantity 1 Cost Per Unit $100,000.00 Total $100,000.00 No. Item 1 2 Demolition of Filter Set No. 2 Lump Sum 1 $92,105.00 $92,105.00 Filter Set No. 2, Equipment & Material Lump Sum 1 $1,001,875.00 $1,001,875.00 Filter Set No. 2, Installation Lump Sum 1 $110,428.00 $1101428.00 r43 5 Demolition of Filter Set No. 3 Lump Sum 1 $92,105.00 $921105.00 Filter Set No. 3, Equipment & Material Lump Sum 1 $1,001,875.00 $1,001,875.00 Filter Set No. 3, Installation Lump Sum 1 $110,428.00 $110,428.00 r6 7 Filter Effluent Gates Equipment & Lump Sum 1 $761100.00 $761100.00 8 Material Filter Effluent Gate Installation Lump Sum 1 $391990.00 $39,990.00 9 Electrical Work Lump Sum 1 $27,723.00 $27,723.00 10 Owl in Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. T&M 1 $100,000000 $1001000.00 11 Submitted By: TOTAL PRICE FOR ITEMS 1 THROUGH 11 $2,752,629.00 R2T, Inc. (Contractor Name) EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement: Revised 072118 (v6) CA0 CO Ier county Administrabve Services Division Procurement Services Date: May 14, 2020 Email: Barbara.Lance@colliercountyfl.gov Tel ephone: 239.252.8998 ADDENDUM # 1 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 — 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE 1: The "Bid Opening" scheduled for June 10, 2020 @ 3:00 pm will no longer be held via I'�c�e 014&renoe B,•.,, e and will take place "in person" at the below location: Procurement Services Division Conference Room A 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 Per the CDC Guidelines: • Social Distancing guidelines shall be applicable —persons 6 feet apart Everyone shall wear a cloth face cover/mask If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 6/5/2020 Date R2T, Inc. (Name of Firm) C® iew Ooun y Administrabve Services Division Pracu(erfIU l Se;wiCC�S Date: May 15, 2020 Email: Barbara.Lance@colliercountyfl.gov Telephone: 239.252.8998 ADDENDUM # 2 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 — 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE 1: The "Pre -Bid Meeting "scheduled for May 27, 2020 @ 11:00 am will no longer be held via phone + R,•:dge and will take place "in person" at the below location: Procurement Services Division Conference Room A 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 x*xA non -mandatory site visit will immediately follow the Pre -Bid Meeting at the project site: NCWRF, 10500 Goodlette Frank Road North, Naples, FL 34109. Per the CDC Guidelines: Social Distancing guidelines shall be applicable —persons 6 feet apart Everyone shall wear a cloth face cover/mask If you require additional information please post a question on our Bid Sync (www bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 6/5/2020 Date R2T Inc. (Name of Firm) CO per Cvt4".ty Adrninistra6ve Services UMsion Procuiern.nt Services Date: May 28, 2020 Email: Barbara.Lance@colliercountyfl.gov Telephone: 239.252.8998 ADDENDUM # 3 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 — 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: The Minutes and Sign -in sheet from the May 27, 2020 Pre -Bid Meeting have been posted to BidSync. 20-7763 Pre -Bid Meeting Minutes 20-7763 Pre -Bid Meeting Sign -In Sheet If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above rPfPrvncPrl at►licltaiioll. 6/5/2020 Date R2T Inc. (Name of Firm) Co ier County Administrative Set�ices L�i�isic�n Procurement Services Date: June 1, 2020 Email: Barbara.Lance@colnercountyfl.gov Telephone: 239.252.8998 ADDENDUM # 4 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 4 — 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation; CHANGE 1: The "Question/Answer period" has been extended from .. :, : to: June 9, 2020 @ 5:00 pm CHANGE2: The "Bid End Date" has been extended from , .. , • : to; June 16, 2020 @ 3:00 pm If you require additional information please post a question on our Bid Sync (www bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above vnfornnrPri cfl�lMtAi1(lil• 6/5/2020 Date R2T, Inc. (Name of Firm) S CO ICY Ct}iq.nty Email: Barbara.Lance@colliercountyfl.gov Administrabve Services Di\Asian Telephone: 239.252.8998 Prccwernent Services ADDENDUM # 5 Date: June 5, 2020 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 — 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE 1: Reference: 20-7763 Section 01600 Revised Addendum 5 204763 Section 01650N Revised Addendum 5 Specification Section 01600 —MATERIAL AND EQUIPMENT Replace Specification Section 01600 with the attached Section 01600 —Revised (8 pages). Specification Section 01650 — STARTING OF SYSTEMS Replace Specification Section 01650 with the attached Section 01605 — Revised (4 pages). Specification Section 11366 — TRAVELING BRIDGE FILTER Paragraph 2.3 L.: Delete the following from this Paragraph: "The pumps shall be painted with a minimum of 2-coats of approved epoxy paint sufficient to protect the coated surface from extended exposure to water with a concentration of 10 mg/L of chlorine." Paragraph 2.4 A.: Revise the second to the last sentence of this paragraph to read as follows: "The PLC shall be Allen-Bradley CompactLogix 1769-L33ER with Ethernet port. No substitutions shall be allowed." Paragraph 2.4 C.: Revise this paragraph to read as follows: C. Provide an Allen-Bradley 1783-13MSMSL Stratix 5700 managed Ethernet Switch with fiber module to convert the 4-strand multimode fiber optic festoon cable to copper for connection to the PLC. Paragraph 2.4 Q.: Revise this paragraph to read as follows: Q, Anew festooning system shall be provided for electrical and fiber optic signal cable connections to/from the main control panel mounted on the bridge to a new contractor• provided power disconnect switch and from a new Owner provided fiber optic termination cabinet. Primary components of the festooning system shall include; nylon cable trolleys, turnbuckle and stainless steel wire rope for festooning suspension. Flat, PVC coated power cables shall be provided, sized in accordance with the National Electric Code. Connectors matching the cross-section contour of the flat cables shall be used to provide a closure at the cable entrance in the main panel, disconnect and fiber termination cabinet. A UV resistant strand multimode fiber optic festooned cable will be 1 run from the filter control panel to an Ethernet junction box with a patch connector mounted on the end of the filter. Fiber optic cable shall be Owens Corning OM4 50um multimode 006TSF-T41901320 (loose tube, gel free, 50um multimode with 4.4 inch bending radius for installation and 1.5 inch bending radius for operation). The flat festooning cable will be used as a base to lay the fiber optic cable on in order to provide for a smooth festooning action. By laying the fiber optic cable and using tie wraps to hold it to the flat festooning cable, the cable will be more resistant to twisting and tangling from wind action because of its light weight. Paragraph 3.2 B.: Delete Paragraph 3.2 B. in its entirety. Paragraph 3.3 C.: Revise the first sentence of the paragraph to read as follows: "The manufacturer's representative shall provide 20 days of on -site services of a factory trained field technician during the installation of the first filter." Drawings Plan Page 1: Revise the identifier "NEW FIBERGLASS WASHWATER TROUGH" to read "EXISTING FIBERGLASS WASHWATER TROUGH TO BE REUSED" Plan Page 2: Revise the 8 spacing dimension of the New 4" Underdrain Lateral to be 12" Section A -A: Revise the identifier "NEW 4" PVC UNDERDRAIN LATERAL (90 REQ'D)" to read NEW 4 PVC UNDERDRAIN LATERAL (FIELD VERIFY QUANTITY)" Section B-B: Revise the identifier "NEW FIBERGLASS W/W TROUGH" to read "EXISTING FIBERGLASS W/W TROUGH" Plan Page 7: Add the following to this drawing: NOTE: THIS DRAWING IS INTENDED TO SHOW THE LOCATION OF THE NEW SLIDE GATES &3A-11 213, 4. ANY OTHER CALLOUTS ON THIS PLAN ARE FROM RECORD DRAWINGS OF A PAST PROJECT AND ARE NOT REQUIREMENTS OF THE WORK IN THIS PROJECT. If you require additional information please post a question on our Bid Sync (www bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. �June 5, 2020 Date 4C�41114ie) R2T, Inc. _ (Name of Firm) 2 COS coler County Adminisb'afive Services Division Proctirement Services Date: June 12, 2020 Email: Barbara.Lance@colliercountyfl.gov Telephone: 239.252.8998 ADDENDUM # 6 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum # 6 — 20-7763 NCWRF Effluent Filters Nos. 2 & 3 Equipment Replacement This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE I: Fact Sheet Under Contract Documents, Paragraph 3) Electrical Requirements: Add the following paragraph h) Owner will terminate fiber optic cable in Owner furnished fiber optic termination cabinet(s) and contractor furnished filter control panel(s). Specification Section 11366 —TRAVELING BRIDGE FILTER Paragraph 2.4 B.: Revise this paragraph to read as follows: B. Owner will terminate fiber optic cabling in a Fiber Optic Termination Cabinet furnished by Others (Owner). Paragraph 2.4 Q.: Revise this paragraph to read as follows: Q. Anew festooning system shall be provided for electrical and fiber optic signal cable connections to/from the main control panel mounted on the bridge to a new contractor provided power disconnect switch and from a new Owner provided fiber optic termination cabinet. Owner will perform final terminations of fiber optic cable in fiber optic termination cabinet(s) and main control panel(s). Primary components of the festooning system shall include; nylon cable trolleys, turnbuckle and stainless steel wire rope for festooning suspension. Flat, PVC coated power cables shall be provided, sized in accordance with the National Electric Code. Connectors matching the cross-section contour of the flat cables shall be used to provide a closure at the cable entrance in the main panel, disconnect and fiber termination cabinet. A UV resistant strand multimode fiber optic festooned cable will be run from the filter control panel to an Ethernet junction box with a patch connector mounted on the end of the filter. Fiber optic cable shall be Owens Corning OM4 50um multimode 006TSF-T4190D20 (loose tube, gel free, 50um multimode with 4.4 inch bending radius for installation and 1.5 inch bending radius for operation). The flat festooning cable will be used as a base to lay the fiber optic cable on in order to provide for a smooth festooning action. By laying the fiber optic cable and using tie wraps to hold it to the flat festooning cable, the cable will be more resistant to twisting and tangling from wind action because of its light weight. 1 Ct� p If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Si�ature) R2T, Inc. (Name of Firm) 6/I S/2020 Date 2 Full Name of Bidder Main Business FORM 11,1 BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA NCWRF Effluent Filters No. 2 & 3 Equipment Replacement BID NO, 204763 R2T, Inc. ;un W Crossville Road, Suite 101, Roswell, GA 3 Telephone No. 561-775-0009 Fax No. 561-775-0092 State Contractor's License #Under rouna ur�ut «. nncava...,.. „��--___ ._ _ State of Florida Certificate of Authority Document Number F05000003590 Federal Tax Identification Number 20-2835149 DUNS # 798246919 CCR# Cage Code 4R9Z8 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) 511908 The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will aothermeans lexecutthAgree construct dedi in the ngBidding Documents, to provide all necessary machinery, tools, apparatus utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to hvo decimal points will be conducted by Procurement Services Division staff. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is receive liquidated damages from the Successful Bidder in the hereby agreed that it is appropriate and fair that Owner event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the Construction Solicitation Doc rev 02-21-20 above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within three hundred and five (305) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within sixty (60) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signature Title: Vice President Date: 6/5/2020 Construction Solicitation Doc rev 02-21-20 CAO FORM 3 - MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON -RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company. R2T Inc. Date: 6/5/2020 Signature: —i~d 1 Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL 1. 2. 3. 4. 5. Piease insert additional pages as necessary. EXCEPTION MANUFACTURER Company:. Date Signature: Construction Solicitation Doc rev 02-21-20 FORM 4 - LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID AlMBE DEEMED NON -RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non -compliant or non -qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non -compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address I . Electrical Gulf States Electric, Inc. - 4585 Progress Avenue, Naples, FL 34104 2. Mechanical 3. Plumbin 4. Site Work 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: R2T, Inc. Sienature:� �-- — - Construction Solicitation Doc rev 02-21-20 Dater 6/5/2020 FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the USE five (5) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as requited under the terms of the Agreement. 1 NaOCL, Biosolids, and Filter System Improvements at Tropical Farms & North Treament Facilities Martin County Utilities (project name) (project owner) Stuart, FL 3473 SE Willoughby Boulevard, Stuart, FL 34996 (project location) (Owner's address) See Attached Darrell Schuler Project Manager (project description) (Owner's contact person) (title) 3/2018 - 2/2020 $ $419241000 772422307957 dschuler@martin.fl.us (project start/completion dates) (contract value) (phone) (email) PGA WWTP Blower Building, Nitrified 2 Recycle Pump Station, and Misc Electrical Improvements Seacoast Utility Authority (project name) (project owner) Palm Beach Gardens, FL 4200 Hood Road, Palm Beach Gardens, FL 33410 (project location) (Owner's address) See Attached Brent Weidenhamer WW Department Manager (project description) (Owner's contact person) (title) 10/2018 - 5/2020 $5,245,490 561062742900 beidenhamer@sua.com (project start/completion dates) (contract value) (phone) (email) Noonday Creek WRF Chemical Feed 3• Improvements Cobb County Water System (project name) (project owner) Woodstock, GA 660 S Cobb Drive, Marietta, GA 30060 (project location) (Owner's address) See Attached Jake Murray Project Engineer (project description) (Owner's contact person) (title) 10/2018 - 10/2019 $2,237,955 7700419.6345 jake.murray@cobbcounty.org (project start/completion dates) (contract value) (phone) (email) Construction Solicitation Doc rev 02-21-20 FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER 4• DEP Pine Avenue FM Extension and City of Green Cove Springs Pump Station Rehabilitation Y (project name) (project owner) Green Cove Springs, FL 321 Walnut Street, Green Cove Springs, FL 32043 (project location) (Owner's address) See Attached Scott Schultz Water Utilities Director (project description) (Owner's contact person) (title) 3/2019 - 3/2020 $2,0131731 904029707060 sschultz@greencovesprings.com (project completion date) (contract value) (phone) (email) 5. Northwest Cobb WRF Clarifier Splitter Box Gate Replacement Cobb County Water System (project name) (project owner) Kennesaw 321 Walnut Street, Green Cove Springs, FL 32043 (project location) (Owner's address) See Attached Mike Roper Superintendent (project description) (Owner's contact person) (title) 9/2019 - 2/2020 $143,422 770.917,5194 michael.roper@cobbcounty.org (project completion date) (contract value) (phone) (email) 6. (project name) (project owner) (project location) (Owner's address) (project description) (Owner's contact person) (title) (project completion date) (contract value) (phone) (email) Company: Signature: R2T, Inc. Construction Solicitation Doc rev 02-21-20 .e June 5, 2020 Form 5 — Statement of Experience of Bidder Project Location: Project Owner: Owner Contact: Owner Address: Title: Telephone: Email: Project Dates: 3/2018 — 2/2020 Contract Value: Project Description: This project is for the expansion and rehabilitation of an existing WTP and WWTP and the Tropical Farms and North Facilities. The project involved the replacement of the exiting chemical feed and storage systems and structures. Effluent filters to replace undersized basins were installed. The WAS feed systems to the dewatedng facilities were constructed to improve efficiency of the systems. Stuart, FL Martin County Utilities Darrell Schuler 3473 SE Willoughby Boulevard Stuart, FL 34996 Specifically, R2T constructed the following: Project Manager 772.223.7957 dschuler(a),martin.tl.us $4,9245000 Containment Structures: Constructed new WTP and WWTP containment areas at Tropical Farms Facilities. One basin provided containment for a single 15,000-gallon storage tanks. The second provided containment for a single 15,000-gallon FRP tank. FRP Tanks: Provided and installed 6 new 15,000-gal FRP NaOCI tanks and 1 new 1600-gallon day tank for the Tropical and North Treatment Facilities. NaOCL Chemical Feed Systems: Installed two new chemical feed skids for the WTP and W WTP at the Tropical Farms Facility. These new skids replaced the existing feed and transfer systems. Chemical Feed Piping: Extensive replacement and rerouting of the chemical feed systems with fusion welded HDPE NaOCL piping and valves. Effluent Filters: Constructed new effluent filter process area. Installedas t from the filters, Provided and ow, and backwash piping system to provide and conveyeffluent installed three new disc filters capable of 10 MGD per filter. WAS Pumps and Macerator: Provided and installed WAS pumps and WAS macerators at the Tropical Farms and North Treatment Facilities. Installed all new piping systems to receive and convey WAS flow for sludge disposal. Electrical and I&C: Provided complete electrical and I&C systems for the new process equipment systems. Total electrical and I&C value was approximately $700k on this project due to the extensive work. Project No. 20-009R Lift Station Rehabilitation Continuing Construction Contract 2020 Page 1 of 5 Form 5 — Statement of Experience of Bidder Project Location: Project Owner: Owner Contact: Owner Address: Title: Telephone: Email: Project Dates: 10/2018 — 5/2020 Contract Value: Project Description: R2T provided for the construction of a new blower building, NRCY pump station and multiple electrical upgrades to the existing 12 MGD PGA WWTP. Palm Beach tiaraens, rL Seacoast Utility Authority Brent Weidenhamer 4200 Hood Road Palm Beach Gardens, FL 33410 Specifically, R2T constructed the following: Blower Building: Constructed new 2500 sq. ft, 26' tall concrete, CMU and prestressed double Tee building to house the 6 new aeration blowers and associated piping. Multiple piping systems and existing structures were either demolished or relocated for the construction of the new building. Blowers: Provided and installed 6 new blowers. 4 are multistage centrifugal blowers and 2 are turbo blowers capable of providing aeration needs to a 12 MGD WWTP facility. Part of the installation requires the decommissioning and demolition of the existing blower systems. A multiphase approach is required to complete the installation. Yard Piping: Constructed new above ground blower discharge piping to come from the new blower building and tie into the existing piping for various process basins. New concrete and structural steel elements are required to install the new piping. Nitrified Recycle Pump Station: Demolished and installed new NRCY pump station with new piping, concrete structure, pumps, and associated equipment. Included the addition of 3 new dry pit vertical chopper pumpso t, reconfiguring and new electrical systems to power the Electrical Upgrades: Provided for replacemen existing facility, new equipment and relocated equipment. Multi phased approach required to keep the existing facility in operation while new systems were installed. Total electrical package is approximately $1.4M. Pond Cleaning: R2T was issued a change order to remove existing sludge from the facilities settling ponds. Approximately 600 yds of sludge were dredged from the pond bottoms. Basin Cleaning: R2T was issued a change order to remove the sludge and grit from the existing digester basins. These basins were dewatered, and the aluminum covers were removed for access. Approximately 6' of material was removed from the bottom of the basin and disposed of. W W Department Manager 561.627.2900 ext 1494 b�veidenhamer�&sua.com $5,245,490 Project No. 20-009R Lift Station Rehabilitation Continuing Construction Contract 2020 Page 2 of 5 Form 5 — Statement of Experience of Bidder Project Location: Project Owner: Owner Contact: Owner Address: Title: Project Engineer Telephone: 770041996345 Email: Jake murray�d?cobbcoun .orb Project Dates: 10/2018 — 10/2019 Contract Value: $2,237,955 Project Description: The Project involves demolishing existing chemical feed facilities and installing new chemical feed facilities and consists of the following major components. • Install temporary chemical feed facilities for the existing ferrous chloride, sodium hypochlorite, and sodium bisulfate chemical feed systems. • Demolish existing ferrous chloride feed system including bulk storage tanks, chemical feed pumps, control panels, chemical piping, electrical conduit and wiring, and appurtenances. • Demolish existing sodium hypochlorite feed system including bulk storage tanks, chemical feed pumps, control panels, chemical piping, electrical conduit and wiring, and appurtenances. • Demolish existing sodium bisulfate feed pumps, control panels, associated piping, and appurtenances. • Demolish other chemical pumps and appurtenances as specified. • Remove and replace existing chemical piping between bulk storage tanks and chemical feed building. • Remove and replace existing ferrous chloride, sodium hypochlorite, and sodium bisulfate distribution pipe between chemical feed building and discharge locations. • Install new ferrous chloride feed equipment including bulk storage tanks, peristaltic hose pumps, pump control panels, chemical piping, electrical conduit and wiring, and appurtenances. • Install new sodium hypochlorite feed equipment including bulk storage tanks, peristaltic hose pumps, pump control panels, chemical piping, electrical conduit and wiring, and appurtenances. • Install new sodium hydroxide peristaltic hose pump, pump control panel, chemical piping, electrical conduit and wiring, and appurtenances. • Install new sodium bisulfate peristaltic hose pumps, pump control panels, chemical piping, electrical conduit and wiring, and appurtenances. • Remove existing safety eyewash/shower stations and install new safety eyewash/shower stations. • Remove and dispose of two abandoned chemical storage tanks, in addition to tanks above. • Erosion and sediment control, site cleanup, and all other activities required to complete the project. Woodstock, GA Cobb County Water System Jake Murray, PE 660 S Cobb Drive Marietta, GA 30060 Project No. 20-009R Lift Station Rehabilitation Continuing Construction Contract 2020 Page 3 of 5 CAC 4. DEP SRF Pine Ave. Force Main Extension & PS Nos. Z &4 Reha Phase 1 r� Form 5 — Statement of Experience of Bidder Project Location: Project Owner: Owner Contact: Owner Address: Title: Superintendent Telephone: 770.91T5194 Email: michael roper@).cobbcounty.or Project Dates: 9/2019 — 2/2020 Contract Values $143,422 Project Description: This project included the installation of fabricated aluminum weir gates, provided with motorized actuators, and the removal of the existing weir gates (SG-1021, SG-1022 and SG-1023), gate motorized actuators, and the existing gate disconnection switches. Kennesaw, GA Cobb County Water System Mike Roper 122 Waddell Street NE Marietta, GA 30060 Project No. 20-009R Lift Station Rehabilitation Continuing Construction Contract 2020 Page 5 of 5 FORM 6 -'TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990, The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure(Quantity) Cost (Description) LF SY 1 Trench Box LF 100 $20.00 $2000 2. 3. 4. 5. TOTAL $ 2000 Failure to complete the above may result in the Bid being declared non -responsive. Company: R2T ignature: Inc -- Date: 6/5/2020 S✓'' Construction Solicitation Doc rev 02-21-20 Collier county FORM 7 - BID BOND Solicitation 20-7763 KNOW ALL MEN BY THESE PRESENTS, that we R2T, InC. (herein after called the Principal) and Great AmPrican Insurance_ Company (herein called the Surety), a corporation chartered and existing under the laws of the State of shin with its principal offices in the city of T.inHnnatti and authorized to do business in the State of Florins ___ are held and firmly bound unto the Collier Count Board of Commissioners (hereinafter called the Owner), in the full and just sum of Five Percent of Amount Bed_. dollars ($ 5% ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 204763 NCWRF Effluent Filters No. 2 & 3 Equipment Replacement. NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $5% of Amount Bid noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this �6t(. day of June _... . 2020. R2T. Inc. Icfvfichaei, Attorney -in -Fact Principah�of" "" �i :'C,OAP012gT, 0% Now (Seal)off ; ONE SNAIL Surety405 dom Nok = s, go 2005 (Seal) Of/ ned No Longer Required - Appointed Producing Agent for Great American Insurance Company 5115l2020 2:24 PM p. 14 The number of persons authorized by this power of attorney is not more than FOUR • A .1 11Q WWI 1 [CzK1M0yMRq111MLW No.O 21343 POWER OF ATTORNEY KNOW ALL NIEN BY THESE PRESENT'S: That the GREAT AMERICAN INSURANCE, COMPANY, a corporation organized and existing tinder and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Narne SUZANNE YEATMAN JENNIFER S. FREEMAN J. ERIK MCMICHAEL MICHELLE DELIGNE Address ALL OF NEWMAN, GEORGIA Limit ofPower ALL $1001000,000 This Power ofAttorney revokes all previous powers issued on behalf of the attorney{s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 23RD day of JULY 2019 Attest GREAT AMERICAN INSU LANCE COMPANY .w" uac wr r� s Ass vtuut Secrrrm.p DivisionalSenior Vice President STATE OF OI-IIO, COUNTY OF FIAIVIILTON - ss: MARK wcApro t877-377-2405f Qn this 23RD day of JULY 2019 before me personally appeared MARK V ICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that lie is a Divisional Senior Vice President of the Bond Division of Great American insurance Company, the Company described in and which executed the above instrument; that Ire knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. "Phis Power of Attorney is granted by authority of the following resolutions adopted by the L�oard of Directors of Great American insurance Company by unanimous written consent dated June 9, 20U8. RESOLVED: That the Divisional President, the several Divisional S'erriw• Vice I'resialerus, Divisional rice Presidents and Divisona/ Assistant ice Presiderrtr, or ar:v one of 7hent, be and lrerehv is uuthorL-ed,, from time to time, to appoint one a- more Attorneys-in-k'ac•t to erecnte on beltrrlf of •tlre Conrpnny, is surety, arty and all bonds, undertakings and eont•acts gfsuret}Pslrip, or other written obligations• Di the ncaare thereof to prescribe their r espectiye duties and the respective lintils of their authority; and to revoke ar>,rr such appoinanent at aqv tune. RESOLVED FURTI-IF,R: That the C'onipanv seal and the signature of any q/•the aforesaid officers and amv Secretory or Assistant Secretary of the Company puny be affixed 6y.facsindle to any power gfatiorney or certificate of either given, for• the execution of arty bone!, undertaking, contract of'suretyship, Olt other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Contprary as the original signature of stich officer curd the original seal of•the Contpcuty, to be valid and binding upon the Company with the sameforce and efjeet as though nucrnaally gffixecl. CERTIFICATION I, STEPFiEN C. BERAFIA, Assistant Secretary of Great American insurance Company, do hereby certify that the foregoing Power ofAttorney and the Resolutions of the Board of Directors of June 9, 2U08 have not been revoked and are now in fuU force and effect. Signed and sealed this 16th day of June 2020 •' ,gsri.ctturr Secrctwy 51029AG (07118) t` FORM 8 -INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendor, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. liability insurance. Collier County shall be responsible for purchasing and maintaining its own Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interest's provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with their equivalents. If Vendor has any self - the use of Insurance Services Office (ISO) forms and endorsements or insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor's sole responsibility. ncement f the k until te c o completion shall e maintaance otned without f the scope of work by the Counterruption from y or date as specified in this solo tat on, whicheverthe s longer completion and acceptance The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein tice. In the event of a reduction in the aggregate limit of any shall relieve Vendor of this requirement to provide no policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other ce, nor agreement between the County and Vendor•The Countr. the inshall surance eunder company otr companies uto sed C The decnsion of shall it be responsible for the coverage(sl. purchased o the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. Insurance7Bond Type I. ❑Worker's Compensation Collier County Florida Insurance and Bonding Requirements Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. ®Employer's Liability $_1,000,000 single limit per occw•rence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_I,000,000 single limit per occurrence, $2,000,000 aggregate or current ISO form Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5, ®Automobile Liability $I,000,000 Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included (. ❑ Other insurance as noted: ❑ Watercraft 0 Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) completion of the work. shall be maintained where applicable to the Per Occw•rence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution ❑ Professional Liability $ Per Occurrence ❑ Project Professional Liability ❑ Valuable Papers Insurance ❑ Cyber Liability ❑ Technology Errors &Omissions Per claim & in the aggregate $ Per Occurrence $ Per Occurrence Per Occurrence $ Per Occurrence 7, ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 89 ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9, ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. ficate Holder must read: Collier County Board of Commissioners, 3295 12. ® On all certificates, the Certi Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. 4/24/20 - CC Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that he the evidence of insurability may be required within five (5) days of taward of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. 'a XV county Administrative Services Departrknt Rixurement Seriices DiVision FORM 9 - CONFLICT OF INTEREST AFFIDAVPC The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 2 . All documents produced as a result of the work completed in the past or currently being worked on for the above - mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non- public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. I22T. Inc. State of Georgia County of Fulton The foregoing instrument was acknowledged before me by means of ®physical presence or � online notarization, this 1 Sth day of June (month), 2020 (year), by Geor e ' • �_,,,(name of person acknowledging). Personally Known OR Produced Identification T ype of Identification Produced (Signat}rr ; 'otary Public -State of -Florida) Georgia Nadya Marinin (Print, Type, or Stamp of Notary Public) _ ram: Np % O Wm ®s`T�f� 'i > W C �: rr��i�/'•G'E 40�� ca ,er COUnty Administrative Services Department Procurement Services Division FORM 10 —VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub. vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 5 day of June 2020 in the County of Fulton in the State of S�orgia Firm's Legal R2T, Inc. Name: Address: 500 Village Square Crossing, Suite 202 City, State, Zip Palm Beach Gardens, FL 33410 Code: Florida F05000003590 Certificate of Authority Document Number Federal Tax20-2835149 Identifrcation Number 4R9Z8 *CCR # or CAGE Code Only if Grant Funded Telephone: 561-775-0009Million NO III III Email: george.aj c r2tinc.com iiiiiiiiiiiiiiiiiiii Mining On III Signature by: George Ajy, PE, UM, UC (Typed and written) Title: Vice President ME III III Additional Contact Information Send payments to: R2T, Inc. Million WIN III IN (required if different Company name used as payee from above) Contact name: Nad a Marinina Title: Office Mana er Address: 580 W Crossville Road, Suite 101 City, State, ZIP Roswell, GA 30075 Telephone: 770-569-7038 Email: nadya.marinina@r2tinc.com Office servicing Collier R2T Inc. County to place orders (required if different from above) Contact name: George AjYI5 PE UM UC Title: Address: 500 Villa e S u re Crossin Site 202 City, State, ZIP Palm Beach Gardens, FL 33410 Telephone: 561-775-0009 Email: eorge.a' r2tino.com Secondary Contact for JT Kohrman this Solicitation: Email: jt.kohrman@r2tinc,com Phone: 561III,775-0009 FORM 11 -IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's bid. Acceptable evidence consists of a copy of the properly completed &Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE IRIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) oI the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's bid. RZT. Inc. State of Georuia County of Fulton Companat Name Print Nafffe and Title The foregoing instrument was acknowledged before me by means of O physical presence or O online notarization, this _15th_ day of June (month), 2420 (year}, by George Ajy (name of person acknowledging). Personal own OR Produced Identification Type of Identification Produced Notary Public -State ofI<Iorida} Georgia Nadva Marini ned Name of Notary Public) (Print, Type, or''Stamp Commissio WA FORM 12 -BIDDERS CHECKLIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: � I . The Bid has been signed. �/ 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings, descriptive literature, etc. have been included. �/ 6. Any delivery information required is included. �/ 7. The following on-line standard documents have been reviewed and accepted in BidSync: a. Construction bid instructions form b. Construction services agreement V c. Purchase order terms and conditions V 8. All of the following bid forms have been completed and signed: \/ a. Bid Form (Form 1) • b. Contractors Key Personnel (Form 2) J c. Material Manufacturers (Form 3) • d. List of Major Subcontractors (Form 4) J e. Statement of Experience (Form 5) J f. Trench Safety Act (Form 6) g. Bid Bond Form (Form 7) • h. Insurance and Bonding Requirements (Form 8) • i. Conflict of Interest Affidavit (Form 9) v j. Vendor Declaration Statement (Form 10) J k. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE J 1. Signed Grants Provisions and Assurances Package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE v, 9. Copies of required information have been attached a. Business tax Receipt (Collier County Businesses Only) b. Company's E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida (sunbiz.org) d. Any required professional licenses — valid and current (myfloridalicense.com) (ie: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, etc., as applicable, requested and/or required.) 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been submitted. �/ 11. Any addenda have been signed and acknowledgement form attached and included, or you MAY be DEEMED NON -RESPONSIVE. / 12. The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. Company ID Number. 107167 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the R2T, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-2081 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use &Verify to verify the employment eligibility of certain employees working on Federal contracts. FT:Ii� RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 aY yy �� 1111111 Company ID Number: 107167 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. tutorials when a. The Employer agrees that all Employer representatives will take the refresher prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-4644218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form k9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274E of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)( )( ) the immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $11100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 USA "r+r„ztrt�� Company ID Number: 107167 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use &Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.13 of this MOU. 12, The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees find,and nottake adverse action against bring ingthe English letter to theSSA, employees Employer must allow employees to contest the if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III Be below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify mou for Employers I Revision Date 06/01/13 Company ID Number: 107167 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound 'foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-4644218 or via email at E-Verify(a�dhs.gov. Please use "Privacy Incident— Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 pTJ1 f J�IU�A "t `•;v3at�o�'i_ Company ID Number. 10,16, reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see MJ95 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any 1iemployee assigned to the contract" (as defined in FAR 22,1801). Once an employee has been verfied through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 y i � ���.. ��� < Illilll r�: Company ID Number: 107167 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form f-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers (Revision Date 06/01/13 Company ID Number: 107167 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form k9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. S5A sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-8884644218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 47 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 107167 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmationssnd photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify mou for Employers I Revision Date 06/01/13 } �S :•./., illuu Company ID Number. 107167 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work Jays, SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private %J the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 �o ft.�. f�� n IIliIU l Company ID Number: 107167 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government workdays. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any parry MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that &Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify mou for Employers I Revision Date 06/01/13 S 3,1�- f h � �'�. _�� / .�1111111 r- Company ID Number: 107167 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 107167 Approved by: Page 13 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 Company ID Number: 107167 Page 14 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 USA �t� l/ uillu i Company ID Number: 107167 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA GEORGIA PENNSYLVANIA 1 site(s) 1 site(s) 1 site(s) Page 15 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 �t f`Yz jV 4�'.F. .III{III Company ID Number: 107167 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Nereida Haines Phone Number (770) 569 - 7038 ext. 108 Fax Number (770) 594 - 7477 Email Address nereida.haines@r2tinc.com Page 16 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 o �5p45 l� A Ill���l.�x Company ID Number: 107167 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 Detail by Entity Name Florida 6e +aF rtme�tt of S _afe. Delta tma; ii of State / Di4is on gi CorparaBons I Search Recoris I Searches Ertity Name / Detail by Entity Name Foreign Profit Corporation R2T, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Principal Address F05000003590 20-2835149 06/09/2005 GA ACTIVE 500 Village Square Crossing Suite 202 Palm Beach Gardens, FL 33410 Changed: 10/22/2018 Mailinn ---Address 580 W. CROSSVILLE ROAD SUITES 101-102 ROSWELL, GA 30075 Changed:02/07/2008 Registered Agent Name &Address CT Corporation System 1200 South Pine Island Rd Plantation, FL 33324 Name Changed: 02/14I2017 Address Changed: 02/14/2017 OfficerlDirector Detail Name & Address Title CPD AJY, KIMBERLY 1841 Peeler Rd Unit C Atlanta, GA 30338 Page I of 2 Divis�ar: �� CORpJR0.TIOryS httn://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... Detail by Entity Name Title VPST AJY, GEORGE 580 W CROSSVILLE ROAD SUITE 101 ROSWELL, GA 30075 Annual Reports Report Year Filed Date 2018 03/08/2018 2019 02/15/2019 2020 03/18/2020 Document Images 03/9 °�/2U20 -- 1NNUkL REPORT View image in PDF format U2f1512U19 -- ANNI REPORT Viaw image in PDF format 10122/2018 -- AR.tENDED ANNUAL REPORT View image in PDF format 3108/2018 -- P.NtdUAI_ kEPOR't' Page 2 of 2 httno//searcn.sunuiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 7/21/2020 � i � / / / � / � � � � � I certify from the records of this office that R2T, INC. is a Georgia corporation authorized to transact business in the State of Florida, qualified on June 9, 2005. The document number of this corporation is F05000003590. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on March 18, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallal:nssee, the Capital, this the Twenty-seventh day of May, 2020 Se����cttr�;y �x�'►�'tcitl Tracking Number: 6793621642CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://servicessunbiz.org/Filings/Certificateofstatus/CertificateAuthentication 0 RICK SCOTT, GOVERNOR STATE OF FLORIDA F BUSINESS AND PROFESSIONAL REGULATION CONSTRU THE GENE PROVI EXPIRATION DATE:. ':AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com NDER THE UTES Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRU THE UNDERGROUND PROV PA EXPIRA ant ISTRY L111 CENSING BOARD ERTIFIED UNDER THE UTES 10 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. DBPR = R2T, INC., Certificate of Authorization https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=A785F... 1:40:29 PM 2/1 0/2019 Licensee Details Licensee Information Name: R2Tr INC. (Primary Name) Main Address: 580 WEST CROSSVILLE ROAD SUITE 101 ROSWELL Georgia 30075 License Mailing: LicenseLocation License Information License Type: Rank: License Number: Status: Licensure Date: Expires. Special Qualifications Alternate Names 580 W CROSSVILLE ROAD SUITE 101 ROSWELL GA 30075 Certificate of Authorization Cert of Auth 25505 Current 07/15/2005 02/28/2021 Qualification Effective View Related License Information View License Complaint 26U1 Blair Stone Road, Tallahassee FL 32399 ::.Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer: Copyright 2007-2010 State of Florida_ PrivacyStatenlent Under Florida law, enx�il addresses are public records. If you do not want your en>3il address released in response to apublic-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(i), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Departmnt with an email address if they have one. The emails provided may be used for official conmunication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. CAO 1 of 1 2/18/2019, 1:40 PM Name William (Bim) Pope Michael Steffen Jeff Watson, CGC Personnel Category Construction Superintendent Project Manager Construction Manager and Start-up 10 Construction Services Agreement: Revised 072118 (v6) °SAC} SURETY Bonding People And Burins Since 1868 August 3, 2020 The Board of County Commissioners of Collier County, FL 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 RE: R2T, Inc Bond No.: 2161068 — NCWRF Effluent Filters No. 2 & 3 Equipment Replacement To Whom It May Concern: This letter is authorizing The Board of County Commissioners of Collier County, FL to date the above referenced Performance and Payment Bonds the same date of the agreement/Contract (after the Agreement/Contract is executed). If you have any questions, please feel free to call. Thank you, YEri'!k�McMichael Attorney -in -Fact for Great American Insurance Company 47 Postal Parkway • Newnan, Georgia 30263 P.O. Box 71429 • Newnan, Georgia 30271-1429 770.683.1034 • Fax 770.683.1035 EXHIBIT B-1: PUBLIC PAYMENT BOND ITB# 20-7763 Bond No. 2161068 Contract No. 20-7763 KNOW ALL MEN BY THESE PRESENTS: That R2T, Inc. as Principal, and rat American Insurance Companv as Surety, _ (Business located at 301 East 14th St.. Cincinn4ta OH a��n� as Obligee in the Address)Ta% Del l and firmly bound to The Board of County Commissioners of Collier County. FI g wo it ion even Hundred Fifty Two Thousand Six Hundred Twenty Nine and 00/100 Dollars ($ 2,752,629.00 _) for the sum of payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for NCWRF Effluent Filters No. 2 & 3 auinmar,+ RoPla��,;,ent In Naples, FL accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not of fect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255,05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 3rd day of August 2020 , the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body. 11 Construction Services Agreement: Revised 072118 (v6) Dko Signed, sealed and delivered in the presence of: AJ 1 Witnesses as to P ' cipal STATE OF C 7PG�l� COUNTY OF.c tNC PRINCIPAL :Gp4tPORgT' R2T, Inc. AL 2005 BY: NAME: '�i, �Qr��`�'`,�•�• ITS: 1/. /'er�'fil�i4-•� `�''r r,,, �►�i� The foregoing instrument was acknowledged before me by means of JR physical presence or I] online notarization, this 'H4 day of . s -�20_ZcL, by 46.0ge'-, �'� as V. , �As — of _0.TT ��/� a -lJOV WIT corporation, on behalf of the corporation. He/she is personally mown to me OR has produced s id ntification and did (did not) take an oath. My Commission Expires: D900-)0.9j (Sin ure of Notary Public) seeeeA��efjah NAM�:'IV(�c�l,uA IM0.rin�11C1 A MAP, 1% C:. -M.a,i (AFFIX OFFICIAL S .A51. , A/a9.��'+ s �= .$' a� ATTEST: i,�iC0 UBVTY���°°°� Witnesses to Surety (Legibly Printed) Notary Public, State of C� ("- Commission No.: W - D SURETY: Great American Insurance Company (Printed Name) 301 East 14th St, Cincinnati OH 45202 - (Business Address (Authorized Signature) (Printed Name) 12 Construction Services Agreement: Revised 072118 (v6) IG � STATE OF COUNTY OF Georgia Coweta m Asl!f ttorney n act (At'tach Power of Attorney) J Erik McMichael (Printed Name) 47 Postal Parkway Newnan, GA 30263 (Business Address) (800) 226-4520 (Telephone Number) The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 3rd day of August 2020 by J Erik McMichael , as Attorney -in -Fact _ of Great American Insurance Company a Corporation corporation, on behalf of the corporation, He/she is personally known to me OR has produced _ as identification and did (did not) take an oath. My Commission Expires: December 10, 2022 , ®9a �U�� �pTAFdy° ;P EXPIRES (AFFIX OFFICIAL 9EPrL) OEOROIA a a DEC. 10,2022 v �84#S%593 "-�C''Lc li, hD-f ►t_two1 (Signature of Notary Public) �0 — Name: Michelle S Deligne (Legibly Printed) Notary Public, State of: Georgia Commission No.: NIA 13 Construction Services Agreement: Revised 072118 (v6) C-- EXHIBIT B-2: PUBLIC PERFORMANCE BOND ITB# 20-7763 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as 301 East 14th St., Cincinnati, OH 45202 Bond No. 2161068 Contract No. 20-7763 R2T, Inc. Great American Insurance Company _ Surety, located at (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL _, as Obligee in the sum of Two Million Seven Hundred Fifty Two Thousand Six Hundred Twenty Nine and 00/100 Dollars ($ 2,752,629.00 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for NCWRF Effluent Filters No. 2 & 3 Eauioment Replacement in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not of fect Sureties obligation under this B ond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 3rd day of August , 2020 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 14 Construction Services Agreement: Revised 072118 (v6) CCU Signed, sealed and delivered in the presence of: �ff_ &ss-�eL-4 s t . h c i ..1 STATE OF COUNTY OF ``111111111111j�,' PRINCIPAL : G -'ORpp�T . 0 R2T, Inc. = "•� - -SEAL BY: NAME: F4 ORIG'k ITS: ,I"t#111100%` The foregoing instrument was acknowledged before me by means of R physical presence or ❑ online notarization, this 5-A day of 2021--2-, by n l A7Y as - .6SLDT — of P j- a _ corporation, on behalf of the corporation. He/she is personally , knlbwn to me OR has produced _ ap, identyfication and did (did not) take an oath. My Commission Expires: 0.%%J11111111I ®� A MAH rj O q • � O (AFFIX OFFICIAL SEALS �.-• �'• e° a• o e o� D 8N1�,C�`�a of Notary Public) (Legibly Printed) Notary Public, State of: ZW Commission No.: GLl 003 /0921 15 Construction Services Agreement: Revised 072118 (v6) ATTEST: Witnesses as to Surety STATE OF Georgia COUNTY OF Coweta SURETY: Great American Insurance Company (Printed Name) 301 East 14th St. Cincinnati, OH 45202 (Business Address) (Authorized Signature) (Printed Name) OR 1N A? I Attorney'in ract (Mach Power of Attorney) J Erik McMichael (Printed Name) 47 Postal Parkway Newnan, GA 30263 (Business Address) (800) 226-4520 (Telephone Number) The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 3rd day of Auaust 209, by J Erik McMichael , as Attorney -in -Fact of Great American Insurance Company a Corporation 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: December 10, 2022 at"1111111"Oo S. o •: EXPIRES GEOR IA (AFFIX OFFICIAL�EAL)DEC- •2022 ' dP *e 4A GO� e°a B��Aosea (Signature of Notary Public) Michelle S Deligne (Legibly Printed) Notary Public, State of: Georgia Commission No.: N/A 16 Construction Services Agreement: Revised 072118 (4) OCINO GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The member of persons authorized by this power of attorney is not more than FOUR No.0 21343 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name SUZANNE YEATMAN JENNIFER S. FREEMAN J. ERIK MCMICHAEL MICHELLE DELIGNE Address ALL OF NEWMAN, GEORGIA Limit of Power ALL $100,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 23RD day of JULY 2019 Attest GREAT AMERICAN INSU NCE COMPAN Assistant Secretap' Dirisional Senior Dice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK wCARIO (877-377-2405) On this 23RD day of JULY , 2019 , before me personally appeared MARK V ICAR I0, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instniment; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. &=A Worst IV*yPft 3 tofOhio My Canm�sion F>�iles 06�1d�020 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or anv one of then?, be and hereby is authori_ed,.frc n7 time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts gfsuretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of au1v of the aforesaid officers and any Sec•retcay or Assistant Secretary of the Company inciv be affixed bv. facsin?ile to any power of attornev or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect cis though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 3rd day of August 1 2020 `qVSLp4r WP• n Assistant Sect -clay S1029AG (07/18) EXHIBIT B 3• INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. liability insurance. Collier County shall be responsible for purchasing and maintaining its own Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. Gal Liability Policy provided by Contractor to meet the requirements of this solicitation The ener shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation ornon-renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 Construction Services Agreement: Revised 072118 (v6) GQ•� Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. if Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement: Revised 072118 (v6) ■ Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ❑ Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hftps://apps,fldfs.com/bocexempt/ 2. ❑Employer's Liability $ single limit per occurrence 3, ❑ Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ❑ Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 5. ❑Automobile Liability $ 'Each Occurrence; Bodily Injury &Property Damage, Owned/Non-owned/Hired; Automobile Included ❑ Other noted: insurance as ❑Watercraft E� Per Occurrence ❑ United States Longshoreman's and Harbonnrorker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution 0 Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate $1,000,000 per claim and in the aggregate $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 19 Construction Services Agreement: Revised 072118 (v6) ■ 7 ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A2 or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038, 9. ❑Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 10. ❑ Collier County must be named as ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 11. ❑The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board The of County Commissioners in Collier County, OR Collier County Government, OR Collier County. Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ❑ Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Consultant Signature Print Name Insu rance Agency g Aent Name Date Telephone Number 20 Construction Services Agreement: Revised 072118 (v6) EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated ,20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness President Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: [Corporate Seal] The foregoing instrument was acknowledged before me by means of ❑physical presence or ❑online notarization, this day of 20 by corporation. He/she is personally My Commission Expires: (AFFIX OFFICIAL SEAL) as of corporation, on behalf of the known to me OR has produced as identification and did (did not) take an oath. (Signature of Notary Public) (Legibly Printed) Notary Public, State of Commissioner No.: 21 Construction Services Agreement: Revised 072118 (v6) Owner's Project Manaaer's Name: County's Division Name Submitted by Contractor Representative: Name Contractor's Name & EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Board of County Commissioners (the OWNER) or cou►e 1 Bid No. Proect No. j Purchase Order I Application Date: Payment Application No. kaaress: original Contract Time Original Contract Price: Contract Time: Tntai chance Orders to Date _ Retainage @10% through [Insert Date] Retainage @ % I � after [Insert date] _ L Percent Work Completed to Date: Percent Contract Time Completed to Date: Liquidated Damages to Be Accrued Revised Contract Amount: Total Value of Work Completed & Stored to Date: Retainage @ 10% through [Insert date] Less Retainage Total Earned_Less KE Less pievious Pa me AMOUNT DUE THIS APPLICATION: Remaining Contract Balance ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS CONTRACTOR'S CERTIFICATION: APPLICATION 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 Bond NERbleta d that ccurrent payment is now due; andll amounts have been d(4)rwork which previous CONTRACTOR has onlyments were issued included amounts and receivedd from thee OWOWN in this Application for Payment properly due and owing and CONTRACTOR has not included b within above riti f rencd nden amount any claims for unauthorized or changed Work that has not been properly approvedY Owner , A% ,.,. o ^f c, trh \A►nrk 22 Construction Services Agreement: Revised 072118 (v8) EXH181T D (Continued) SCHEDULE OF VALUES Project Name: Project Number. Dale: _...... _. Period To; _... _.. *Explanation ITEM NUMBER DESCRIPTION SCHEDULED VALUE WORK COMPLETED STORED MATERIALS TOTAL OMPLETEC & STORED TO DATE PERCENT COMPLETE BALANCE TO FINISH 10% RETAINAGE _% RETAINAGE freducedrste) TOTAL RETAINAGE WTHHELD _ PREVIOUS APPLICATIONS THIS PERIOD THRU DATE SINCE DATE TOTALS for the two columns under Previous Applications: The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue cot into play. If this happens, all information up to the date of the °6 change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column. This states what has happened since the change in retainage. 23 Construction Services Agreement: Revised 072118 (vti) Exhibit D (Continued) Stored Materials Record Formula: A+B-C-D=E B C D E Date Description Supplier Invoice Number KRecefived Received This Period Previously Installed Installed This Period Balance To Install 24 Construction Services Agreement: Revised 072118 (v6) EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: Change Order Form Contract#:�� Change?#:= PurchaseOrder4: Project ContractoffirmName: Project Name: Project Manager Name Department: <Driginsl Cantrsct`Ar'or'.� Crdee Arr�unt Current BCC Apprc%ed Amount Current Cont scut`!CXk Order Amount Misr Amount of this Change fleaisedCcntractVIork Order Total e��Comp�letio�n Date, Descri Notice to Proc 1--_1 Original Date Completion #of Days Added SelectTasks E fl0 ption of the Tasks} IvTr'fl 'rJr'tainsl BCC Apprtbral Date: Agenda ItEm # Last 6CC Awaval Date; A.QEnds Item# SAF Contract Expiration Date {faisster} TatelChange from Original Amount ChsngefromCurrent 6CC Approcied P A Rationale for the DateLast Approved �� Revised Date s#7 xri��s_ rd��a; �J q, Add newtask(s) p DEletetask(s} ❑ Changetask(s) Cl,Otherrtse3trev�ti'I Provide a response to the following: i.}detailed and specific explanationlrationale of the requested change(s) to the tasks} and 1 or theadditianaidaysadded(ifrequested} 2}whytttischangawasnotincludedintheoriginalcontract;and 3)describe the impact if this change is not processed. Att=ch afdIiareal information. from the Design Prof=_ssional ardior conlraCtor 6 ne1 Ste, Prepared by: fPro*=_t f 1 r=der Nam and' D fanmer;ty A c_piarceofthis Chan��G3rc_rshsl' onstt3?=�ma fati ntocartrafvrorYord�rid=rtir3atti �nav�ii4t�s tFastta=Ikthesa.me farm and cor dilior a ¢ormire3 intha contrat lrroikord r indicated Love, a fLllp s 9 the m_�r, to 5.1 J rr th' ,r�frfano=. The �dju=tnient, 4any tothecamra tshallconIitLieafullar�cfrnalsetVamertafary and alaiatmsoftFr^artr Jrlberd'�rlCanstitEanf! Desigr,Professionalarisinga;t4oforrelatedtotheckar�assiforth3eretr, irchudirgClstmsfortmpactarodelaycW=�, Date: Accepted by: (Cantractar� lrendor i Consultam F DEsi�n F'ratEss,ona: an:3 fJa:meaf F irm, presjE^tapp3�abte} Date: Approved by: (Design Prof<=sional and Name of Firm, f prajt appiable} Date: Approved by: tPlC,:urenlcnY Praiesatatral 25 Construction Services Agreement: Revised 072118 (vti) EXHIBIT IF CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date Design Professional'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 Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 2s Construction Services Agreement: Revised 072118 (vti) RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on By: Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 120 OWNER By: Type Name and Title 27 Construction Services Agreement: Revised 072118 (v8) EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as PO No.: Date: and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. 2. 3. 4. 5 6 7 All Punch List items completed on Warranties and Guarantees assigned to Owner (attach to this form). Effective date of General one year warranty from Contractor is: 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). As -Built drawings obtained and dated: Owner personnel trained on system and equipment operation. Certificate of Occupancy No.: issued on (attach to this form). Certificate of Substantial Completion issued on Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) 2a Construction Services Agreement: Revised 072118 (v6) EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and instal led as part of the Work, whether or not called for by the Contract Documents, 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement: Revised 072118 (v6) 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents)* ditions are 2.3 Notwithstanding anything in the Contract Documents to the contrary, if con encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 30 Construction Services Agreement: Revised 072118 (v8) limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 31 Construction Services Agreement: Revised 072118 (v6) stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255,078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255,078 and as set forth in the Owner's procurement ordinance and policies. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of 1aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 32 Construction Services Agreement: Revised 072118 (v6) 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents, The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County'0 Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 33 Construction Services Agreement: Revised 072118 (v6) 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shal I carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will 34 Construction Services Agreement: Revised 072118 (v6) record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 8.1.7 8.1.8 8.1.9 8.1.10 of performance. Description of Work being performed at the Project site; Any unusual or special occurrences at the Project site; Materials received at the Project site; A list of all visitors to the Project Any problems that might impact either the cost or quality of the Work or the time The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features 35 Construction Services Agreement: Revised 072118 (v6) (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: TION OF IF Inc CONTRACTOR HAS QUESTIONS REGARDING THE APPLICA CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone. (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all 36 Construction Services Agreement: Revised 072118 (v6) work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders, The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work 37 Construction Services Agreement: Revised 072118 (v6) Directive. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub -subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub -subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 38 Construction Services Agreement: Revised 072118 (v6) 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B-3 to the Agreement. 39 Construction Services Agreement: Revised 072118 (v6) Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et se .and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet - based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors /Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's /Contractor's proposal may be deemed non- responsive. 40 Construction Services Agreement: Revised 072118 (v6) Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Vercation System (E-Verify) program visit the following website: http://www.dhs.clov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firms) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17, PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 41 Construction Services Agreement: Revised 072118 (v6) 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the defaults) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 42 Construction Services Agreement: Revised 072118 (v6) 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below . 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated i n writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager 43 Construction Services Agreement: Revised 072118 (v6) tt��� shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in s uch form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 44 Construction Services Agreement: Revised 072118 (v6) t� 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shal I as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential 45 Construction Services Agreement: Revised 072118 (v5) costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstructio n. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall 46 Construction Services Agreement: Revised 072118 (v6) include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-1 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.6, for services not rendered. 25. PROTECTION OF WORK. 25.1 '(ontractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor new or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 47 Construction Services Agreement: Revised 072118 (v6) 2f$ USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 48 Construction Services Agreement: Revised 072118 (v6) Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.E All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor sh all attend apre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or 49 Construction Services Agreement: Revised 072118 (v6) Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of 50 Construction Services Agreement: Revised 072118 (v6) the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of 51 Construction Services Agreement: Revised 072118 (v6) Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontractor purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub -subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 52 Construction Services Agreement: Revised 072118 (v6) 34.1.3 Shop Drawing Submittal/Approval Logs 34.1 A Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1610 Equipment Costs 34.1.11 Cost Proposal Request 3401412 Payment Request Records 34.1.13 Meeting Minutes 3401.14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 3461.18 Contract Changes 34.1.19 Permits 34.1020 Material Purchase Delivery Logs 34.1621 Technical Standards 3491022 Design Handbooks 3401.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34,1025 Daily Progress Reports 34.1626 Monthly Progress Reports 34.1 R27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 3401.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY, The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shal I be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County 53 Construction Services Agreement: Revised 072118 (v6) under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via a -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. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. if there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid &Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials /petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 54 Construction Services Agreement: Revised 072118 (v6) 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision= making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 55 Construction Services Agreement: Revised 072118 (v6)