Loading...
Agenda 10/13/2020 Item #16G 1 (Change Order 4 Agmt. #18-7240 w/West Construction, Inc.)10/13/2020 EXECUTIVE SUMMARY Recommendation to approve Owner Directed Change Order # 4 to Agreement No. 18 -7240, “Marco Executive Airport New Terminal & Associated Improvements,” with West Construction, Inc., in the amount of $10,579.49. OBJECTIVE: To allow the Contractor to invoice for County authorized modifications to the plans and specifications during the construction of the new terminal building and associated improvements at the Marco Island Executive Airport (“MKY”). CONSIDERATIONS: On November 25, 2019, West Construction, Inc. (the “Contractor”) and the County approved Change Order # 1 to Agreement No. 18-7240 (the “Agreement”), resulting in a net decrease of $56,945.15, which reduced the contract amount from $9,396,263.10 to $9,339,317.95. The Board approved Change Order # 2 to the Agreement on February 25, 2020 (Agenda Item 16G1), resulting in an additional reduction to the contract in the amount of $1,896.68. On April 28, 2020 (Agenda Item 16G3), the Board approved Change Order # 3 to the Agreement in the amount of $115,412.08, resulting in a revised contract amount of $9,452,833.35. As a result of conditions revealed in the field during construction, additional revisions to the plans and specifications, as further outlined within attached Change Order # 4 and supported by Contractor submittals, requests for information, and the issuance of Work Directives, became necessary. The necessary changes include modifications to specifications/plans for several building elements: add tamper switches at the fire service backflow (CPR 048), add fire rated ceiling trusses in mechanical equipment room (CPR 061), add cover for top plate of light fixture (CPR 062), modify framing near counter (CPR 063), add bracing above glass storefront doors to add stability during door operation (CPR 064), modify counter mounted lavatories in restroom 119 and 120 from top mounted to undermounted (CPR 065), glaze exposed edges of glass per Florida Building Code (CPR 069), modify material for two AL-3 windows within stair enclosure #118 (CPR 067), relocate PA speakers (CPR 068), furnish Lenel head end equipment instead of Johnson Controls (CPR 070), modify ceiling paint color (CPR 072), add lighting control motion sensor (CPR 073), install fire alarm bell (CPR 074), furnish nec essary items to install light switches in elevator machine room and elevator shaft (CPR 075), add two ceiling fan controllers (CPR 076), extend circuits to power three automatic doors (CPR 077), increase bids item 38, 40, and 70 quantities per project engineer, decrease allowance for FP&L and entrance sign per project manager/engineer. Those revisions will result in an increase to the Project of $10,579.49, as more fully described in attached Change Order # 4. The Contractor has delayed the authorization of Change Order # 4 by contesting that the time impact relating to this Change Order is “not yet determined,” which is contrary to the requirements set forth within the Agreement, requiring the Contractor to provide an itemization of cost or time increases/savings it foresees as a result of the change. Nonetheless, Paragraph 10.3 of the Agreement states: “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 Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner.” Accordingly, the Airport Authority is seeking Board approval of Change Order # 4 to allow the 16.G.1 Packet Pg. 2187 10/13/2020 Contractor to proceed with work and invoice for the changes specified in the Change Order, so as to avoid additional construction delays and negate the Contractor from contending that its delay in performing is a result of the County not paying for materials/work that th e County directed be provided and which is confirmed as actually having been provided. FISCAL IMPACT: This change will result in an increase to Contract No. 18-7240, increasing the current approved contract amount by $10,579.49 from $9,452,833.35 to $9,463,412.84, or $67,149.74 above the initial Contract amount of $9,396,263.10 (an increase of .7%). As the Contractor has not yet achieved substantial completion, Liquidated Damages have accrued to $1,848,016 through August 15, 2020, and continue to accrue at $3,645 per day. Accordingly, it is not anticipated that additional funds will be necessary beyond that which has already been encumbered for this Project. GROWTH IMPACT: There is no growth impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve Change Order # 4 to Agreement No. 18-7240 with West Construction, Inc., increasing the contract an additional $10,579.49, from $9,452,833.35 to $9,463,412.84, and authorize the Chairman to sign the attached Change Order. Prepared by: Justin Lobb, Executive Manager, Airport Authority ATTACHMENT(S) 1. 4500186238_West Change Order No. 4 (PDF) 2. [Linked] West CO#4 Back-Up (CPRs) (PDF) 3. [Linked] 18-7240 West Construction_Contract_fully executed (PDF) 4. [Linked] West CO #1 (PDF) 5. [Linked] West CO #2 (PDF) 6. [Linked] West CO #3 with back-up (PDF) 16.G.1 Packet Pg. 2188 10/13/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.1 Doc ID: 13410 Item Summary: Recommendation to approve Owner Directed Change Order # 4 to Agreement No. 18-7240, “Marco Executive Airport New Terminal & Associated Improvements,” with West Construction, Inc., in the amount of $10,579.49. Meeting Date: 10/13/2020 Prepared by: Title: Operations Coordinator – Airport Authority Name: Debra Brueggeman 09/04/2020 3:51 PM Submitted by: Title: Division Director - Operations Support – Growth Management Department Name: Gene Shue 09/04/2020 3:51 PM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Completed 09/04/2020 4:28 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/04/2020 4:47 PM Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Additional Reviewer Completed 09/08/2020 7:03 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 09/08/2020 7:46 AM Procurement Services Sara Schneeberger Additional Reviewer Completed 09/08/2020 8:54 AM Growth Management Department Gene Shue Additional Reviewer Completed 09/08/2020 9:02 AM Airport Authority Justin Lobb Additional Reviewer Completed 09/09/2020 11:34 AM Procurement Services Sandra Herrera Additional Reviewer Completed 09/10/2020 3:48 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 09/14/2020 12:50 PM Growth Management Department Debra Brueggeman Deputy Department Head Review Skipped 08/28/2020 9:17 AM Grants Erica Robinson Level 2 Grants Review Completed 09/14/2020 2:14 PM Grants Carrie Kurutz Additional Reviewer Completed 09/15/2020 4:47 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 09/16/2020 9:28 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/16/2020 3:05 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 09/16/2020 3:08 PM Grants Therese Stanley Additional Reviewer Completed 09/17/2020 5:41 PM 16.G.1 Packet Pg. 2189 10/13/2020 County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/21/2020 4:18 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 09/22/2020 9:48 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/04/2020 12:51 PM Board of County Commissioners MaryJo Brock Meeting Pending 10/13/2020 9:00 AM 16.G.1 Packet Pg. 2190 16.G.1.aPacket Pg. 2191Attachment: 4500186238_West Change Order No. 4 (13410 : West Change Order #4) 16.G.1.aPacket Pg. 2192Attachment: 4500186238_West Change Order No. 4 (13410 : West Change Order #4) 16.G.1.a Packet Pg. 2193 Attachment: 4500186238_West Change Order No. 4 (13410 : West Change Order #4) 16.G.1.a Packet Pg. 2194 Attachment: 4500186238_West Change Order No. 4 (13410 : West Change Order #4) 16.G.1.a Packet Pg. 2195 Attachment: 4500186238_West Change Order No. 4 (13410 : West Change Order #4) 16.G.1.a Packet Pg. 2196 Attachment: 4500186238_West Change Order No. 4 (13410 : West Change Order #4) Material Total 4,050.00$ Less Credit for use of Existing Materials (2,000.00)$ Subcontractor Quotes 4,491.00$ Labor Costs 6,481.50$ 13,022.50$ Mark-Up 10%1,302.25$ 14,324.75$ Tax on Material & Quotes Only 8,541.00$ @ 7%457.87$ 14,782.62$ Contractors Mark-Up on Net Project Costs 5%on 13,022.50$ 651.13$ 15,433.75$ Total BREAKDOWN OF ALPHA PCO-003 - CPR# 048R (87 hours x 74.5) Net Project Costs Subtotal Subtotal TOTAL SHOULD BE $1,105.65 $1,105.65$1,105.65 SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 June 11, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #063 Revised – Café Bar at Room 101 Commission No. 1620729 Dear Kevin: The project design team has reviewed the Change Proposal Request referenced above. The original costs for CPR #063 were associated with the clarification of the peninsula island shown in the construction drawings relative to creating a recessed area to accommodate seating. The revised costs reflect a modification of material for the inside ends of the recessed area from quartz to mosaic tile to match the specified material on the front of the peninsula and to reduce material costs. The costs submitted for the mosaic tile indicate a lump sum for material and labor. The contractor shall provide separate costs for material and labor, with the clarification of the material presently included within the bid price and including the required 5% stock to verify material that is available within the project that potentially could be utilized. From the submittal, coverage per box is 9.075 sq/ft. The Architect’s CPR #063 response letter dated May 14, 2020 relative to the original pricing addressed additional costs submitted for the island framing and referenced the contract criteria for items that may be reasonably inferred from the contract Documents to be supplied, whether or not specifically called for. Pursuant to the contract language, a request was made for contractor clarification as to what structure had been accounted for within the project bid. The revised CPR has not clarified the issue; only resubmittal of the original structure pricing. Based upon the information presented herein, the CPR should again be revised and resubmitted to provide the requested information. Contact me directly should there be questions or comments. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Attachment: West Construction CPR #63R Cc: Justin Lobb/Airports Manager MKY $1,823.74$1,823.74($1,621.37)$81.07$81.07 $1,862.16(on $1479.63)1,227.181,227.1873.9873.98$1,862.16 918.6391.86195.00$1,227.18TOTALDelivery $130.06(on $123.87)6.196.19$130.06 $12,075.00(on $11,500)575.00575.00$12,075.00 $3,879.43(on $2,075.65)$103.78$3,879.74 DRAWING INDEXSHEETDESCRIPTION101COVER SHEET102-103SPECIFICATION SHEET201PLAN VIEW OR RCP301ELEVATIONS401SECTIONS & DETAILS501MISCELLANEOUS601BILL OF MATERIALS701INSTALLATIONMARCO ISLAND AIRPORT NEW TERMINALSO# 111601 ¨¨¨¨44EXCEPTIONS TO ARCHITECTURAL DRAWINGS:NO EXCEPTION TAKENALPRO CEILING SYSTEM MATERIAL SPECIFICATIONS:PANELS:0.032" SMOOTH ALUMINUM CORRUGATED MARK-7 PANELS - FACE ATTACHEDPERFORATION PATTERN: R18-2164SG13 (SEE DETAIL SHEET 501)FINISH:EXPOSED FACE POWDER COATED (TBD)PROVIDED 6" FACE WIDTH NOMINAL X LENGTHS TBDANGLE TRIMS:0.032" SMOOTH ALUMINUM BRAKE FORMFINISH:EXPOSED SURFACES POWDER COATED TO MATCH PANELSPROVIDED 120" LONGJ-TRIM:0.032" SMOOTH ALUMINUM BRAKE FORMFINISH:EXPOSED SURFACES POWDER COATED TO MATCH PANELSPROVIDED 120" LONGZ-FURRING:0.040" SMOOTH ALUMINUM BRAKE FORMFINISH:PRE-COATED BLACKPROVIDED 120" LONGINSULATION:1" THICK 1.5# DENSITY BAGGED IN BLACK POLYETHYLENENOTE:ALL PANEL FACE SCREWS WILL BE FACTORY PAINTED TO MATCH PANELSALL COMPONENTS PROVIDED BY GORDON WILL BE STOCK LENGTHS AND SIZESAS INDICATED; FIELD CUT TO FIT WHERE REQUIRED;UTILIZE ALL DROP OFF WHERE POSSIBLE. ll BC754326A301A301B302B302A401C401D401D401F402E402F402OHF402OHF402 F402 G403G403G403SIMG403SIMG403SIMG403SIMREFLECTED CEILING PLANAT 2ND FLOOR CLERESTORY - AIRPORT AUTHORITY SUITE 208SCALE: 3/8" = 1'-0"REF ARCH DWG: SHEET A142-R 754326ELEV136'-8"LEVEL 1129'-0"METAL DECK144' - 0 7/8"2ND FLOOR116'-0"4"12"4"12"A PARTIAL BUILDING SECTIONSCALE: 3/8" = 1'-0"REF ARCH DWG: 3 ON SHEET A301-R ELEV136'-8"LEVEL 1129'-0"METAL DECK144' - 0 7/8"2ND FLOOR116'-0"4"12"4"12"BCB PARTIAL BUILDING SECTIONSCALE: 3/8" = 1'-0"REF ARCH DWG: 1 ON SHEET A301-R METAL DECK144' - 0 7/8"METAL DECK144' - 0 7/8"C SECTION AT PEAK IN METAL DECK(INSULATION NOT SHOWN) SCALE: 1:2 D SECTION AT PEAK IN METAL DECK (WITH HSS SUPPORT TUBE)(INSULATION NOT SHOWN) SCALE: 1:2 LINE OFMETAL DECKWORK POINTLINE OFMETAL DECKF PERIMETER SECTION(INSULATION NOT SHOWN) SCALE: 1:2REF ARCH DWG: 1&2 ON SHEET A153E SECTION(INSULATION NOT SHOWN) SCALE: 1:2 G TYP SECTION AT J-TRIM & END OF PANELSCALE: 1:2 PANEL REVEAL DETAILSCALE: 3:1 R18-2164SG13PANEL PERFORATION DETAIL (STANDARD ALPRO PERFORATION PATTERN)∅0.1250" ROUND HOLES ON 0.3281" STAGGERED CENTERS13% OPEN AREASCALE: 1:1 ALPRO CORRUGATED MARK-7 PANEL DETAILNOT TO SCALE J-TRIMSCALE: 1:1 Z-FURRINGSCALE: 1:1 ANGLE TRIM AT PERIMETERSCALE: 1:1 ANGLE TRIM AT PEAKSCALE: 1:1 $823.17$823.17(on $740.60)$436.14$37.03 $39.06$436.14 AVCON, INC. ENGINEERS & PLANNERS MEMO Date: July 10, 2020 To: Kevin McCauley, P.E. Justin Lobb Gary Krueger Sean Day, P.E. From: Zemp Pepper, P.E. Re: Marco Island Executive Airport MKY-CPR 74 Fire Alarm Bell – RFI - 236 Change Proposal Request Review A Change Proposal Request has been submitted by the contractor for installation of the fire alarm bell as referenced in RFI-236. We have reviewed the CPR submitted by West/Alpha Electric. The cost related to installation of the fire alarm bell by IFSS is 10% high due to the minimal cost of materials as the bell is on the exterior wall of the electrical room where the FACP resides. The labor costs submitted by Alpha Electric for conduit and power connection for the bell are 25% high due to the nominal amount of work involved for the fire alarm accessory installation. Additionally, the CPR was received 120 days after the RFI response and was not submitted within a reasonable time period. Additionally, the CPR does not reference project time impact for the change which is a contract requirement when submitting a change proposal request. However there is not considered to be any impact to the progress of the construction based upon implementation of this change and the current status of the exterior finish work. The CPR cost total should be $1567.09 which includes the 10% reduction of IFSS Installation Costs and 25% reduction of Alpha Electric labor costs. END OF MEMORANDUM 5555 E. Michigan St., Suite 200 Orlando, FL 32822-2779 Phone: (407) 599-1122 Fax (407) 599-1133 www.avconinc.com $1,590.74 $69.32 $1,660.05 AVCON, INC. ENGINEERS & PLANNERS MEMO Date:July 17, 2020 To: Kevin McCauley, P.E. Justin Lobb Gary Krueger Zemp Pepper, P.E. From:Sean Day, P.E. Re:Marco Island Executive Airport MKY-CPR 75 Dedicated Light Switch in Elevator Machine Room – RFI - 233 Change Proposal Request Review A Change Proposal Request has been submitted by the contractor for installation of light switches in elevator machine room and elevator shaft in response to RFI-233. We have reviewed the CPR submitted by West/Alpha Electric. The change proposal request of $442.36 is acceptable and is within the expected range of reasonable value. Additionally, the CPR was received 126 days after the RFI response and was not submitted within the contractual time frame of 15 days. The acceptance of this change proposal at the point in construction should have no impacts on project schedule. END OF MEMORANDUM 5555 E. Michigan St., Suite 200 Orlando, FL 32822-2779 Phone: (407) 599-1122 Fax (407) 599-1133 www.avconinc.com AVCON, INC. ENGINEERS & PLANNERS MEMO Date:July 17, 2020 To: Kevin McCauley, P.E. Justin Lobb Gary Krueger Zemp Pepper, P.E. From:Sean Day, P.E. Re:Marco Island Executive Airport MKY-CPR 77 Power for Automatic Doors RFI - 235 Change Proposal Request Review A Change Proposal Request has been submitted by the contractor for installation of circuits to the automatic doors in response to RFI-235. We have reviewed the CPR submitted by West/Alpha Electric. The cost related to installation for the extension of the circuits to power the (3) automatic doors is within expected reasonable value. Additionally, the CPR was received 132 days after the RFI response and was not submitted within a contractual time frame of 15 days. The acceptance of this change proposal in the amount of $1,966.36 at this point has no impact on project schedule. END OF MEMORANDUM 5555 E. Michigan St., Suite 200 Orlando, FL 32822-2779 Phone: (407) 599-1122 Fax (407) 599-1133 www.avconinc.com From:LobbJustin To:McCauley, Kevin D; BrueggemanDebra Subject:RE: MKY Terminal Change Order Date:Monday, June 22, 2020 2:15:48 PM Okay.. anything we can reduce? I’m expecting we can reduce the FPL line and the sign allowance as well… Justin Lobb | Executive Manager Collier County Airport Authority2005 Mainsail Drive | Naples, FL 34114tel (239) 642-7878 | fax (239) 394-3515website | map | email | flyMKY flyIMM From: McCauley, Kevin D <Kevin.McCauley@atkinsglobal.com> Sent: Monday, June 22, 2020 2:15 PM To: BrueggemanDebra <Debra.Brueggeman@colliercountyfl.gov>; LobbJustin <Justin.Lobb@colliercountyfl.gov> Subject: MKY Terminal Change Order EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Debbie/Justin, Below are the site quantity adjustments we need to add into the next change order we are working on: Bid Item 38 2-Inch PVC Pipe, Water Main Add 73 LF Bid Item 40 6-Inch PVC Pipe, Fire Main Add 81 LF Bid Item 70 Rip Rap Add 15 SY Let me know if you have any questions. Thank you Kevin McCauley P.E. - FL, CA Sr. Project Manager, Aviation North America Engineering, Design and Project Management 954-903-3605 310-986-7131 1514 Broadway, Suite 202, Fort Myers, FL, 33901 Main Banner Image Company This email and any attached files are confidential and copyright protected. If you are not the addressee, any dissemination of this communication is strictly prohibited. Unless otherwise expressly agreed in writing, nothing stated in this communication shall be legally binding. The ultimate parent company of the Atkins Group is SNC-Lavalin Group Inc. Registered in Québec, Canada No. 059041-0. Registered Office 455 boul. René-Lévesque Ouest, Montréal, Québec, Canada, H2Z 1Z3. A list of Atkins Group companies registered in the United Kingdom and locations around the world can be found at http://www.atkinsglobal.com/site-services/group-company-registration-details Consider the environment. Please don't print this e-mail unless you really need to. Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public recordsrequest, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Goer County Administrative Services Department Procurement Services Division Marco Island Executive Airport New Terminal &Associated Improvements COLLIER COUNTY BID NO. 18-7240 COLLIER COUNTY, FLORIDA Jim Flanagan, Procurement Strategist Email: JimFlanagan@colliergov.net Telephone: (239) 252 - 8946 Design Professional: Atkins North America/SchenkelShultz Prcru�xri fin cs [ks.an • 332%'(aniami Trail E�<sl • tap;es. Rorida ;?�� 11 40i�1 • T�'�252 iS:67 • wxe.c:.Ilierparaet'ptoarrenunisen�ras 1 Construction Services Agreement: Revised 06152017 TABLE OF CONTENTS PUBLICNOTICE...................................................................................................................goes 3 PART B - INSTRUCTIONS TO BIDDERS........... messes Messes slow Engage wasmsel Demons swassaaal Semmes 5 CONSTRUCTION BID..............................................................................................................12 BIDSCHEDULE.......................................................................................................................13 MATERIAL MANUFACTURERS..............................................................................................14 LIST OF MAJOR SUBCONTRACTORS..................................................................................14 STATEMENT OF EXPERIENCE OF BIDDER..........................................................................16 TRENCH SAFETY ACT. Bosoms mass 0045 so move B*sosffisusssa Rommel assetl 7 IMMIGRATION LAW AFFIDAVIT CERTIFICATION... sussessa as Boom on an a @mass mmmwzvmmsv waseansal 8 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9.....................................................19 BIDBOND................................................................................................................................23 BIDDERSCHECK LIST...........................................................................................................24 CONSTRUCTION AGREEMENTS...... mammas mosevesm memo swouss wasawarol SVWS25 EXHIBIT A 1: PUBLIC PAYMENT BOND................................................................................32 EXHIBIT A 2: PUBLIC PERFORMANCE BOND......................................................................35 EXHIBIT Be INSURANCE REQUIREMENTS...........................................................................038 EXHIBIT C: RELEASE AND AFFIDAVIT FORM......................................................................40 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT.....................................43 EXHIBIT E: CHANGE ORDERS...... unsung of SWW840 ossoloss mass auto onompo 2*88offreameW44 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION..............................................a45 EXHIBIT G: FINAL PAYMENT CHECKLIST....... .....................................................................47 EXHIBIT H: GENERAL TERMS AND CONDITIONS............. salon 592548 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS., ..... voltages nowspao Eggs kon*675 EXHIBIT J: TECHNICAL SPECIFICATIONS...........................................................................76 EXHIBIT K: PERMITS..............................................................................................................77 EXHIBIT L: STANDARD DETAILS..........................................................................................78 EXHIBIT M: PLANS AND SPECIFICATIONS..........................................................................79 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ..............u80 2 Construction Services Agreement: Revised 06152017 Coker County Ad iiniWative Services Department Ptocuretneot Services Drviston PUBLIC NOTICE INVITATION TO BID Marco Island Executive Airport New Terminal & Associated Improvements COUNTY BID NO. 18-7240 Sealed bids for the construction of Marco Island Executive Airport New Terminal &Associated Improvements will be received electronically until 2*30 P.M. LOCAL TIME, on the 21st day of November on the County's on-line bidding system: www.colliergov.net/bid. All bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $$71500,000, A mandatory pre -bid conference shall be held at the Marco Island Executive Airport Conference Room, 2005 Mainsail Drive, Naples FL, at 9:00 a.m. LOCAL TIME on the 30th day of October, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. �In instances where the Owner has deemed the pre -bid to be Mandatory, the Bidder's failure to attend the pre -bid conferenceshall result in the rejection of its bid.l Bids shall be received on line by the Bid Date of November 21, 2017. No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractorIs and business licenses, certifications and registrations as required by State statutes and County ordinances. 3 Construction Services Agreement: Revised 06152017 Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within Three Hundred Sixty -Five (366) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award .of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 19th day of October, 2017. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. Director, Procurement Services Division 4 Construction Services Agreement: Revised 06152017 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein 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. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, provng the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 15 - 29 as bound. in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid and shall sign the Bid correctly. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted on www.colliergov.net/bid Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with 5 Construction Services Agreement: Revised 06152017 conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reiect Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. 6 Construction Services Agreement: Revised 06152017 Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is mandatorynon-mandatory. In instances where the Owner has deemed the pre -bid to be mandatory, the Bidder's failure to attend the pre -bid conference shall result in the reiection of his bid. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. Construction Services Agreement: Revised 06152017 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non -responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re -negotiate any unit price(s) where the actual quantity varies by more than twenty-five percent (25%) from the estimate at the time of bid. 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspects) or provisions) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner's then current procurement ordinance and policies. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and responsible Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and responsible bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement professional of the Owner's Procurement Services Division or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted on the Procurement Services Division Web Site. Award of Contract will be made by the Board of County Commissioners in public session. Any s Construction Services Agreement: Revised 06152017 actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current procurement ordinance and policies. A copy of the procurement ordinance is available at: http:www.colliergov.net/Index.aspx?page=762 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.5 Certificate of Authority to Conduct Business in the State of Florida (FL Statute 607,1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to )wner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 2017-08, as amended, meaning a person or entity that has the capability in all respects to perform fully the Agreement 9 Construction Services Agreement: Revised 06152017 requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified" 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de -certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 200M3, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a proiect for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: io Construction Services Agreement: Revised 06152017 "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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity 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." 11 Construction Services Agreement: Revised 06152017 CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Marco Island Executive Airport New Terminal &Associated lmproverrrents BID NO. 18-7240 FUII Name of Bidderest Constructlon, Inc. Main Business Address 820 North 4th Street, Lantana, FL 33462 Place of Business Lantana, FL: Telephone No. 561-588-2027 ax No. 561�582-9419 State Contractor's License #CGC1S16626 / CBC057038 State of Florida Certificate of Authority Document Number SS5487 Federal Tax Identification Number 59-1809068 QUNS �t 06 91.6-3897 CCR# N/A Cage Cade 3V3V1 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that fhe only person or parties interested in this Bid as principals are those named herein) that this Bid is submitted withaut .collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule; Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal paints will be conducted by Procurement Services Division staff. 12 Construction Services Agreement: Revised 08152017 Detail by Entity Name Page 1 of 2 Florida UeVartment of Stata t r% tee It { It Ott Oeoartment of Sta,e / Divieior+ of Caroorat;ons /Search Records I Detaii By Document Numoar / Detail by Entity Name Florida Profit Corporation WEST CONSTRUCTION, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Principal Address 820 NORTH 4TH STREET LANTANA, FL 33462-1710 Changed: 05/01/2017 Mailing Address 820 NORTH 4TH STREET LANTANA, FL 33462-1710 Changed: 05/01 Inn17 555487 59-1809068 12/16/1977 FL ACTIVE REINSTATEMENT 12/30/1983 Registered Agent Name &Address MORGAN1 MARTHA A 820 NORTH 4TH STREET LANTANA, FL 33462-1710 Name Changed: 04/23/1993 Address Changed:05/01/2017 OfficerlDirector Detail Name &Address Title VP WEST, DONNIE E 820 NORTH 4TH STREET LANTANA, FL 33462 Title PTD ; of CGRP FnTlO*!S http://search. sunbiz.org/Inquiry/CorporationSearch/Sear chResultDetail?inquitytype=Entity... 1 /9/2018 Detail by Entity Name Page 2 of 2 MORGAN1 MARTHA A 820 NORTH 4TH STREET LANTANA, FL 33462 Title SEC/ VP WEST, MATTHEW F 820 NORTH 4TH STREET LANTANA, FL 33462 Annual Reports Report Year Filed Date 2016 01/26/2016 2016 02/22/2016 2017 01/06/2017 Document Images 05/0112017 -- Rar,. Ancni Chanaa 01106/207 -- ANNUAL REPORT 02/22/2016 -- AMENDED ANNUAL REPORT 01126/2016 --ANNUAL REPORT 01/07/2045 --ANNUAL REPORT 01/24/2014 --ANNUAL REPORT 01/03/2013 — ANNUAI. REPORT 01/05/2012 -- ANNUAL REPORT 01/071201/ --ANNUAL REPORT 01/U412G,1Q_-: ANN.4IFLf2EPOKT 01/05/2009 --ANNUAL REPORT 01/0512008 --ANNUAL REPORT 01/2912007 --ANNUAL REPORT Dill W2005 — ANNUAL REPORT D 1/04/2005 -- ANNUAL. REPOR I' DU0712004 -- ANNUAL REPORT D1/08003--ANNUAL REPORT 01124/2002 --ANNUAL REPORT 01/1012001 —ANNUAL REPORT 02/24/2000 —ANNUAL REPORT 0311211.999 — ANNUAL REPORT 09116/1998 — ANNUAL REPORT 03/11/1997 --ANNUAL REPORT 0410511y$3.__ ANNUAL REPORT 04119/1995 --ANNUAL REPORT Vie;v iirage iit PDF format View image in PDF format View image in PDF format Vices image in PDF format View image in PDF format View image in POF for -mat View image in PDF format View image in PDF fomlat View image in PDF format View image in PDF fomlat View image in PDF format View image in PDF format View image in PDF format View image in PDF fomrat View image in PDF format View image in PDF fo mat View Image in PDF format View imaga in PDF format View imaga, in P F fornat View image in PUF format View image in PDF format View imaga in PDF fornat View image in PDF format View'Image in PDF format View image in PDP fomtaf http://search. sunbiz. org/Inquiry/Corporate onS earch/SearchResultDetail?inquirytype=Entity... 1 /9/20 18 I~ICENSES . DEPARThnENT OF BUSINEzjS t I-jKOFESvIONAL. REGUL.A 1.ION ............ RICK SCOTT, GOVERNOR KEN IAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD Hari Ualow IS. CERTIFIED for the provisions of Cliapter 489 FS. Irstlon date; AUG 3112018 MORGAN,MARTHAANN WEST CONSTRUCTION I.O': 318 SOUTH DIXIE HWY SUITE 4-5 LAKE WORTH 17.03460 IIt I I i ISSUED: 07r21/706 DISPLAY AS REQUIRED BY LAW RICK SCOTT, GOVERNOR SEQ ll L1007210001064 1«N LAWSON .SECRETARY STATE OF FLORIDA DEPARTMENT OF BUStNESS AND PROFES310NAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD l.tOkNBL NOMUEe Tile GENERAL CONTRACTOR Named below IS CERTIFIED Undertlieprovisions of Ch7f)ter 489 FS; Expiratlon date; AUG 31, 2018 WEST, MATTHEW FIELDEN WEST CONSTRUCTION INC, 318 S DIXIE HWY STE 4-G LAKE WORTH FL 3% 460 ISSUED: oononol0 -'1 IDISPLA`f1AS I���JUIR7'D 131� LAW spa a r_1s0r31a000za0a MARCO ISLAND EXECUTIVE AIRPORT (MKY) NEW TERMINAL &SITE AMENITIES I 50LICITATION NO. 18-72a0 BOARD OF COUNTY COMMISSIONAERS, COLLIER COUNTY Tile GENERAL CONTRACTOR Named below IS CERTIFIED Undertlieprovisions of Ch7f)ter 489 FS; Expiratlon date; AUG 31, 2018 WEST, MATTHEW FIELDEN WEST CONSTRUCTION INC, 318 S DIXIE HWY STE 4-G LAKE WORTH FL 3% 460 ISSUED: oononol0 -'1 IDISPLA`f1AS I���JUIR7'D 131� LAW spa a r_1s0r31a000za0a MARCO ISLAND EXECUTIVE AIRPORT (MKY) NEW TERMINAL &SITE AMENITIES I 50LICITATION NO. 18-72a0 BOARD OF COUNTY COMMISSIONAERS, COLLIER COUNTY BID SCHEDULE Marco Island Executive Airport New Terminal & Associated Improvements Bid No. 18-7240 "Also attached hereto, following this page" 13 Construction Services Agreement: Revised 06152017 Project No: 18-7240 reject Title: MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Date: 11121/2017 BIDDER. West Construction BID NO ITEM DESCRIPTION OF WORK UNIT QUANTITY UNIT PRICE TOTAL COST SITE BASE BID 1 M-110-1 Mobilization LS 1 $452,000,00 $452,000,00 2 M-110-2 Safely, Security, and Traffic Control DAY 365 $68,00 $25,000.D0 3 M-110-3 SPCD LS 1 $101000.00 $10,000.00 4 New Terminal Building - Base Bid SEE BELOW 5 P-120-1 Remove Existing Water Main LF 13250 $15,45 $19,312,50 6 P-120-2 Remove Existing 12-Inch Effluent Main LF 480 $21.46 $100300,80 7 P-120-3 Remove Existing Force Main LF 420 $20.11 $8,446.20 P-120-4 Abandon and Grout Existing 12-Inch Effluent Main LF 1,260 $28,77 $36,250,20 P-120-5 Abandon and Grout Existing Force Main LF 370 $9.26 $3,426.20 E9E P-120-6 Miscellaneous Demolition LS 1 $2,987.00 $2,987.00 P-125-1 Asphalt Milling, 2-Inch Nominal Depth SY 100 $8,45 $845,00 12 P-125-2 Miscellaneous Concrete Pavement Removal SY 50 $9.00 $450.00 13 P-125-3 Full Depth Asphalt Pavement Removal SY 31100 $6.75 $20,925.00 14 P-151-1 Clearing and Grubbing SY 14,500 $1,00 $14,500.00 15 P-151-2 Fence Removal LF 11600 $4.80 $7,680.00 16 P-152-1 Embankment in Place CY 370 $14.10 $5,217.00 17 P-152-2 Borrow Excavation (Select Material Offsite) CY 10,500 $11,50 $1201750,00 18 P-152-3 Muck Unsuitable Excavation CY 2,000 $15.00 $30,000.0O 19 P-152A Subgrade Compaction, 8-Inch Depth (95% Comp SY 3,900 $3.50 $13,650,00 20 P-156-1 Temporary Pollution, Erosion, and Siltation Contro LS 1 $26,405.00 $26,405,00 21 D-701-1 18" Reinforced Concrete Pipe, Class III LF 33 $$93.64 $30,901,20 22 D-701-2 24" Reinforced Concrete Pipe, Class III LF 330 $124.85 $41,200,50 23 D-701-3 30" Reinforced Concrete Pipe, Class III LF 55 $159.18 $8,754.90 24 D-751-1 FDOT Type 8 Manhole EA 2 $4,944,00 $9,888.00 25 D-751-2 FDOT Type G Ditch Bottom Inlet EA 6 $2,626,00 $15,756,00 26 D-752-1 FDOT 30-Inch Mitered End Section EA 1 $2$75.00 $2,575.00 27 F-162-1 7-foot High Chain -Link Fence with Barbed Wire LF 300 $39,60 $11*880,00 28 T-904-1 Sodding SY 13,400 $2,52 $33,768.00 29 FDOTA60-1 Subgrade Stabilization, 12-Inch Depth (100% Corr SY 33900 $5,00 $19t500.00 30 FDOT-285-1 FDOT Index No. 514, Optional Base Group 5 SY 33900 $16,43 $64,077.00 31 FDOT-334-1 Superpave Asphaltic Concrete TON 900 $118.00 $106,200,00 32 FDOT-711-1 Thermoplastic Traffic Stripes SF 120 $16.00 $10920.00 33 260500-1 FPL Bypass for Existing Terminal LS 1 $13,000,00 $131000.00 34 260500-2 Communication Bypass for Existing Terminal LS 1 $16,000.00 $161000.00 35 331100-1 Temporary Utilities LS 1 $15,000.00 $15,000.00 36 331100-2 Connect To Existing MIU Main with Valve EA 1 $81650,00 $8,650,00 37 331100-3 Relocate MIU 8-Inch BFP/ Master Meter Assembl EA 1 $83253.00 $8,253.00 38 331100-4 2-Inch PVC Pipe, Water Main (Intl. Fittings) LF 790 $17,51 $13,832.90 39 331100-5 1-Inch HDPE Pipe, Water Main (Incl. Fittings) LF 170 $17,51 $2,976.70 40 331100-6 6-Inch PVC Pipe, Fire Main (Incl. Fittings) LF 50 $49,44 $2,472.00 41 331100-7 8-Inch PVC Pipe, Fire Main (Incl. Fittings) LF 630 $52.32 $32,961,60 42 331100-8 Hydrant Assemblies With 6-Inch Connecting PipinC EA 2 $5,150.00 $10,300,00 43 331100-9 8-Inch Gale Valves & Box EA 3 $2,060,00 $6,180,00 44 331100-10 8-Inch PVC Pipe, Off -site Water Main Extension (I LS 1 $126,000.00 $126,000.00 45 333216-1 Package 2-HP Lift Station And Control Panel EA 1 $56,650.00 $56,650.00 46 333216-2 Electrical Power And Breaker Box LS 1 $101500.00 $10,500.00 47 333400-1 Water Main Demolition And Temporary Service B LS 1 $12,850.00 $12,850,00 48 333400-2 12-Inch PVC Pipe, Effluent Main (Incl. Fittings) LF 700 1 $77,25 $541075.00 49 333400-3 12-Inch Gate Valve & Boxes (Incl. Shutdowns) (Ei EA 2 $4,120.00 $83240,00 Project No: I0-I A40 Project Title: MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Date: 11/21!2017 BIDDER. West Construction BID NO ITEM DESCRIPTION OF WORK UNIT QUANTITY UNIT PRICE TOTAL COST 333400-4 Force Main Demolition And Temporary Service B LS 1 $103680,00 $%680.00 333400-5 Connect To Existing MIU Force Main with Valve EA 1 $1,030.00 $1,030.00 T52 333400-6 2-Inch PVC Pipe, Force Main (Incl. Fittings) LF 320 $20,60 $6,592,00 333400-7 2-Inch HOPE Pipe, Force Main (Incl. Fittings) LF 690 $20,60 $14,214.00 333400-8 Precast Concrete Sanitary Manhole EA 3 $4,944,00 $14,832.00 0 55 333400-9 8-Inch PVC Gravity Sewer LF 240 $77,25 $181540.00 56 333400-10 6-Inch PVC Lateral LF 170 $61.80 $10,506.00 57 333400-11 Isolation/Check Valve Vault EA 1 $450.00 $450.00 58 333400-12 Connect To Existing Civil Air Patrol Lift Station EA 1 $4,500,00 $4,500.00 TOTAL - SITE BASE BID $1,6339860,70 4 NEW TERMINAL BUILDING BASE BID 1.0 GENERAL CONDITIONS, INSURANCES, & OH&P #REF! $9793944 3.0 CONCRETE #REF! $6913749 4.0 MASONRY #REF! $1063300 5.0 METALS #REF! $698,569 6.0 CARPENTRY, MILLWORK, CABINETRY & WALL PANELS #REF! $227,173 7.1 THERMAL AND MOISTURE PROTECTION #REF! $58,132 7.2 ROOFING, FLASHING & SHEET METAL #REF! $3291200 8.1 DOORS, FRAMES & HARDWARE #REF.! $74,740 8.2 STOREFRONT, CURTAIN WALL, WINDOWS, GLASS & GLAZING #REF! $364,430 9,1 DRYWALL, STUCCO & EXTERIOR FINISH SYSTEMS #REF! $416,853 9.2 TILE AND FLOORING #REF! $246,999 9.3 ACOUSTICAL CEILINGS #REF! $36,516 9A PAINTING #REF! $76,755 10.0 SPECIALTIES #REF! $94,728 11 A APPLIANCES #VALUE! incl 11.2 SUN CONTROL DEVICES #REF! $203450 12.0 WINDOW TREATMENTS #REF! $0 14.0 CONVEYING SYSTEMS #REF! $62,418 15A FIRE SPRINKLERS #REF! $58,876 15.2 PLUMBING #REF! $156,400 15.3 HVAC #REF! $685,000 16A ELECTRICAL, FIRE ALARM, TEUDATA, & SECURITY <_ #REFI $114011150 16.2 __ _. LIGHTNING PROTECTION #REF. $17,300 #REF! TOTAL - NEW TERMINAL BUILDING BASE BID #REFI $618031681.00 5 TOTAL - SITE AND NEW TERMINAL BUILDING BASE BIDS $8,437,531*70 Project No: I0-1440 Project Title: MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Date: 11/21/2017 BIDDER. West Construction BID NO ITEM DESCRIPTION OF WORK UNIT QUANTITY UNIT PRICE TOTAL COST BID ALTERNATES: SITE BID ALTERNATE 1 - PARKING LOT CONSTRUCTION 59 P-151-1 Clearing and Grubbing SY 8,800 $1.15 $103120,00 60 PA62-1 Embankment in Place CY 4,300 $16,13 $69,359.00 61 P-152-2 Borrow Excavation (Select Material Offsite) CY -10,000 $13.77 ($1371700.00) 62 P-152-4 Subgrade Compaction, 8-Inch Depth (95% Comp SY 31600 $4.00 $14,400.00 63 P-152-5 Borrow Excavation (A-3 Pond Material Offsite) CY 81400 $13,72 $115,248,00 64 P-156-2 Additional Temporary Pollution, Erosion, and Siltat LS 1 $5,881.00 $5,881.D0 65 D-701-2 24" Reinforced Concrete Pipe, Class III LF 70 $147.23 $10,306.10 66 D-701-3 30" Reinforced Concrete Pipe, Class III LF 170 $177,11 $30,108.70 67 D-751A FDOT Type 8 Manhole EA 1 $5,491.00 $5,491,00 68 D-752-2 FDOT 24-Inch Mitered End Section EA 2 $2,259,00 $4,518.00 69 D-752-3 FOOT Type H Ditch Bottom Inlet (Modified) (Larg EA 2 $4,004,00 $80008,00 70 D-752-4 Rip Rap, Broken Concrete 6" -18" SY 150 $68.64 $10,296.00 71 T-904-1 Sodding SY -3,400 $2.88 ($9,792.00) 72 FDOT-160-1 Subgrade Stabilization, 12-Inch Depth (100% Cory SY 39600 $5,72 $20,592.00 73 FDOT-285-1 FOOT Index No. 514, Optional Base Group 5 SY 700 $18.80 $13,160.00 74 FDOT-2B5-2 FOOT Index No. 514, Optional Base Group 1 SY 21900 $11.44 $33,176.00 75 FDOT-334-1 Superpave Asphaltic Concrete TON 500 $140,40 $703200.00 76 FDOT-520-1 Concrete Curb, Type D LF 21800 $10.98 $30o744,00 77 FDOT-522-1 Concrete Sidewalk, 4-Inch Depth SY 930 $58.82 $54,702,60 78 FDOT-700-1 Single Post Sign EA 14 $455,00 $61370,00 79 FDOT-700-2 Relocation of Existing Parking Lot Sign EA 6 $75.00 $450,00 80 FDOT-710-1 Painted Traffic Stripes SF 11300 $3.00 $3,900.00 81 FDOT-711-1 Thermoplastic Traffic Stripes SF 11000 $4,00 $4,000.00 82 265600-1 Parking Lot LED Fixture/Pole/Foundation Assembly, 25-foot Pole with Foundation, Installed Complete EA 10 $3,266.00 $32,660.00 83 2656OD-2 Parking Lot LED Fixture/Pole/Foundation Assembly, 20-foot Pole with Foundation, Installed Complete EA 2 $1,830,00 $3,660.00 84 265600-3 Parking Lot Electrical Infrastructure LS 1 $8,351,00 $8,351.00 85 328400-1 Irrigation System LS 1 $41,429,00 $41,429.00 86 329300-1 Trees & Palms LS 1 $46,654.00 $46,654.00 87 329300-2 Shrub Plantings LS 1 $15,721.00 $15,721.00 TOTAL - SITE BID ALTERNATE 1 SITE ALT 1 -- Parking Lot Construction TOTAL $522,013,40 SITE BID ALTERNATE 2 SITE ALT 2 AL-100 Airport Entrance Sign AL 1 $50,000.00 $50,ODO.OD SITE BID ALTERNATE 3 SITE ALT 3 1 L Allowance AL 1 $401000.00 $4%000.00 SITE BID ALTERNATE 4 ?,.',ong Gestury Upik FibeF MaiAllRe GORPSGWA tG Tam4l A6 ,1. $a-0D;D88:D4 NOT ACCEPTED SITE BID ALTERNATE 5 e"W A6 4- $!i&,900:99 NOTACCEPTED TOTAL - ACCEPTED SITE BID ALTERNATES *ALTERNATES 1, 2, and 3 $612001140 Project No: 18-7240 Project Title: MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS BID TABULATION Date:BIDDER: :. NO ITEM DESCRIPTION OF WORK UNIT QUANTITY NOTACCEPTED NOTACCEPTED TERMINAL .. ALTERNATE 4 add 1668 GSF of Interior space Add Interior Improvements of the second floor of the North Wing as Indicated on the drawings riiri m�©�-�� ADD ALTERNATE Furnish and Install all Freestanding Furniture and 'Appliances as indicated on the drawings ©-EgoiO�TAL ©©® .ACCEPTED' ACCEPTED TERMINAL BUILDING ALTERNATES m ALTERNATES 4 and 6 $346,718400 $9,396,263.10 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NONRESPONSIVE 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:. Sfgnattare; Martka A. Moran, President Date; t l/21/2017. Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL 1. 2. 3. 4. 5. Please inserf additional pages as necessary. Company; Signature. EXCEPTION MANUFACTURER Date 14 Construction Services Agreement; Revised 06152017 LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON -RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the. major categories listed herein are "qualified" (as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents; including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non -compliant or non -qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non -compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Electrical Alpha Electric Services, Inc. 935 Rosea Court Naples, FL 34104 2, Mechanical Conditioned Air 3786 Mercantile Ave. Naples, FL 34104 3. Plumbing J.R. Swanson Plumbing Co.; Inc. 686 Stonecrest Lane, unit 1 Cape Coral, FL 33909 4. Site Work Slazar Construction & Plumbing, Inc 11400 Overseas Hwy, # 103 Marathon, FL 33050 5.. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: W Sighature: Mai-tlia A: IVlort=ati,.Presdent . Date; _ 15 Construction 5ervlces Agreement: Revised 05152017 STATEMENT DP EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five (5) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement.. Proiect and Location � , DB Fire Station #78 Tamarac, FL Z, AUTEC Federat Building -SSA Build Out West Palm .Beach, FL Public Safety Complex Exterior Building 3 Improvements & Emergency Generator installation Pompano Beach, FL Broward County Public Safety Complex for q, Buildings 2, 3, 41 & 5 Wind Mitigation Fort Lauderdale, FL 5, DB New Fire Station #1 10 Lauderhill, FL Coconut Palm Fire Station #70 6. Miami, FL Company, Signature: Martha A.'Mor�an, Fres dent Reference (include .phone # or email address in Doherty, Assistant Director of Public Works/City Engineer John.Doherty@tamarac,org / PH: 954-597-3706 Seaa S. Holway, P:E., Project Manager SFIolway@akeainc.com I P.H: 352-474-6124 Horacio Danovich, Cl2_A Engineer horacio.danovieh@copbfl.com / PH: 954-786-7834 Luis Seta, ProjeetManager lseta@broward.org / PH: 954-357-7383 Marc Ccleill , Fue ChiefJFtre Code Official mceletti@lauderhill-fl.goy J PH: 954-73.0-2950 Angel Lamela, • Facilities &Construction Division Chief angel.lamela@miatnidade.gov / PIi: 786-331-4502 Date: 16 Construction Services Agreement: Revised Oti152017 TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are cos#s 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 Measure Measure(Quantity Cost Cost (Description) LF SY � , .sloped LIB` 1,OS0 $5.00 $$,250.00 2. 3. 4. 5. TOTAL$ S,2S0.00 Failure to complete the above may result in the Bid being declared non -responsive. Company: Signature: Date: 11/21/2017 Mai•tha:A.IVIors7ail, resider ,�' 17 Construction SeNices Agreement: Revised 06152017 Z;(filt r Cot- if y r+f5."11i1•>`+?tl?,:y�: ;c.rs`Crg Cn>i?:7f�'ncnf Immigration l_aw Affidavit Certification S011citatlon: 18-7240 Marco Island Executive Airport New Terminal &Associated Improvements This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (I-TB's) and Request for Proposals (RFP) submittals. Further, Vendors / 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 vendor'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. Failure to Collier County will not infentionaliy award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds, for unilateral termination of the contract by Collier County, Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the. time of submission of the Vendor's / Bidders proposal. Company Name West Construction, Inc. Print Name Signature State of F1o�`ida Title president Rate 11/21/2017 County of Palm Beach The foregoing instrument was signed and acknowledged before me this 21st day of November 2017 , by rtha A. Morgan (print or type name) who has produced Known to Me (ty ...o( identificption�a I d-nutnber) as Ido,ntification, J. Bai7•ett Printed Name of Notary Public FF 23C934 /June 3, 2019 Notary Commission NumberlExpiration �,ot�a: p.�°�% RAG(aUEt. J. BARREif } * MY COM6iIS810N 8 Fr 236934 EXNIRES: June 3, 20t9 Bonded Tlw Budget Notary Services The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 1 t3 Construction Services Agreement: t2evisetl 06152017 3inployerWizard Cock any (& for help t lama My Cam; loy Case liew Canes Search fiFl3$fi AAy I''rollle Edit Prafile Champ Passwold chanito SHCeahy Cit!est!ifns My Comtptmry Edit Ctsmhany Pmtilp. Add Nu,,n L16or Wims C;Icjao C,onipi y Acumml My Roprrtts View Rea,or(n h1y resources Vww Bwltioi Resw!ices '1'aRa Tuloliml maw Usertvionual Contawt Us larty Infvrtnaiion Compai!y Name: Company IU Number: Doing Business As {1)13A) Na1110: DUNS Number: Piiysirai t.gcetidn; Addross 1 Address 2; City: State: lip Codo: bottnly: Page ] Of 1 Plcicama Uear lU 4rstt.ugim MARI'14A MORGAN MMOR11565 02:30 PM-'11116/2012 Lart Otis WGS'f CONSTRUCTION, INC: r10t)g2% 00cJ1G3tS07 3iS SOUTI i OIXIF I IIGI•IWAY SIJt'fC4-5 LAKE WORTH 33460 PALM BEACH �ldclitfonal Intornisiioii: Gmpioyor Identiflcatloll Number:Ou lowu DO I'otai Number of Employoos; 2010 gg Parent Organization: Administrator; t7rQanixAtlori Deslgnakfori; L"mpioysr category* None of Ihese categories apply NAICS Code; 1'otai lilrhag iiitos: 'fetal Pollak of Contact: _ View I wolt Mailing Acida•ess: A<Idraee �I; Flddross 2: City: State: !Ip Corip: 7.36 - CONSI'RUCfiON Or [3UIl.DINGS 4 LL� C'fspanmm�l ci l;earnel{nrl liacuamy en,9r.Uh7 Snv 11.5. t`;�fitunst�ip nrrtl OnoHi!rmtl6n Sm+a;r..•6 vrrnr.usCls �7qv vtow t Edlt �F..—Vlow I Edit viewlf~dit t.{;r;engt}i; qy C1m: narnti3 +Jis}viers hops: /!e-vei'ify.ltsci S, govletnplErnpl oyel'Wi zard. as15x 11/15/2012 Company ID Number: 40$927 k ThIE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and WEST CONSTRUCTION, INC.. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social .Security Administration (SSA), and the Employer. &Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the\ entire workforce if the contractor so chooses. 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. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the &Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Verify clause) to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A, REBPQNSIBILITIES OF BSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S, citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise dt.iring the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the -Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 14 1 E Verify MOU for Employer j Revision Date 09/01/09 vvww.dhS.yoV%E-Verify Company ID Number: 40£i927 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). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees fo provide a means of secondary verification (including upda#ing SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non -citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary; In such cases, SSA will provide additional verification instructions. F3. RESpONSIi:31LITIES OF bHS 1. After SSA verifies the accuracy of SSA records for employees through �-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide fo the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. 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 make available to the Employer at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of &Verify, DHS agrees to provide training materials on &Verify. 4. DNS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. 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. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E-Verify program, 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 Immigration and Page 2 of 14 1 E-Verify MOU for Cmptoyer I Revision Date 09/01/09 www.dhs.gov/E-Verify ji r�}:A� ts? b4 rt�7�ii� •hcra* Company ID Number: 4()>3927 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. QHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. QHS agrees to provide a means of secondary verificatian (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non - match tentative nonconfirmations that is designed to provide 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. C, RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices clearly visible to prospective employees and all system. supplied by DHS in a prominent place that is employees who are to be verified through the 2. The Employer agrees to provide to the SSA and QHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-verily user Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification querieswill complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify.. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions; • 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 888464421.8. If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I-766 (Ertiployment Authorization Document) to complete the Form (=9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Farm 14 The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 14 1 E-Verify MOU for Employer I Revision Date 09/01/09 wWW.dhS.gpV/E-Verify Company ID Number: 408927 and written information, The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 14 DHS may in the future designate other documents that activate the photo screening tool, 6, The Employer understands that participation in E-Verify does not exempt the Employer froti� the responsibility to complete, retain, and make available for inspection Forms 1-9 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 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued. employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7, The Employer agrees to initiate E-Verify verification procedures fior new employees within 3 Employer business days after each employee has been hired (but after the Form I-9 has been completed), and to complete as many (but only as many) steps of the &Verify process as are necessary according to the &Verify User Manual, or in the case of Federal contractors with the FAR &Verify clause, the E-Verify User Manual for Federal Contractors, The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed, If the automated system to be queried is temporarily unavailable, the 3-day time period is 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. Employers may initiate verification by notating the Form I-9 in circumstances where the employee has applied fora Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query rising the employee's SSN as soon as the SSN becomes available. 8, The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, in support of any unlawful employrent practice; or for any other use not authorized by this MOU, Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1,c. Except as provided in Article IIA the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer page 4 of 14 1 E-Verify MOU for Employer I Revision Date 09/01/09 wWw.dhs.govlE-Verify rr4 Company fD Number: 408927 uses the E-Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article Ilt. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. 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 non -match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, 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 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption 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 non -match 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 E4erify at 1-888-464-4218 or OSC at 1-800" 255-8155 or 1-800-237-2515 (TDD), 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the 1NA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices oat! include selective verification or use of E4erify 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 unfair immigration - related employment practices provisions in section 2748 of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E- Page 5 of 14 I E-Verify MOU for Employer I Revision Date 09/091Q9. Www.dhS.goV/E-Verify Company ID Number: 44i3927 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). 12. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 13. The Employer agrees #hat it will use the information it receives from SSA or DHS pursuant to &Verify and this MOU 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, 14. The Employer acknowledges that the information which 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)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU maybe subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and' SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, fo 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 timely and accurate manner to DHS requests for information relating to their participation in &Verify. U. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE 1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, i# must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through &Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Gontractors and the E-Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E-Verify clause -agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify at the time of a contract award must enroll as a Federal contractor with the FAR &Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify'to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, Page 6 of 14 1 E-Verify MOU for Employer I Revision Date 09/01l09 Vuww.dhs.goV/E-VeE'Ify y 54� fw S-Y Company ID Number: 408927 whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR &Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employers that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR &Verify clause: Employers enrolled in &Verify for 90 days or more at the time of a contract award must use &Verify to initiate 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 3 business days after the date of hire, Employers enrolled in EVerify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E- Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in & Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use &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 3. business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in &Verify must initiate 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. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause 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 pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties, f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of ail existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DNS and initiate E- Verify verification of all existing employees within 180 days after the election. g. Form I-9 procedures for existing employees of Federal contractors with the FAR & Verify clause: Federal contractors with the FAR E-Verify clause may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to initiate &Verify verification of existing employees who are not completely exempt as long as that Form k9 is complete (including the SSN), complies with Page ?of 14 1 E-Verify MOU for Employer 1 Revision Date 09101/09 www.dhs.gov/E-VeYify SA ��l5]T•F Company ID Number: 408927 Article II.C.5, the employee's work authorization has no# expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form I-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form I-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form I-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article 11.0.5, or update the previous I-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise. valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed 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 with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, 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. 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 the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. The Employer will refer employees to SSA field offices only as .directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with asystem-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days, SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it Page 8 of P14 I E-Verify MOU for employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number; 408927 determines that more than 10 days is necessary. The Employer agrees to check the. E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee 'to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the E-Verify system and provide it to. the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. If the Employer finds a photo non -match for an employee who provides a document fior which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. if the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toil -free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. 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. The Employer agrees to check the P- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form I-551 or Form I-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (paid for at employer expense). 7. If the Employer determines that there is a photo non -match when comparing the photocopied List B document described in Article I1.C.5 with the image generated in E-Verify, the Employer must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. Page 9 of 14 1 E-Verify MOU for Employer I Revision Data 09101/09 www.dhS.gav1E-Verify Company ID Number; 408927 ARTICLE IV SERVICE PROVISIONS 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.& Verify, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the &Verify program by DHS or SSA, Including but not limited to the E-Verify checking against additional data, sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to & Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in &Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR &Verify clause fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR &Verify clause, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed i I because.: of the requirements of law or policy, or upon a determnation by SSA ar DNS 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 procedures or legal requirements: The Employer understands that if it is a Federal contractor with the FAR &Verify clause, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. 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 they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. Page 10 of 14 I E-Verify,MOU for Employer I Revfslon pate 09/0110�J WWW.dhS.�Ov/E-VeYify Company lb Number; 4{18927 D. Nothing in this MOU is intended, or should be construed, fo 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. E. 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. F. The Employer understands that the fact of 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, 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), G, The foregoing constitutes fhe full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 11 of 1A I E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.govl�-Verify <. -% Ifl�lli rWm Company ID Number: 408927 To be accepted as a participant in E-Verify, you should only sign fihe Employer's Section of the signature page. If you have any questions, contact E"Verify at 8884644218. ployer WEST' CONS']".RUC7"ION, INC. VIARTHA MORGAN Information Required for the E-Verify Prograln Information relating to . our Compan : corn nV Name: WEST CONSTRUCTION, INC. Gounfv or Parish: Employer Identification Number: 8 SOUTH DIXIE HIGHWAY E d - 5 UIT ALM BEACH Page 12 of 14 1 E-Verify MOU for Employer � Revision Date 09l01l09 www.dhS,goV/E-Verify yy 3reti WO \�jl Eyl�ll�l `�„iT�� •Yl 114 Company I[J Number: 408927 Name: s . EN RAH AL,TUNI Tciclihone Number: (561) 588 - 2027 ext. 25 Fax Numbei: (561) 582 - 9419 - r-ninil Addiess: aaltuti a Wes teonstructioniite.net Name: A4AIt1'HA A AfO.RGAN TelephoneNtunber: (561) 588-2027 ext. 15 FaxNuinbci•: (501) 582-,9419_, 8-mail Address' m urioi gan a �vesteonstruetioniuc.net Name: ROBIN II i1[EY R Telcphone Number: (561} 58181.40412071 cxt.14 Fax Nilmber: (561) 582 - 9419 r-mail Address: rmeyer awestcoust+dctiouincaiet' Name; MARiE T WEST Tcicphciiic Malibu: (561) 588 - 2027 ext 20.` FIX Numbe _. (561).M2 - 9419 E-m ti] Address:; III twest�i westconstructianiucenet Page 13 of 141 E-Verify MOU for Employer � Revision Date 09/01/09 www.dhs.gov/E-VeYify t�'Sf.S\�j, �;y il�i1.x Ni Ivl Company ID Number: 408927 Paye 14 of 94 i E-Verity MOU for Employer i Revision pate 09l01/09 ,Nww.dils.govle-VeYify FF.� ry n�� t. �' v'' .��rti•. , (�;':1',��rri,5trni COLLIER COUNTY SQLICITATIONS SUBSTITUTE Request for Taxpayer Identification Number and Certification In accordance with the internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you In writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name est onstruc (as shown on income tax return) Business Name Same as above (if different from taxgayer name) Address 820 Nord 4th Street State FL Telephone. 561-588-2027 Order Information Address 820 North 4th Street City Lantana zip 33462 FAx 561-582-9419 City Lantana State FL zip 33462 FAX 561-582-94I9 Email mamorgan@wcstcoiistriletioii1116.net 2. Company Statexs (chec/c only one) ual /Sole Proprietor _Tax Exempt (Federal income tag under Internal Revenue Service 501 (c) 3) Email. lnatnorgan@westconstructionine.ne;t Rerriit /Payment Information Address 820 North 4th Street City Lantana State 1{L zip 33462 Fq� 561-582-9419 Email mamorgan r,! westeonsttuetioninc.net IRC �-` Enter the tax classification (D = Disregarded Entity, C_=_Corp( 3. Taxpayer Identification Number (for tax reporting purposes only) P= Federal Tax Identification Number (TIN) 59-1809068 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of Signature. Title 1 certify that the information shown on this form is ccrrect to my Knowledge, „ �fl''/,.fi"�.�%ti�..�,,,.�-•-- Date. Phone Number 19 Construction ServicesAgreemeni: Revised 06152017 Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the. Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order, .the. undersigned proposes to commence. work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Three Hundred Twenty (320) 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 Forty-five (45) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted:. State of Florida County of Palm Beach Martha A. Morgan being first duly sworn on oath deposes: and says that the Bidder on the above Bid is organized as indicafied and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Martha A. Morgan also deposes and says that. it has examined and carefully prepared ifs Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Florida which operates under the legal name of West Construction, Inc. and the full names of its officers are as follows: President Martha A. Morgan Secretary Matthew .F. West Treasurer Martha A. Moran ManagerN/A ?o Consiructlon Services Agreement: Revised 061a2017 The President is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken sewe€wh+sh4s-heretGA#a&944str4kE - (b) Go -Partnership The Bidder is a co -partnership consisting of individual partners whose full names are as follows. NIA The co -partnership does business under the legal name of: NIA (c} Individual N/A The Bidder is an individual whose full name is under a trade name, said trade name is and if operating Complete for information contained in (a) Corporation, (b) Co -Partnership or (c) Individual from previous page. DATED I1/21./2017 Witness West Construction, Inc. Legal Entity BY: Martha A. Morgan Name of B€dder,Typed) Signature President Title 21 Cpnsiruction 5ewices Agreement: Revised 06152017 STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this 21st Martha A. Moran as West Construction Inc. a Florida corporation. He/she is persQn� known to me or has produced as identification and did (did -rapt) My Commission Expires: June 3, 2019 (AFFIX OFFICIAL SEAL) �o1r�,,;Ueic �CaUEi. J, nAf3flETi' MY COMMISSION R H 236934 EXPIRES. Juno 3, 2019 N�"TForf�o���� DondedThN6u89e1NolaryS�rvkc� n day of November 2U 17 by President of corporation, on behalf of the take an of NAME: Racquel J. BdT�rett (Legibly Printed) Notary Public, State of Florida FIT 236934 Commission No.: 22 Construction Services Agreement: Revised 06152017 KNOW ALL MEN BY THESE PRESENTS, that we tiVest Construction, Inc. (herein after called the Principal), and Philadelphia Indemnity Insurance Company I I (herein called the Surety), a corporation chartered and existing under the laws of the State of Pennsylvania with its principal offices in the city of Bala Cynwyd and authorized to do business in the State of Florida are held and firmly bound unto the Board of County Commissioners Collier County, Florida. (hereinafter called the Owner), of in the full and just sum of Five Percetrt Am"fit Bid dollars o ($ 5% of Amount Bid) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made., the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for ftarnishing a!I labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 18-7240 Marco island Executive Airport New Terminal & Associated Improvements. 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. t I IFIIF i IN TESTIMONY Thereof, the Principal and Surety have caused these presents o be duly' signed and sealed this 21st day of November , 20 17 ' 1-: West Construction, Inc. Principal IF BY �� Is•'r' �� ` 'fl I h A. Morgan, President (Sea(} jj Philadelphia enmity Insurander ompany Surety Warren M. Alter, Attorney4n-Fact (Seal) Countersigned Warren M. Alter, FL Resident Agent CLLocal Resident Producing Agent for Alter Surety Group, Inc., Warren M. Alter 23 Construction Services Agreement; Revised 06152017 403 PHILtUJ1;LPEll A.INDEMNI ['YINSURE\NCt COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA I9004.0950 Power of Attorney KNOW ALL PERSONS By ESE PRESEN"fS: That PHILADELPHIA INDE114NITY INSURANCE COMPANY (the Company), a corporation organized apd existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint David.T S`itine Warren M. Alter and Jonathan A. Bursevich of Alter Surety Groun, Inc.. its true and lawful Altonncy4n4act with fill] authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000, Ellis Power of Attomey is granted aund fs signed and sealed by facsimile under and by the authority of the following Resolution adopted by Uie Board of Duectorx of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the l4'h ofNovember, 2016. RESOLVED: That the Board of Directors henrby authorizes the the Prsident or airy Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and rmdertakings, contracts of indemnity and other writings obligatory in the nnture thereof and to attach file seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given, And, be it PURTIIER RESOLVED; That file signatures of.such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seat shall be valid and binding upon die Company in tlic future with respect to any bond or undertaking.to which it is attached. IN TESTIMONY WHEREOF, PHILADELPT•IIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT "fO I3E SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14Tn DAY OF NOVEMBER12016. �t..b (Seal) Robert D. O'Leary Jr., President &CEO Philadelphia Indemnity Insurance Company Qn this 14a' day of November, 2016, before me came the individual who executed the preceding instrument, to me personallyknown, and being byme duly sworn said that he is the therein described and authorized officer of die .PHILADELPHIAINDEMNITY INSURANCE COMPANY; that,the seal atiixed to said inslnunent is to Corporate seal of said Company; that tire said Corporate Seal and his signature were duly affixed. HMO f PfHHSriY HOUdrI w aura Ha,ruO, Notary PVOIIc IA y Nm rip., aont9ane+Y taunt{ i•'� 1I 1 try ranYAislSSton rr3+4t tan, 6, SOif! \Y/t`�..—.Mc.•— tV0'l:+?O..0 e,,,ua, ,,,,,,,,+p sae m.emwu. Notary Public: t + residing at: Bala Cynwyd, PA (Notary Sea[) My couunission expires: Jamaary 8 2018 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify Unit the foregoing resolution of Une Board of Directors and this Power of Attorney issued pursuant thereto on this l4a' day ofNovember, 20I6 are true and witect and ate still in full fonee and effect.'I do further certify that Robert D, O'Leary Jr., w110 executed Ule Power of Attorneyas President, was on the Bate of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof! have subscribed my name and affixed the facsimile seal of each Companythis2lStday tiPOV 6IR�PZ' , 201% . i. t it } , !. 92 J t i ` Edward Sayago, Corporate Secretary. PHILADELPHIA INDEMNITY INSURANCE COMPANY: :. ,rrru, Cr,� THIS SHEETMUS I BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Procurement Services Division BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed; 1. The Bid has been- signed. 2. The Bid. prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc, have been included. 5. Any delivery information required is included. 6. Grant Required Bid Forms. (Certification regarding Debarment; Acknowledgement of Grant Terms and Conditions). 7. Immigration Affidavit completed and the company's ENerify profile page or memorandum of understanding 8. Certificate of Authority to Conduct Business in State of Florida and the County's Substitute W9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 10. Exhibit N — Contractor's Key Personnel Assigned to the Project 11.. Any addenda have been signed and included. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. West Construction, Tne. Bidd�e%r Name President JP 1/2017 Signature &Title VDate Martha A. Morgan 24 Gonstructlon Services Agreement; Revised 06152017 GRANT CERTITICAT.TONS AND ASSURANCES THE 1<OLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions 2. Acknowledgement of Gant Terms and Conditions Certification Regarding Debarment, Suspension, and Other -Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency, (b) Have not within a. three-year period preceding this.proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Marco Island Executive Airport New Terminal Martha A. Morgan & Associated Improvements Narne Project Name President 'Title West Construction, Inc. 18-7240 ProjectNuinDer 59-1809068 T'irm Tax ID Number 06-91G-3897 DUNS Number 820 North 4th Street, Lantana, FL 33462 Street Address, City, State, Lip Signature Martha A. Morgan, Pi esident Acknowledgement of Terms, condlti,ons, and Grant Clauses: FloFv Down of Terms and Condi#ions from the Gr�tt�t Agreement Subcontt•acts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractot's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a Written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla: Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation docurnent(s). Vendor/Contractor Name .West Conshlictiotl, Inc. .Date 11/21/2017 Authorized Signature Address 820 North 4th Street, Lantana, FL 33462 Solicitation/Contract # 18-7240 �..✓tJ 'Y Administrative Seivice5 DMsion �'��arrl7rYsi�s<a Memorandum Page I Of 1 Email: jimflanagan@colliergov.net Telephone: (239) 252-8946 Date: October 23, 2017 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #1 - 18-7240 MKY New Terminal & Associated Amenities This addendum has been issued for fhe following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike -through. CHANGES/ADDITIONS/DELETIONS: A note con#irming the mandaoru pre -bid date, fiime and location:: Collier Comity hereby advertised for the construction of the Marco Island Executive Airport (MKl') New Terminal k Associated Improvements Project located .in Collier County, Florida, for sealed bids to be received no later than November 21, 2017 at 2i30 pan, local time. Executive. Airport Conference Rooln for this solicitation. Prospective bidders must register on YwNv, ,colliergyov.net/ourchasirT by clicking on Vendor Registration. Once registered; interested parties may obtain a complete set of documents at: www,collier7o�v_net/bid Note: This note is issued to reflect corrections in the legal Ad published in the Naples Daily News on October 191h and October20' . and subsequently corrected on October 24. The information provided in the solicitation document on the County On-line Bidding System was and is correct. Please aclmowledge receipt of this Addendum with your bid proposal. Signature Martha A. Morgan, President West Construction, Inc. Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. .. . r County Adl*listmlive sefvios Division {'ufdlrz};irlg ADDENDUM ##2 Memorandum Page 1 of 1 Email: jimflanagan@colhergov.net Telephone: (239) 252-8946 Date: October 26, 2017 From. Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #2—18-7240 MKY New Terminal & Associated Amenities This addendum has been issued for the following items identifying changes, deletions; or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike -through. CHANGES/ADDITIONS/DELETIONS: The attached preliminary F.P drawings have been issued via Addendum for informational purposes only, and are trot part of the contract documents. The fire protection contractor shall issue complete fire protection shop drawings for approval in accordance with all applicable codes as part of the submittal process. The shop drawing submittal shall include hydraulic calculations,. current flow test data, all products and materials proposed for fire protection system, ftre protection plans, and details. Attachment: F001 F101, F102, F501; FS02 for informational purposes only Please acknowledge receipt of this Addendum with your bid proposal. Signature - Martha A. Morgan, President West Construction, Inc. Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. C oVier County Acinut�istteiivr Services t)iv ision 1•'tiltl'la5tfttt ADDENDUM #3 Memorandum Page I of 1 Email: pmflanagan@colliergov.net Telephone: (239) 252-8946 Date: November 08, 2017 From. Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #3 — 18-7240 MKY New Terminal & Associated Amenities This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike -through. CHANGES/ADDITIONS/DELETIONS: ➢ Changes, revisions and corrections reflected in the attached documentation o Addendum #3 -Summary of Changes o Addendum #3 — Spec — TOC Table of Contents o Addendum #3 - Spec - 085113 o Addendum #3 - ARCHITECTURAL DRAWINGS o Addendum #3 — CIVIL DRAWINGS ➢ Addendum #3 —Revised Bid Schedule ➢ Attached for informational purposes only: Geotechnical Report ➢ Also attached: 10-30�17 Pre -bid Agenda, Minutes and Sign -in ➢ Bidders Questions and Answers: o The Deadline for Bidder's Questions will close Thursday November 9 at 5:00 pm. All Bidder's Questions are to be submitted on-line through the Collier County Online Bidding System. Answers will be provided on-line. Please refer to Solicitation 181-*7240 MKY New terminal & Associated Amenities — Q&A. Questions and Answers are hereby incorporated as part of the bid. Please acknowledge receipt of this Addendum with your bid proposal. Signature Martha A. Moran, President West Construction, Inc. Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above, contact information. J Go leer cvwi y Administrable Services Division ptif(:11rj!4 if Ig ADDENDUM #4 Memorandum Page I of 1 Email: Jim flanagan@col►iergov,net Telephone: (239) 252-8946 Date: November 14, 2017 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #4 — 18-7240 MKY New Terminal & Associated Amenities This addendum has been issued for the.following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation, Changes and additions are identified with an underline and deletions have a strike4rough. CHANGES/ADDITIC?NS/DELETIONS:. ➢ LEED Certification is not applicable fo this project, Delete reference to LEED Certification throughout the Project Manual, including but not limited to Section 018113 (Sustainable Design Requirements) and associated LEED Checklist, Paragraph 1,01.H (Submittals) of Section 042200 and Paragraph 1,6,G (LEED Submittal) of Section 017419. ➢ Bidders Questions and Answers: o The Deadline for Bidder's Questions closed Thursday November 9 at 5:00 pm, All Bidder's Questions have been answered, Please refer to Solicitation 1&7240 MKY New terminal & Associated Amenities — Q&A, Questions and Answers are hereby incorporated as part of the bid, Please acknowledge receipt of this Addendum with your bid proposal. Signature Martha A, Morgan, President West Constriction, Inc. If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information, CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with West Construction, Inc. ("Contractor") of 820 North 41th Street, Lantana, Florida 33462, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Marco Island Executive Airport New Terminal & Associated Improvements, Invitation to Bid No. 18=7240 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Atkins North America, 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: Nine Million Three Hundred Ninety -Six Thousand Two Hundred Sixty -Three Dollars and Ten Cents ($9,396,263.10) Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, 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 25 Construction Services Agreement: Revised 06152017 www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. 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 twenty (320) 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 forty-five (45) calendar days after the date of Substantial Completion, Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Three Thousand Six Hundred Forty -Five ($3,645.00) 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. 26 Construction Services Agreement: Revised 06152017 C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 18-7240 Marco Island Executive Airport New Terminal & Associated Improvements. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form 27 Construction Services Agreement: Revised 06152017 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 Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by and identified as follows: New Terminal Facility and Associated Improvements as shown on Plan Sheets 1 through 345 as identified per Cover Sheet and G.01.01. Exhibit N: Contractor's List of Key Personnel Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, Florida c/o Airport Authority 2005 Mainsail Drive, Suite #1 Naples, Florida 34114 Attention: Justin Lobb, Manager Telephone: (239) 642-7878 Email: Justin.Lobb6! 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: West Construction, Inc. 820 North 4t" Street Lantana, Florida 33462 Attention: Martha A. Morgan, President Telephone: (561) 588-2027 Fax: (561) 582-9419 Email: Mamorgan(a7westconstructioninc.net C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide 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 2s Construction Services Agreement: Revised 06152017 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 mocation 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. 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. 29 Construction Services Agreement: Revised 06152017 k', 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. 30 Construction Services Agreement: Revised 06152017 IN WITNESS WHEREOF, the parties have executed thin Agreement on the dates) indicated below. Aurora Vega Print Name SECO ITNESS Marie T. West Print Name �P"Dvyiy, :e Y, C ttesta°to Chairman's Print Na e CONTRACTOR: West Construction I Martha A. Morgan, Presiden Print Name and Title Date OWNER: BOARD OF COU CQPJIMISSIO COLLIE411dyy Y F RIDA lis, Esa., Chairman ConSlrueUan Services Aflre�nanl: Rwlsetl O(3152017 ALTER SURETY GROUP, INC. Bond Department - Public Works Bond In compliance with Florida Statute Chapter 255.05, the provisions and limitations of section 255.05 Florida Statutes, including but not limited to, the notice and time limitations in Sections 255.05(2) and 255.05(10) are incorporated in this bond by reference. Bond Number PB 12159900138 Contractor West Construction, Inc. Address & 820 North 4"' Street Phone No. Lantana, FL 33462 (561) 58&2027 Surety Philadelphia Indemnity Insurance Company Address & One Bala Plaza, Suite 100 Phone No. Bala Cynwyd, PA 19004 610-617-7900 Owner Name Collier County Board of County Commissioners, Florida Address & 3327 Tamiami Trail East Phone No. Naples, FL 34112 239-642-7878 Contracting Public Entity if different from the owner) Address & Phone No. Contract/Project Number Contract No. 18-7240 Project Name Marco Island Executive Airport New Terminal &Associated Improvements Project Location Marco Island Executive Airport; 2005 Mainsail Drive; Naples, FL Legal Description And Street Address Description of Improvement: Marco Island Executive Airport New Terminal &Associated Improvements This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2) and (10), Florida Statutes. Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess of the minimum requirements of the applicable statute shall be deemed deleted herefrom. This bond is a statutory bond, not a common law bond. This is the front page of the bond. All other pages) are deemed subsequent to this page regardless of any page numbers) that may be pre-printed thereon. EKE (IP 1 .A i ..l tit t.i PAYMENT BVND Marco island Executive Airport:. Ww Terminal & Associated Improvements B�tad �40:: PB12159900138 Canttabt.ld4, IN 240 KNOW ALA. MEN BY THE65 PRESENTS: That West Construction,. Inc.. . -- .. , .as...PhIlclpal. and:. Philadelphia Indemnity Insurance. CQm anv T` . Stirr;ty, lot;a%d at One Bala Plaza; Suite 100:_Bala_C- nwyd. PA 19,QQ4 J403 _- (BO I11eS5 Address) are held and firMly hoUn+d to ------- * as Obligee in the Si. M of Nine Million Three Hundred Ninety - Six Thousand Two Hundred Sixty -Three & 10/100 9,396,2611 Q_ for the )ay mi ent Whereof we hind ourselves, our heirs,. executors, Personal representatives, successors and assigns, jointly and severally. tttllulEREA:,. F�rincipal leas entered into a coritPaet dated: as of the d>�yr Qf ,�.,. 20 with Oblige far ** in ... .drayngrsenfed�r:�pde tvifltaioi n� �.>;:wt[ Motrnal.xactla.?rut. -.•4�trfA -nd-aen;;ohd-.-in rpati 4 1­4 C--Co {t3{Tf4 +WO i`-'�H1S` OND 6 ... ki r�.ttci al:. :.... fr :.: ::. _ 8 t{' k. m'=ta :i: taiafs'tiii>.:`iftsi .:v':::=too,IIt =sf atut ailnnnnl{/'n ' ':E r rt 1p: kw(i °;I �x ►M fla R grsu 'p e . �js�e_ tf4d a f( �"mr i_}�`�tr+'lrc#i�•#:°i�,�// Pl�i�_1 tf ;. t>sectoii tt'ttk=pig°f�tl� .this. ttiaet:. + t[s tnd:t• v , . �f kie� ... :ra n: . :. _ ... qqqq,11. 1 It - �_ % . :.. :. . .. _ os:t. r utizier- hel:to! �- It n r : iitl::'dorh li t i rtiri' .ri _ - :Mari a 1. ,_ .. ,r- r n ° vitiz4th �gtltwaf_ar`fh .etil� 4&s:. � t:affe�ct; ,111 We.,i ti It,..fat *.I .11 uAddroothi��6�i��:..:'. .,. >: ..: •s .: :-: trt? tt oot.°:: _ ... NW),.otto It �> �����=��5`a�: �:. �:ayr:.' 1t f `tfk ' .J,. to r ate :ire iIt.talrita�fs _fdr. mori -1h.1 > 1 ..p f::Qfi• 'P :. #' r.- ar l( ;r _ E7e `s 1f ' ' }7e`iiledl y taf'a mati€a: _-- �.?r . :�; !O is.. :?4 �. I .:: _ :•... _: t to o .':ti :ab 'ql > :'rl a i± 6. ..tit. th =1`:_�tru' n� th :: ' h... _ .rasetfi.'dui . too, I26- .r:: bw4mn itxi> IN `: f paif befiia .; f fii4d ;r f1d°; ii:.,,.. : _q lyi' p�yy/. ; ittiie%si7rte i`ra ..... ttv `kui Cs' Yii t�tii i `nS[ofiif o� e»i g t o id ..q...,.++'•• �y.li - _ .. : 1=. Y''�1= .. - * The Board of County' Commissioners:>of Collier County; Florida ' j ** Marco Island Executive Aieport New Terminal &.Associated Improvements, Invitation to. -Bid No.: 18-7240' ` The praylsions and 11M USOns'of Oectlow 25A Flotilla Statdtei; including but not limitad to tM n6tice 6110 time lCrrilf�iflonl lih' edtCt►>rts Z1ii►05(;f rind �256.0.5(i ft are tgcoipdrated.ijl thiei.bQ�(!'6� l+taiincs.:.: . . i ... i .. G oA 7 signed, spalei and deliuered in the presence of. PR1Nt�I:F'AL ,ME....Martha A. Morgan President - . STATE CJF Florida GOUNTY OF - The for gol • ied�e Inst ent as ackno d before i s _ day if 20� L, Ll ,� as of �. -nor tar : on; an bebei of the P f. arportir�R:: H' e:s: _ ecscsnati ° known :to : m :_c l� ;is:.tit"aracT�isad, -. tt�hkit�:rootn , ... _Z. RO`roth take: an oath: ,,,.: AORA VEGA _. _, orI a� ).Notay PublicState of Florida•: '` Comm ssion # GG 172827 N o; ;I : ibi #rik _ .... om •t �;: MyC©mm.Expires Jan 7, aF.t". 8ondad mroop Nauong! NoaryAssa. < ... :.: .. • : • . 14 :A4T' eff*t Per ACtached.Power of Attorney BURET o : :P4ifadelphia tnl er�nitu-Inserance,CQW Alu mn One Bala Pfaz ,'Suite-•1©0•:..•. ... • �•�•'�•• -'o �.. or to .or, :. ;•.. I natwi W. Warren M..-Alter. ::.. :. �An,T nt-- lrintc! I4fatno . Bn►1stnitctlo�s�ertricas:Agja�m8itt�.RgVf3ed,A81�01�' - Ilk 1:n V ;Florida . r�tjh7T�=pF�•�:iulta€3ii-�ad:� �� III ....:.... . .. ..;, ::. -ter --- :Attorn;e.-lti•Faet°°-°:�=:::._.._ - •�i�`�:I dCet 7 ..: ::.... lit Perssai3a1111Cnan =•--- • 1 1 .: . ww �R. (A#taah {power at Attbrrteyj Warren M. Alter, Attorney -In -Fact a. — —Nit �Prink�d, Name) One Bala Plaza, Suite 100 Bala Cynwyd PA 19004-140'� _ _ T (Business Address) (610)206-7836 .. . Numb >*•Telephane er) • #hf:0 :4p - - -MltG- ' r'di'i 'ipYi'�idi ` as liladelohia l)ldernab lrtsrrrana c 06mbarlvf. r•: - $ l tklj(j.. i[1;: . 18fl11a�ct�oVVt}:: tt1" '1�tQ :'�':::: :i. ntflta::t�i nt::tk:i._ : _ M% Notar�.FObllc State or Florida ... ..". t ;:. ,:.• Karol.l<ell MYQ.om7NSlon FF 164600 wort` Explrea•09/30/2016 t@bt_F►or�da. r .... _ Ot$1: i ' FF16.4600 Canstructlatr ervtix :tl ieemenl.;A"rod MIS o PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite l00 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint David T. Satine Warren M. Alter and Jonathan A. Bursevich of Alter Surety Group. Inc., its true and lawful Attomey4n4act with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000, This Power of Attorney is granted and is signed and seated by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14'h of November, 2016• RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attornev(s) in Fact and authorize the Attomev(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any tune, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIIXED BY TfS AUTHORIZED OFFICE THIS 27Tx DAY OF OCTOBER, 2017. ♦�"4�$d (Seal) �1 M1141N{\YR{ On this 27i° day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein descnbed and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seat affixed to said instmment is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. residing (Notary My commissionexpires: Bala Cynwyd. PA September 25.2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto on this 27t° day of October, 2017 are tme and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, 1n Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of , 20 Et Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY It+iat'Oo Iaiattd xacutlua Alrpart New fettttirtal �lssccfatr'd lmprovemsnts E oPO N+. P912159900138 CaiYtraet: (NOW ALL iAi MEN BY THESE F'Rt+tT; That r.west C;onstructi_o_n, Inc. ... ag....j]cjpa� slid. Phiiadelphialndemnity Insurance Company -. ' ..Surety, 1pnated_ tit One Bala Plaza Suite 100• Bala Cynwyd PA 19004-1403 {Business Address) are. held and firmly bound to The Board of County Commissioners of Collier C4Ur'ty, Florida I S Obligee in the SUM of Nine Million Three Hundred Ninety - Six Thousand Two Hundred Sixty -Three = 1n/1nn ($ 9,396,263.10 ] for the payr€ ent whereof we bond ourselves, our heirs, eXQCtttorS; personal representatives, Successors and assigns, jointly r9nd severally. NHER $,- Princlpat has. enter. d. into a contract . dated .as. 6-f -the day t f .'Oblig-ee f a ttt i . � .:�..•..:.:4:#� +t�adc����i��2tNtett31�'wiri1trt�t�i�.�.�it;�.wC't1sp'Fg�t1�:.��t��::1_��f�t?ie�1>sri..���i��tts��.icf_t'Ftt�'i���=', 481parth afdisfis nq.raln.asR`sIt It xn4 4 f ; t ,t . ti K a1 ri t b. *nts:lun.daCt rted °re #ei4nprovenents;Invitation0'Bid•Nn.r18-7240:.. IC i$ tr'€ # �tfreadr�jRlGdiw• a .T Sd # iltGCPQCak4c�; tiinha`eAcrf ... .. e!_. .,.Ill �.:. �lili: � �dr�..`IE •:Is° �iipi'essi.'y� h�:t7ame >3� each.:padyr t�eirig°=a>:fli�e�and #h'�re;?.ent���ut�. serttaiya,.ursti�ttkt autktarityif.ItspYm:g t�ctdr.. . �ofisiructlan..&�Mt:i49`r�emen��Reytaeit'Q@�:i�2il!1fi Qigned, sealed and dqz VIZ; STATE OF Florida COUNTY OF Miami - Dade The. foregoing instrurne t INS cknoy+� led before me this day of . -- / by ,L� �� Cl, " as ?' of a : ( - diorporationr ot) behal of the comaration. fie .. g is. personally !. k ]xn: ta:: t3; ©R. figs produced . _- ,...entt Won glad did (�!>d: naf}. yak- ar�:.aath :.: . ( jr o_I;I 1 lori:F .plr � ......: ::.... - :..:..:Sl tyre - . 4�c� AURORA VEGANotary Public - State of Florida ;f�ii11Commission # GG']72827 My.Comm:) xpires an 7, 2022 .-I?rinte: :� •' . Bono ;VOU0h tid Noar/ Assti. , ':. ;, .• , .;.::. ' . .646 ..Cuii�t(u�ttGrl.;�e�n�reeidgni".F�vtie� 9g1�?7" . Ai7E.ST: As Per Attached Power of Attorney st-IREiY Philadelphia Indemnity Insura�cg �.Qmpany (Printed Name) Warren M. Alter Florida Resident_ Agent (Printed Name) ltl4ttie.it�.ol ..:: (1tfac�i Power oCAito�l� ` Vol rreri M, Alter' Pdrite N-:.....4 ::..:, • ,S'ne: Bala F�to to Totleza;all -- .` ;rZ.rwlirbOLYd_:Pa I901EL�to For ::.: I loll to :.11OZ1"eetO iiWT. - .. ...:.. riIa. t . s ' :; [ntj. ��• .._.._••_FersonaNv�#<rrorlvn 1:- y,:.Gom .Ilessot,iaIR 14 o"I to lot I r axr ;akFec�-ri�-QiNb_ t:�kn'Qw. ��-_ ?��'4' �-;I IIIf'�orrnF•°�a_�ct_'"_� _':•.: _ `. lf_. �:i. 1. .,... .r;.U.Aiie.,8 loll.__,_.. .:. .reDprI to rADrmaais01vulanalt -:0 vikko.I rI II:#aIt'll Al aanak . _. ' •-' " public State of Florida . • <- :,.. .... Notary P W ' rtie `;:' Karol',Kell.:l.11:..: I _ .r ..—: arol.Kelly r� q inmisslon FF 164800 11 • It a Ably-I-PdMed} _ • Expired 69130/2018 orn.,. to iYa IS to 2 OlYtll�It;81� R:.P1.i60f1�_ `So lot, too •J FHILADELPHIA INDEiVINITY INSURANCE COiV[PANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint David T. Satine Warren M. Alter and Jonathan A. Bursevich of Alter Surety Groum Inc., its true and lawful Attorney4n4act with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000, This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th ofNovember, 2016, RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contacts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey4n-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27ru DAY OF OCTOBERI 2017. Robert D. O'Leary Jr., President &CEO Philattelphia Indemnity hrsurance Company On this 27's day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein descn'bed and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. t�li ftw4m� residing at: (Notary Seal) My commission ry Member 25, 2021 i' UNITE �1� I, Edward Sayago, Corporate Secreta of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27ih day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of , 20 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor's sole responsibility. Coverage,(sN 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 solicitations whichever is longer. The Vendor 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 Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance 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 38 Construction Services Agreement: Revised 06152017 Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance 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. 39 Construction Services Agreement: Revised 06152017 Collier county Florida Insurance and Bonding Requirements Insurance./ Bond Type Required Limits" 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ®Employer's Liability $ 1,000000single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ .2,0t}0 000 single limit per occurrence, $2,000,00,0 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. Indemni#ication To the maximum extent permitted by Florida law the Contractor/Vendor/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 ContractorNendor/Vendor or anyone employed or utilized by the ContractorNendorNendor in the performance of this Agreement. 5. ®Automobile Liability 6. ® Other insurance as $ 2Fri OU;ll00, Each Occurrence; Bodily Injury R.Property Damage ❑ Watercraft 24 Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage .shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Technology Errors & Omissions $ 1,000,000 Per Occurrence (� Cyber Insurance $ 1.000.000 Per Occurrence: ❑ Pollution $ Per Occurrence ❑ Professional Liability $ ; Per claim & in the aggregate • $1,000,000 per claim and in the aggregate • $2,000.,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Employee Dishonesty /Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 40 Construction Services Agreement: Revised 06152017 f1 f� ❑ Valuable Papers Insurance $ 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 shah be submitted with the Payment Bonds executed 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 ail 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 "ApDITIbNAI, 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. 12. ®Thirty (30) Days Cancellation Notice required. 13. ® During the term of this contract, Calker County shall procure: and main#ain, at its own expense, Builders Risk Insurance to cover the work to be performed under this contract against risk of direct- physical loss in an amount equal to the full amount of the contract. This insurance shall be endorsed to include the interests of the County, the Contractor and all Subcontractors. 10/17/17 - GG Vendor's insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name 11/21/2017 Martha A. JDA Insurance Group, LLC Anthony Entenza Telephone Number 561-296-�373 41 Construction Services Agreement: Revised 06152017 EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: after (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 1 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds, (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: President [Corporate Seal] The foregoing instrument was acknowledged before me this day of , 20 , by as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: NAME: (AFFIX OFFICIAL SEAL) (Signature of Notary) (Legibly Printed) Notary Public, State of Commissioner No.: 42 Construction Services Agreement: Revised 06152017 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT Payment, Schedule of Values and Stored Materials Record applications are available for download at: http://purchas!ng.collierqov.net/Forms/Forms/AlIItems.aspx 43 Construction Services Agreement: Revised 06152017 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http:HbccspO1 /SiteDirectorV/ASD/Purchasing/Forms1 /Forms/DefauIt.aspx Change OrrterForm ContractM Changeg: Purchaseorder Contractor/Firm Namef� Pro j ect l tanag er M ameF —� C•'iginal CcntraGt't^iora, Csd� AnYaunt u7rent 8r'. , Approved Int touni,. ..... Current ContractMork Order Amount thisI'll - t =visad Contraot^Il o r Order Total Project Name: department: l 8CC Appzcrsal DatAn=_nds_Iter Criaina, , Last BCC Apareval Date; ,spends Item# SAP C'ontraot Expiration Data (Aifaster} Total Change from Original Arnwnt Changs fromCurent 8CC Approved An f`.h nnnp from C rarent Amount Completion Date, Description of the Task{s}Change, and Rationale for the Change Notice to Proce l� Original � Last Approved Revised Date Date. Completion Dat Date #ofDaysAdded 5electTasks El Add El, Delete IT Changetask(s} CCother f 02ejti'J Provide a response to the following: !.} detailed and specific explanationfrationale of the requested changes} to the task(s) and ! o r the additional days added (if requestedi; 2.1 wbythischange was: not included in the ariginal r,.o:rrtract; and, 3.) describe theimpaut if this chance is not Processed. Alta€h aedhional rformaai5r: from the Design Professional and.for Ccrrtractor rf neeueti. Prepared by: Oat^:. {Project: setanader Name and D��anmerY} f;ac_f4ar4eofthisChangeCriershall €onstiiuteamodifkafrDntccontra€t7'rrorkcr3=_rld ntif ab✓veandtzill suL7s ttoailthesame term ands:ondhiarsas>ertairedintF= contract Iwrorkorderindicated atove.asfullyasifthe same_Were stata;jinthis avoeptarce. Tile djustment,ifany.tolheCortrartslulletrn isteafull andfiRalsatilankrtofany naallclaimsofthaCor.raz?wIIVer;3oriCorisuhart! L1=_signProfessional out oforr_fatejtoll changSselforth hereirk,inclu3irgclaims forimpact<rn3d_layeosrts. Accepted by: Date: {�rsriracto iVen3�.r�G�rsu"rartiDstar:F'rof�siora13rd9�lameofrirm,rfpzoj=otappJ�:sbSe; _ Approved by: Date: {0- ig r Praf=ss Tonal and (Jame of firm. if praj_:t appl;catde} Approved by: Date: (Prsrmremert Prof es a15nal 44 Construction Services Agreement: Revised 06152017 EXHIBIT F: 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: 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: 45 Construction Services Agreement: Revised 06152017 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 By: CONTRACTOR Type Name and Title OWNER accepts this Certificate of Substantial Completion on By: OWNER Type Name and Title 46 Construction Services Agreement: Revised 06152017 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: _ Contractor: The following items have been secured by the for the Project known as Date: , 20 and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5$ As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: `K? Consent of Surety received on Operating Department personnel notified Project is in operating phase. All Spare Parts or Special Tools provided to Owner: 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) 47 Construction Services Agreement: Revised 06152017 EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 48 Construction Services Agreement: Revised 06152017 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will 49 Construction Services Agreement: Revised 06152017 generally be limited to the hours of 7:00 a.m. to 5:30 p.m., Monday through Saturday. No Sundays allowed 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 six (6) copies of 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. 50 Construction Services Agreement: Revised 06152017 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 stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255,078 and as set forth in the Owner's procurement ordinance and policies. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not 51 Construction Services Agreement: Revised 06152017 accept any additional surcharges (credit card transaction fees) as a result of using the Countys credit card for transactions relating to this solicitation 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after Three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for 52 Construction Services Agreement: Revised 06152017 `° _ 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. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which 53 Construction Services Agreement: Revised 06152017 '" 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 record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of Aping, conduit and utility services. All buried and concealed items, both inside and outside the 54 Construction Services Agreement: Revised 06152017 Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Pubic Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its 55 Construction Services Agreement: Revised 06152017 Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's 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 Directive Change. In that event, the Contract Amount and Contract Time shall be 56 Construction Services Agreement: Revised o6152017 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. Contractor's and Sub -Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. 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. 57 Construction Services Agreement: Revised 06152017 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty. eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to I 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 parry 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 to the Agreement. 58 Construction Services Agreement: Revised 06152017 Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors /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 vendor's/bidder's proposal. 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. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the ENerify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non -responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. 59 Construction Services Agreement: Revised 06152017 For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www,dhs.gov/E.Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor 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 seg. 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. PERMITS INCLUDING BUT NOT LIMITED TO (COUNTY TO PAY FOR ALL PERMITTING FEES): COLLIER COUNTY BUILDING PERMIT so Construction Services Agreement: Revised Os152017 `' `` ', 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) Jays; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to 61 Construction Services Agreement: Revised 06152017 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. 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 ,r 62 Construction Services Agreement: Revised 06152017 seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment or 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 63 Construction Services Agreement: Revised 06152017 `' 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. 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. 64 Construction Services Agreement: Revised 06152017 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 or inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 65 ` Construction Services Agreement: Revised 06152017 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 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 N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 66 Construction Services Agreement: Revised 06152017 25.1 'Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walksI 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 67 Construction Services Agreement: Revised 06152017 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, 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 Owners 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; 68 Construction Services Agreement: Revised 06152017 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend 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 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 69 Construction Services Agreement: Revised 06152017 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 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. �o Construction Services Agreement: Revised 06152017 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 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 experienoe 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. 71 Construction Services Agreement: Revised 06152017 33.6.3 The subcontract or -purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 33.6.4 Each subcontract Cl"d 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 34.1.3 Shop Drawing Submittal/Approval Logs 34A 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 3441.10 Equipment Costs 34.1.11 Cost Proposal Request 3401012 Payment Request Records 3441013 Meeting Minutes 34.1.14 Cost -Estimates 34.1.15 Bulletin Quotations 3401016 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 3461018 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1621 Technical Standards 3461022 Design Handbooks 34.1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1425 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 3461.28 Transmittal Records 34.1429 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 3401.32 Suspense (Tickler) Files of Outstanding Requirements 72 Construction Services Agreement: Revised 06152017 The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPSCWcolliergov.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 vendor 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, 73 Construction Services Agreement: Revised 06152017 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: speccally 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. 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. 74 Construction Services Agreement: Revised 06152017 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Supporting documents found at: httpa 0%0%j liergov.net/bid/ and titled: 18-7240 - Exhibit I - 02 Federal Contract Provisions FINAL/18-7240 - /18-7240 Exhibit I - 04_Special Conditions 75 Construction Services Agreement: Revised 06152017 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PROVISIONS CSFA 55.004 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. The services performed by the awarded Contractor shall be in compliance with all applicable State of Florida Department of Transportation regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts ( e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider VOLUME 1 -BID DOCUMENTS FCP-1 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS FEDERAL CONTRACT PROVISIONS CIVIL RIGHTS -GENERAL (Reference: 49 USC § 47123) The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. VOLUME 1 -BID DOCUMENTS FCP-2 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS FEDERAL CONTRACT PROVISIONS CIVIL RIGHTS — TITLE VI ASSURANCES 1.1.1. Title VI Solicitation Notice (Source: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration) Title VI Solicitation Notice: The Collier County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national or in in consideration for an award. 1.1.2. Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appenda 4 of FAA Order 1400.11, Nondiscrimination in Federally - Assisted Programs at the Federal Aviation Administration) Compliance with Nondiscrimination.Requirements During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. VOLUME 1 -BID DOCUMENTS FCP-3 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to. a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 1.1.3. Title VI Clauses for Deeds Transferring United States Property (Source: Appendix B of Appends 4 of FAA Order 1400.11, Nondiscrimination in Federally - Assisted Programs at the Federal Aviation Administration) CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY The following clauses will be included in deeds effecting or recording the transfer of real property, structuresI or improvements thereon, or granting interest therein from the United States pursuant to the provisions of the Airport Improvement Program grant assurances. NOW, THEREFORE, the Federal Aviation Administration as authorized by law and upon the condition that the Marco Island Executive Airport will accept title to the lands and maintain the project constructed thereon in accordance with Federal Aviation Administration, for the AIP Program, and the policies and procedures prescribed by the Federal Aviation Administration of the U.S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of VOLUME 1 -BID DOCUMENTS FCP-4 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS the Secretary, Part 21, Non-discrimination in Federally -assisted programs of the U.S. Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. § 2000d to 2000d4), does hereby remise, release, quitclaim and convey unto the Marco Island Executive Airport all the right, title and interest of the U.S. Department of Transportation/Federal Aviation Administration in and to said lands described in and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto Marco Island Executive Airport and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the Marco Island Executive Airport, its successors and assigns. The Marco Island Executive Airport, in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]* (2) that the Marco Island Executive Airport will use the lands and interests in lands and interests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally -assisted programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended[, and (3) that in the event of breach of any of the above -mentioned non- discrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said land, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the Federal Aviation Administration and its assigns as such interest existed prior to this instruction].* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI.) 1.1.4. Title VI Clauses for Transfer of Real Property Acquired or Improved Under the Activity, Facility, or Program (Source: Appendix C of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally - Assisted Programs at the Federal Aviation Administration) CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the Marco Island Executive Airport pursuant to the provisions of the Airport Improvement Program grant assurances. A. The (grantee, lessee, permittee, etc, as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration VOLUME 1 -BID DOCUMENTS FCP-5 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS hereof, does hereby covenant and agree [in the case of deeds and leases add as a covenant running with the land'I that: 1. In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a Federal Aviation Administration activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Nondiscrimination Acts and Regulations listed in the Pertinent List of Nondiscrimination Authorities (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Nondiscrimination covenants, Marco Island Executive Airport will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.* C. With respect to a deed, in the event of breach of any of the above Nondiscrimination covenants, the Marco Island Executive Airport will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the Marco Island Executive Airport and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 1.1.5. Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility or Program (Source: Appendix D of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally - Assisted Programs at the Federal Aviation Administration) CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by Marco Island Executive Airport pursuant to the provisions of the Airport Improvement Program grant assurances. A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, "as a covenant running with the land") that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to VOLUME 1 -BID DOCUMENTS FCP-6 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the List of Pertinent Nondiscrimination Authorities. B. With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above nondiscrimination covenants, Marco Island Executive Airport will have the right to terminate the (license, permit, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.* C. With respect to deeds, in the event of breach of any of the above nondiscrimination covenants, Marco Island Executive Airport will there upon revert to and vest in and become the absolute property of Marco Island Executive Airport and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 1.1.6. Title VI List of Pertinent Nondiscrimination Authorities (Source: Appendix E of Appenda 4 of FAA Order 1400.11, Nondiscrimination in Federally - Assisted Programs at the Federal Aviation Administration) During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); VOLUME 1 -BID DOCUMENTS FCP-7 "' MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS • The Civil Rights Restoration Act of 1987, (PL. 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federakaid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and II I of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). VOLUME 1 -BID DOCUMENTS FCP-8 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS FEDERAL CONTRACT PROVISIONS FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC § 201, et seq.) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Federal Agency with Enforcement Requirement Responsibilities Federal Fair Labor Standards Act (29 USC U.S. Department of Labor — Wage and Hour 201) Division VOLUME 1 -BID DOCUMENTS FCP-9 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS FEDERAL CONTRACT PROVISIONS OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Federal Agency with Enforcement Requirement Responsibilities Occupational Safety and Health Act of 1970 U.S. Department of Labor — Occupational (20 CFR Part 1910) Safety and Health Administration VOLUME 1 -BID DOCUMENTS FCP-10 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS STATE CONTRACT PROVISIONS RESTRICTIONS, PROHIBITS, CONTROLS AND LABOR PROVISIONS a) 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, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287,017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b) In accordance with Section 287,134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. c) An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non -responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency. d) Neither the County nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the Agency or the locality during tenure or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest\ is immediately disclosed to the Agency, the Agency, with prior approval of the Department, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The County shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof_' VOLUME 1 -BID DOCUMENTS FCP-11 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS STATE CONTRACT PROVISIONS NOT OBLIGATION TO THIRD PARTIES The Florida Department of Transportation shall not be obligated or liable hereunder to any party other than the County. f1C�7=3=��1i<L�7 No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. RECORDS RETENTION AND ACCESS The contractor and all subcontractors shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, the Florida Department of Transportation (FDOT), or its designee's access to such records upon request. The contractor agrees to comply with 20.055(5) F.S. and incorporate in all its subcontractors the obligations to comply with 20.055(5) F.S to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. EMPLOYMENT ELIGIBILITY (USING E-VERIFY) Agency/VendorslContractors: a} Shall utilize the U.S. Department of Homeland Security's Verify system to verify the employment eligibility of all new employees it; by the Agency during the term of the Agreement; and b} Shall expressly require any contractors and subcontractors performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the contractor or subcontractor during the Agreement term. VOLUME 1 -BID DOCUMENTS FCP-12 MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL BUILDING AND ASSOCIATED IMPROVEMENTS STATE AND FEDERAL CONTRACT PROVISIONS THIS PAGE LEFT INTENTIONALLY BLANK VOLUME 1 -BID DOCUMENTS FCP-13 MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS SPECIAL CONDITIONS SECTION 1 MISCELLANEOUS 1. PROVISIONS REQUIRED BY LAW DEEMED INSERTED. Each and every provision of law and clause required by law to be inserted in the Contract Documents shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein. If, for any reason, any such provision is not inserted in the Contract, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 2. CORRELATION OF DOCUMENTS. A. Drawings and specifications are cooperative and supplementary. Portions of the Work which can be best be illustrated by the drawings may not be included in the specifications and portions best described by the specifications may not be depicted on the drawings. All items necessary or incidental to completely construct or erect the Work shall be furnished, whether called for in the specifications or shown on the drawings. Anything mentioned in the specifica- tions and not shown on the drawings, or anything shown or mentioned on the drawings and not mentioned in the specifications, shall be of like effect as if shown or mentioned in both. B. In case of disagreement between the drawings and specifications, or within either document itself, the better quality or greater quantity of Work shall be estimated and included in the bid and Contract Price and the matter drawn to the Engineer's attention for decision. 3. NOTICE AND SERVICE THEREOF. Where the manner of giving notice is not otherwise provided for in the Contract Documents, any notice to the Contractor from the Owner relative to any part of the Contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the Contractor at the address given in the Contractor's Proposal, or at the last business address known to him who gives the notice, or delivered in person to the Contractor or his authorized representative on the site. It is mutually agreed that such notice shall be sufficient and adequate. 4. SUBCONTRACTING. A. The Contractor may utilize the services of specialty or minority subcontractors on those parts of the Work which, under normal contracting practices, are performed by specialty or minority subcontractors. B. The Owner reserves the right to approve subcontractors for any Work. The Contractor, if requested by the Owner, shall submit to the Owner the proposed award and such information as the Owner may require concerning any subcontractor. C. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, or under their control, as he is for the acts and omissions of persons directly employed by him. D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the Work of subcontractors, and to give the Contractor the VOLUME 1 -BID DOCUMENTS SC - 1 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. E. Nothing contained in the Contract Documents shall create any contractual relationships between any subcontractor and the Owner. 5. PROTECTION OF PERSONS. A. The Contractor shall: (1) At all times protect the lives and health of his employees under the Contract; (2) Take all necessary precautions for the safety of all .persons on or in the vicinity of the project site. (3) Comply with all applicable provisions of Federal, State and Municipal safety laws and building codes. (4) Comply with all pertinent provisions of the Manual of Accident Prevention in Construction issued by the Associated General Contractors of America, Inc., latest edition, to prevent accidents or injury to persons on or about or adjacent to the premises where the work is being performed. He shall erect and properly maintain at all times, as required by the conditions and progress of the Work, all necessary safeguards for the protection of persons and shall post danger signs warning against the hazards created in part by features of construction such as protruding nails, rod hoists, well holes, falling materials, etc., and he shall designate a responsible member of his organization on the Work site whose duty shall be the prevention of accidents; (5) Provide for all safeguards for the protection of those having Right -of -Entry during field review and observation of the Work. B. The Contractor shall comply with all provisions of the "Williams -Steiger Occupational Safety and Health Act of 1970 including any amendments thereto and rules and regulations issued pursuant thereto, applicabl a to the Work and performance of the Contract. Where a State in which Work is performed has passed legislation bearing on Occupational Safety and Health, such legislation and amendments thereto, together with rules and regulations issued pursuant thereto shall be complied with by the Contractor. 6. AUTHORITY OF ENGINEER. A. The Engineer, through its duly authorized representatives, shall furnish engineering services during construction of the Work to the extent provided in the Contract Documents. He shall observe and review the Work in the process of construction or erection. Compliance with the Contract Documents shall be the Contractor's responsibility notwithstanding such observation or review. The Engineer has authority to recommend suspension of the Work to the Owner when it appears such suspension may be necessary to accomplish the proper implementation of the intent of the Contract Documents. The authority to observe, review or recommend suspension of the Work, or exercise such other authority as may be granted by the Contract Documents, shall not be construed or interpreted to mean supervision of construction, which is the Contractor's responsibility, nor make the Engineer responsible for providing a safe VOLUME 1 -BID DOCUMENTS SC - 2 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS place for the performance of Work by the Contractor or by the Contractor's employees, or those of suppliers or subcontractors, or for access, visits, use, work, travel, or occupancy by any other person. The Engineer shall also have the authority to reject any Work, materials, or equipment which do not conform to the Contract Documents and to decide technical questions which arise in the execution of the Work. B. The Engineer shall determine the amount, quality, acceptability, and fitness of the several kinds of Work, materials, equipment and supplies which are to be paid for under the Contract and shall decide questions which may arise in relation to said Work and its compliance with the Contract Documents, The Engineer's estimates and decisions shall be final and conclusive, except as otherwise expressly provided in case any question shall arise between the parties to the Contract relative to the Contract Documents, the determination or decision of the Engineer shall be a condition precedent to the right of the Contractor to receive any money or payment for Work under the Contract affected in any manner or to any extent by such question. C. The Engineer shall decide the meaning and intent of any portion of the Contract Documents where the same may be found obscure or be in dispute. 7. "GOOD REPAIR" PERIOD. A. The Contractor hereby agrees to keep all Work constructed under the Contract in Good Repair for a minimum period of one (1) year, unless a longer period is otherwise specified in the Contract Documents, from the date of acceptance of all of the Work by the Owner. No provision of the Contract documents shall be valid which limits the "Good Repair" period to less than one (1) year from the date of acceptance of all of the Work by the Owner. The Work may be phased. Each phase of Work completed shall be inspected and approved for use by the Owner but shall not be accepted until all Work for all phases is complete and a final inspection for all Work has been performed. B. It is intended that this provision shall apply whether or not bond is required, as a personal obligation of the Contractor. C. The obligations of the Contractor as herein provided shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. 8. VARIATION FROM ESTIMATED QUANTITIES, The Contractor may reasonably expect a variation in estimated quantities such that the total payment for the completed Work may range from 75 to 125 percent of the total amount of the Contract based on the estimated quantities defined in the proposal. The Contractor will not be allowed any claims for anticipated profits, for loss of profits, or for any damages because of a difference between the estimate of any item defined in the Proposal and the amount of the item actually required or for the elimination of any part of the Work. Funds for construction of the Work herein contemplated are limited. The Owner reserves the right to eliminate or reduce the items of the proposal or any of the Work as may be required to bring the cost of the Work within the limits of available funds. 9. WATER FOR CONSTRUCTION. Water used for construction of this project will be furnished by the Contractor. The Contractor shall make the necessary arrangements with the Owner of the source of water for securing and/or transporting such water. No separate payment will be VOLUME 1 -BID DOCUMENTS SC - 3 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS made for water used but the cost thereof shall be included in the various items of the proposal and bid schedule. 10. LIGHTS AND POWER. The Contractor shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work. 11. COORDINATION WITH OTHERS. In the event other contractors are doing work in the same area simultaneously with this project, the Contractor shall coordinate his proposed construction with that of the other contractors. The Contractor shall notify the Engineer of said coordination attempts and the results. 12. TESTING, INSPECTION, AND CONTROL. The Owner shall pay for all passing tests, the Contractor shall pay for all failing tests. Charges for failing tests will be deducted from the Contractor's earnings at the end of project at the time of final payment or on a periodic basis during construction as approved by the Owner. The Contractor will pay for tests, other than Acceptance testing, and shall be incidental to those items which require testing. The Contractor shall furnish, at his own expense, all necessary specimens for testing of the materials, as required by the Engineer. The Contractor shall be responsible for notifying the testing laboratory to pick up the test samples. Also, the Engineer reserves the right to test at any location on the project, and at any frequency he deems necessary before, during and after incorporation of all materials into the project to satisfy himself and ensure that all materials meet the specified requirements. All materials utilized in the project must meet specification requirements before, during and after incorporation into the project. Any additional testing that the Contractor deems necessary to ensure himself that the materials he is installing meet the required specifications and/or as a proof of the Owner authorized testing laboratory shall be solely the expense of the Contractor whether the tests pass or fail. 13. LINES AND GRADES. Section 50, Item 50-06 of the General Provisions and Technical Specification P-104, Project Survey and Stakeout includes all requirement for all lines, grades, aInd measurements necessary to the proper prosecution and control of the work contracted for under these specifications shall be provided by the Contractor and he shall be solely responsible for the accuracy of said lines, grades and measurements. 14. TRADE NAMES AND MATERIALS. No material which has been used by the Contractor foI any temporary purpose whatsoever is to be incorporated in the permanent Work without written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the Owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some other thing, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Not- withstanding that the words "or equal to" or other such expressions may be used in the plans aInd specifications in connection with the material, manufactured article or process, the material, manufactured article or process specifically designated shall be used, unless a substitute shall be approved in writing by the Engineer and the Engineer shall have the right to require the use of such specifically designated material, article or process. VOLUME 1 -BID DOCUMENTS SC - 4 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS 15. PROPERTY LINES AND MONUMENTS. The Contractor shall protect all property corner markers and any other monument, and when any such markers or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of the Contractor. 16. FENCES AND DRAINAGE CHANNELS. Boundary fences or other improvements removed to permit the installation of the Work shall be replaced in the same location and left in a condition as good or better than that in which they were found. Existing fences not to be removed and intersecting with new fencing (fencing outside airport property) shall be connected to the new fencing in a manner acceptable to the fence owner and the Owner and/or Engineer. No boundary or perimeter fencing shall be removed without new boundary or perimeter fencing installed in its place and the airport property protected by boundary or perimeter fencing. No gaps in new and existing fencing will be allowed at any time except when the Contractor is present at the fence location and is removing and/or installing new fence. At the end of each day the Contractor shall inspect and verify that all boundary or perimeter fencing is in a secure state with no gaps or access points for anyone. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed. 17, DISPOSAL OF WASTE AND SURPLUS EXCAVATION. All trees, stumps, slashings, brush or other debris to be removed from the site as a preliminary to the construction work shall be removed from the property and legally disposed of in a manner approved by the Engineer and at a site approved by the Owner. No burning on site will be permitted. All excavated earth in excess of that required for embankment and backfill shall be disposed of in a satisfactory manner as shown on the plans or as directed by the Engineer to a site approved by the Owner. 18. AIR POLLUTION, The Contractor shall comply with all Federal, State and local Requirements. 19, EXISTING UTILITIES AND SERVICE LINES, The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense, with the exception of those items included in the bid schedule. 20. RECORDS OF MATERIALS PURCHASED. By a certain time each month as defined and established at the preconstruction conference, the Contractor shall furnish to the Engineer, duplicate copies of all invoices for materials furnished to be incorporated into the work, plus a statement of all materials previously included on monthly estimates and incorporated into the Work during the preceding month. This information is to be used to determine the value of materials on hand to be included in the m onthly estimate for periodical payment. 21. CONTRACTOR ACCESS TO PROJECT SITE, The Contractor shall have a specific access route to the project site. This route is shown in the construction drawings. The Contractor shall use this route to bring all equipment and materials in. If the Contractor has a better route which would prevent damage to existing roads or provide safer access to the construction site, the VOLUME 1 -BID DOCUMENTS SC - 5 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS Contractor shall supply a drawing showing the recommended route to the Owner and Engineer for approval at the preconstruction conference. 22. NIGHTTIME WORK. In phases of work requiring daytime work, the Contractor shall not perform nighttime work unless given advance written approval by the Engineer and/or Owner. If the Engineer and/or Owner approves any contractor request for nighttime work, the Contractor shall coordinate closely with the Engineer and the Owner during any and all approved nighttime work. This includes any nighttime hauling of materials to the project site. If the Contractor wishes to perform nighttime work or haul materials at night, the Contractor shall reimburse the Owner for any nighttime inspection costs incurred by the Owner to adequately and properly inspect said nighttime work or hauling of materials. In phases of work requiring night time work, the Contractor shall perform said night time work within the time frame allotted by the Owner and as provided for in the Contract Documents. The Contractor shall coordinate with the Owner and Engineer each day before night time operations commence to ensure all special instructions, time limitations, directives, etc, are adhered to each night of night time operations. The Contractor shall not enter areas requiring night time construction operations until cleared to do so, each night, by the Owner. Any violation of this provision shall result in a $1,000.00 fine for each occurrence. 23, DUST CONTROL. The Contractor shall maintain strict dust control during the project duration. There are operational areas, aircraft parked on the airport, commercial facilities which perform maintenance and repair work to aircraft as well as active recreational facilities that involve hundreds of children and adults. Therefore, it is imperative that strict dust control be maintained so that damage or nuisance to the areas and facilities described above or airport operational areas is prevented. This dust control shall also include the dust which may occur during any construction procedure. If dust control is not maintained to the satisfaction of the Owner, the Contractor shall receive one warning. If further violations of the dust control occur, the Contractor shall be fined $1,000.00 for each individual infraction. 24. TRIP TICKETS, INVOICES, WEIGH BILLS, ETC. The Contractor shall be responsible for supplying any and all trip tickets, invoices, weigh bills, etc. which show the quantities actually used in the construction of the project. All said trip tickets, invoices, weigh bills, etc. shall relate directly to specific bid items. If the Contractor fails to submit said trip tickets, invoices, weigh bills, etc. to the Engineer or his authorized representative prior to or during the time of installation of materials into the project, any material overruns claimed by the Contractor at the and of the project shall not be accepted. 25. FINAL IN -PLACE EXCAVATION &EMBANKMENT SECTIONS. At the completion of the projectI the Contractor shall submit final in -place earthwork cross sections for the entire project site affected by earthwork operations with the detailed calculations as to as -built excavation and/or embankment. The earthwork cross sections shall submitted to the Engineer electronically in AutoCad 2010 or higher format. The Engineer shall utilize the AutoCad drawings of the cross sections to verify the final in -place quantities. No other platform for submittal shall be allowed. The Contractor shall be paid based upon the volume between the original ground line and the as -built ground line. The Contractor shall be paid based on the type of operations for which.a bid price was provided. 26. CONFORMANCE TO ALL LAWS AND REGULATIONS. It is expressly understood that the Contractor agrees to conform to all Federal, State, or local laws and regulations, as well as all Collier County Codes and Ordinances, all of which may apply to the services to be performed VOLUME 1 -BID DOCUMENTS SC - 6 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS and that the County is to be held free and harmless from any act or failures by the Contractor to do so. 27. LICENSES, PERMITS AND OTHER CERTIFICATES. The Contractor shall obtain and maintain in force at all times, and ensure that all subcontractors obtain and maintain in force at all times, all licenses, permits and other certificates required by Federal, State, County, or Municipal authorities for operations under the terms of this Contract, and shall provide the County with copies of all required licenses, permits, and other certificates prior to commencing work. 28. CONFORMANCE TO ALL SECURITY RELATED REQUIREMENTS. The Contractor agrees to observe all security requirements of Transportation Security Administration 49 CFR 1542 (formerly Federal Aviation Regulations Part 107), and the Airport Security Program, as may be applicable, and as the same may, from time to time, be amended, and to take such steps as may be necessary or directed by the County to ensure that employees, invitees, agents and guests observe these requirements. Each employee working on the airside of the Airport is required to purchase a badge at $6.50 each and shall be required to have a background check. 29. PAYMENT OF FINES OR PENALTIES IMPOSED BY AUTHORITIES HAVING JURISDICTION. If the County incurs any fines and/or penalties imposed by Federal, State, County, or Municipal authorities, either during the term of this Contract or anytime thereafter, as a result of the acts or omissions of Contractor, its employees, invitees, agents guests, or subcontractors, then Contractor shall be responsible to pay or reimburse the County for all such costs and expenses. END OF SPECIAL CONDITIONS -SECTION 1 VOLUME 1 -BID DOCUMENTS SC - 7 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT SPECIAL CONDITIONS NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SECTION 1 MISCELLANEOUS THIS PAGE LEFT INTENTIONALLY BLANK VOLUME 1 -BID DOCUMENTS SC - 8 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 2 RESPONSIBILITIES MARCO ISLAND EXECUTIVE AIRPORT AND LIMITATIONS OF AUTHORITY OF THE NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS RESIDENT PROJECT REPRESENTATIVE SPECIAL CONDITIONS SECTION 2 LISTING OF DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE The Owner and/or Engineer shall furnish a Resident Project Representative (RPR), assistants and other field staff to assist the Engineer in observing performance of the Work of the Contractor. Through more extensive on -site observations of the Work in progress and field checks of materials and equipment by the RPR and assistants, the Engineer shall endeavor to provide further protection for the Owner against defects and deficiencies in the Work; but, the furnishing of such services will not make the Engineer responsible for or give the Engineer control over construction means, methods, techniques, sequences or procedures or for safety precautions or programs, or responsibility for the Contractor's failure to perform the Work in accordance with the Contract Documents. The duties and responsibilities of the RPR are limited to those of the Engineer in the Engineer's agreement with the Owner and in the construction Contract Documents, and are further limited and described as follows: A. General 1. The RPR is the Engineer's agent at the site and will act as directed by and under the supervision of the Engineer, and will confer with the Engineer regarding the RPR's actions. The RPR's dealings in matters pertaining to the on -site Work shall in general be with the Engineer and the Contractor keeping the Owner advised as necessary. The RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of the Contractor. The RPR shall generally communicate with the Owner with the knowledge of and under the direction of the Engineer. B. Duties and Responsibilities of the RPR 1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by the Contractor and consult with the Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with the Contractor and Owner, such as preconstruction conferences, weekly progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as the Engineer's liaison with the Contractor, working principally through the Contractor's superintendent and assist in understanding the intent of the Contract Documents; and assist the Engineer in serving as the Owner's liaison with the Contractor when the Contractor's operations affect the Owner's on -site operations. b. Assist in obtaining from the Owner additional details or information, when required for proper execution of the Work. VOLUME 1 - BID DOCUMENTS SC-9 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 2 RESPONSIBILITIES MARCO ISLAND EXECUTIVE AIRPORT AND LIMITATIONS OF AUTHORITY OF THE NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS RESIDENT PROJECT REPRESENTATIVE 4. Shop Drawings and Samples: a. Record date of receipt of Shop Drawings and samples. D. Receive samples which are furnished at the site by the Contractor, and notify the Engineer of availability of samples for examination. c. Advise the Engineer and the Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. 5. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on -site observations of the Work in progress to assist the Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report to the Engineer whenever the RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise the Engineer of Work that the RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that the Contractor maintains adequate records thereof; and observe, record and report to the Engineer appropriate details relative to the test procedures and startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of those inspections and report to the Engineer. 6. Interpretation of Contract Documents: Report to the Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to the Contractor clarifications and interpretations as issued by the Engineer. 7. Modifications: Consider and evaluate the Contractor's suggestions for modifications in drawings or specifications and report the suggestions along with the RPR's recommendations to the Engineer. Transmit to the Contractor decisions as issued by the Engineer. 8. Records: a. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and samples, reproductions of original Contract Documents including all Work directive changes, addenda, change orders, field orders, additional drawings issued subsequent to the execution of the Contract, the Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related b. Keep a diary or log book, recording the Contractor hours on the job site, weather conditions, data relative to questions of Work field orders, change orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific VOLUME 1 -BID DOCUMENTS SC - 10 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 2 RESPONSIBILITIES MARCO ISLAND EXECUTIVE AIRPORT AND LIMITATIONS OF AUTHORITY OF THE NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS RESIDENT PROJECT REPRESENTATIVE observations in more detail as in the case of observing test procedures; and send copies to the Engineer. c. Record names, addresses and telephone numbers of all the contractors, subcontractors and major suppliers of materials and equipment. 9. Reports: Cam Furnish the Engineer daily progress reports of progress of the Work and of the Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. b. Consult with the Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. c. Draft proposed change orders and field orders, obtaining backup material from the Contractor and recommend to the Engineer change orders and field orders. d. Report immediately to the Engineer and the Owner the occurrence of any accident. 10. Payment Requests: Review applications for payment with the Contractor for compliance with the established procedure for their submission and forward with recommendations to the Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by the Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to the Engineer for review and forwarding to the Owner prior to final payment for the Work. 12. Completion: a. Before the Engineer issues a Certificate of Substantial Completion, submit to the Contractor a punch list of observed items requiring completion or correction. b. Conduct final inspection in the company of the Engineer, the Owner and the Contractor and prepare a final punch list of items to be completed or corrected. c. Observe that all items on the final punch list have been completed or corrected and make recommendations to the Engineer concerning acceptance. C. Limitations of Authority of the Resident Project Representative (RPR): 1. He shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by the Engineer. 2. He shall not exceed limitations of the Engineer's authority as set forth in the Contract Documents. VOLUME 1 -BID DOCUMENTS SC - 11 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 2 RESPONSIBILITIES MARCO ISLAND EXECUTIVE AIRPORT AND LIMITATIONS OF AUTHORITY OF THE NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS RESIDENT PROJECT REPRESENTATIVE 3. He shall not undertake any of the responsibilities of the Contractor, subcontractors or the Contractor's superintendent. 4. He shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. He shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. He shall not accept Shop Drawing or sample submittals from anyone other than the General Contractor. 7. He shall not authorize the Owner to occupy the Project in whole or in part. 8. He shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the Engineer. END OF SPECIAL CONDITIONS -SECTION 2 VOLUME 1 -BID DOCUMENTS SC - 12 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING, CONSTRUCTION AERIALS, AND DOCUMENTATION 1.1 SUMMARY This Section includes administrative and procedural requirements for the following: 1. Time-lapse sequence construction photographs. 2. Web -based construction photographic documentation. 3. Monthly Construction Aerials This Section includes an integrated, professional -grade, high -definition digital webcam system designed specifically for the construction industry as a turnkey package including cameras and related hardware, mounting equipment, software, data transmission wiring, website hosting, image hosting and storage, and online interface for the system and technical support. This Section also includes monthly aerial photographs of the project site on a monthly basis. 1.2 DEFINITIONS A. System Vendor: Provider of camera system hardware and software and host maintaining off -site server, data storage devices, and troubleshooting software and equipment. Contractor shall maintain an active contract for system service for duration of Contract Time unless other term is agreed upon in writing by the Owner. Cost for system service shall be included in the Contract Sum. B. System Service: Host services provided by system vendor including image acquisition, transfer, backup, periodic upgrades to the system, viewing access via a maintained interface on the Internet, and on-line storage of images for duration of the service contract. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: Web -based photographic documentation service provider B. Key Plan: Submit key plan of Project site with notation of vantage points marked for location and direction of each fixed camera location. Include same information as corresponding photographic documentation. Provide site wiring diagrams for power, signal, and control wiring and grounding source. C. Web -Based Photographic Documentation: Submit time-lapse sequence video recordings simultaneously with recording, and complete sequence at end of Project. 1. Submit time-lapse sequence video recordings by posting to Web -based photographic documentation service provider's Web site and monthly on digital video disc. Provide all recordings compiled on DVD format or other approved media at Project closeout. 2. Time -Lapse Movie: Compile select digital images into a time-lapse movie - like sequence of the construction period. Optimize images included and run - VOLUME 1 - BID DOCUMENTS SC - 13 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION time length to suit the Authority's requirements. Time -lapses shall be professionally edited by a video editor using image stabilization software. The movie shall start with a graphic, incorporating project title, date and logo. Periods of bad weather or inactivity shall be removed to produce a compelling and consistent movie. A machine edited movie will not be acceptable. 3. Identification; For each recording, provide the following information. a) Name of Project. b) Name and contact information for photographer. c) SDCRAA and Authorized Representative d) Name of Contractor. e) Date(s) and time(s) video recording was recorded. f) Description of vantage point, indicating location, direction (by compass point), and elevation. g) Weather conditions at time of recording. D. Maintenance Data: For web -based camera equipment. E. Monthly Construction Aerials: The Contractor shall submit monthly aerial photographs of the project site beginning with the start of construction and ending with final completion of the project. The photographs shall include three (3) views of the site. The Contractor shall submit one (1) copy of each view on an 8.5"x11" color print and a CD-ROM with 300dpi resolution images of the photographs. 1.4 QUALITY ASSURANCE A. Web -Based Photographic Documentation Service Provider: A firm specializing in providing photographic equipment, Web -based and trouble -shooting software, and related services for construction projects, with record of providing satisfactory services similar to those required for Project for not less than three years. Contractor shall maintain an active contract for system service for duration of Contract Time; cost shall be included in the Contract. 1.5 COORDINATION A. Auxiliary Services: Provide auxiliary services requested, including access to Project site and use of temporary facilities, including temporary lighting required to produce clear, well -lit photographs and videos. 1.6 USAGE RIGHTS A. Obtain and transfer exclusive copyright usage rights from Web -Based Photographic Document Service Provider to the Authority for unlimited reproduction of photographic documentation. B. Contractor shall understand that photographs and archives generated by the camera system become the exclusive property of the Authority and cannot be used or disclosed to any other entity or person for any purpose without the express written consent of the Authority. VOLUME 1 -BID DOCUMENTS SC - 14 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION 1aU MAINTENANCE A. Maintenance Service: Provide service and maintenance of camera systems as recommended by System Vendor for entire construction period. 1. Examine monthly: clean and adjust equipment. 2. Provide remote emergency repair service by System Vendor seven days a week to ensure uninterrupted camera service. Provide personnel on -site to assist System Vendor as needed during working hours. Provide replacement parts and components due to system failure, damage, or theft within two business days. 3. Maintenance service shall not be assigned or transferred to another agent or subcontractor without prior written consent of Owner. 4. Require System Vendor to pro -actively monitor the system by means of service and maintenance contract. If no connection is made within a span of time not to exceed 24 hours during regular business days, require system vendor to notify Contractor and commence troubleshooting. a) Provide necessary staff during troubleshooting to verify power availability, to remove and replace system, and to verify functioning phone lines or internet access for dialup and Ethernet -based systems. PART 2 —PRODUCTS 2.1 WEB -BASED PHOTOGRAPHIC DOCUMENTATION A. Project Cameras: Provide fixed exterior camera installation, mounted to provide unobstructed view of construction site from locations approved by the Representative. The cameras shall be robotic high definition megapixel webcams for users to remotely view the project on a secure connection via a network connection. The cameras will provide a full view of the work area on the construction site. 1. Provide fixed -location and mobile trailer mounted cameras, with the following characteristics: a) Manufacturers: i. OxBlue PTZ Construction Cameras and Solar Powered Trailer by OxBlue, Inc., www.oxblue.com. ii. ConstructionCam HD and Mobile TrailerCam by Earthcam, Inc., www.EarthCam.net. iii. HD Cameras and Trailer System by Construction CAM, www.constructioncam.com. IV* Or equal. b) Consist of a thermostatically controlled environmentally sealed enclosure c) User controlled window wiper d) Precise, Pan/Tilt robotic base designed to provide consistent imaging in all environments e) Capable of maintaining multiple preset compositions VOLUME 1 — BID DOCUMENTS SC — 15 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION f) Live video stream in H.264 format g) 1080p broadcast quality video clip capability h) H.264, MPEG-4 Part 10/AVC, Motion JPEG video compression i) 50/60fps in all resolutions j) 2.1 Megapixel images (1920 x 1080 pixels) k) Up to 150 Megapixels auto -generated 3600 panoramas I) Lens: 3.8 — 38mm, f/1.8 — 3.4, 10X Optical, 12X Digital, HD image sensor m) 67.8° angle of view n) Auto Features: Focus and Day/Night o) Communications: RJ-45 10BASE-T/100BASE-TX PoE p) 4G cellular modem q) 16GB On -Board Data Back -Up to provide a minimum of thirty days of on -board image retention r) Solar powered and wireless s) Trailer mounted locking manual/motorized up to 42 foot telescoping mast with spiral conduit for cable deployment B. Quantity of Cameras: Three fixed and one trailer mounted; located as directed by Representative. 2.2 INTERFACE AND ONLINE ACCESS A. Remote Access: Contractor's system vendor shall provide an online interface system to allow viewing of all high -definition digital still images captured and stored during construction, from any location with internet access and with password protection. 1. Maintain images on the system vendor's website for reference available at all times during construction Cl"d for not less than 60 days after Final Acceptance. B. Online Interface: The camera will be accessible via an Internet based Software as a Service (Baas) solution. This online interface will be managed and supported by the System Vendor. The service will be available for the term of the project and allow the viewing of live video and High Definition digital still images captured and stored of the project on both mobile and desktop platforms. The Internet Based Online Interface shall include the following features: 1. The online interface system shall be accessible by an unlimited number of human users. 2. System shall display Project name and Project logo. 3. Navigation: Provide calendar -based navigation system for selecting specific images. 4. Zoom: Provide zoom capability for zooming into high -definition images. 5. User Screen Viewing Options: a) Dynamic Calendar: Provide screen showing calendar in which each day displays an image for that day. b) Project Dashboard: Provide screen allowing user to view multiple sites VOLUME 1 - BID DOCUMENTS SC - 16 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION at one time. c) Quad View: Provide screen showing four windows, allowing user to view last four days, weeks, or months on one screen. d) Split Screen: Provide screen showing two discrete images side by side, from same camera or from two different cameras. e) Overlay Mode: Provide screen showing two discrete images overlaid, allowing user to determine differences between the two. f) Full -Screen: Provide screen maximizing view of images on user's monitor. 6. E-mail: Provide capability to e-mail photos with comments from within the system. 7. Slideshow: Provide capability to browse through images, moving forward and backward in time by individual image and by day. 8. Responsive HTML5 design for cross -platform access on desktop and mobile devices 9. Real-time live video viewing 10. User -controllable Robotic Pan, Tilt and Zoom 11. User -controllable settings for creating and editing multiple preset compositions 12. Automatically generated daily panoramas 13. Monthly and on demand ultra HD panoramas 14. Onscreen control button for wiper control to allow for remote cleaning of the viewing window 15. Picture in picture capability for viewing live video and High Definition Megapixel images simultaneously 16. Digital Pan, Tilt and Zoom capability within a High Definition image 17. Instant live snapshot capability in addition to preset scheduled archives 18. Timeline navigation system for selecting specific images and times 19. Multifunction Image Browsing 20. Time-lapse feature with optional time date overlay for instant time-lapse viewing, downloading and embedding 21. Full Screen Mode for displaying video and complete image without any graphical frame 22. Photo Filters and Graphical Markup Tools for detailing and creating notes with graphical overlays on images, including project title, logo and time date stamp 23. Image Comparison Tool for comparing two images taken at different times, overlaid on top of each other 24. Share Image Tool for saving, printing, emailing and posting to Hall of Fame 25, Marketing Section for posting and sharing camera images with notes 26. Social Media Integration Tools for sharing project images and notes on Facebook and Twitter 27. Automatically generated daily/weekly project progress update email with camera image and weather 28. Graphical Weather applet displaying local weather data with satellite and updating radar imaging 29. Integration of maps, aerial and satellite imagery 30. Graphical Data Management Tools showing archived and current system status of solar amperage, battery power remaining, wireless radic connectivity, and device location VOLUME 1 -BID DOCUMENTS SC - 17 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION PART 3 —EXECUTION 3a I WEB -BASED CONSTRUCTION PHOTOGRAPHIC DOCUMENTATION A. General: 1. Install camera system in accordance with manufacturer's printed instructions, State and Municipality codes and requirements, and approved submittals. 2. Install units plumb and at proper angle to provide maximum field of view of on -site operations. 3. Securely and rigidly anchor products in place. 4. The Contractor shall secure a nearby structure for camera mounting or provide a fixed pole (40 foot / 12 meters height recommended) and 3 inch / 8 centimeters minimum diameter as per System Vendor's instruction. The Contractor shall supply all equipment required for safe and secure access to the camera location for technicians performing installation and maintenance services, including building access, bucket truck and/or lift. The System Vendor will consult on and provide recommendations for optimal camera placement and provide professional installation services as required. B. Position camera so that field of view of approximately 72 degrees covers intended area of site. 1. Install camera at elevation that will provide uncompromised visual coverage. 2. Install camera so that position of sun or manmade light sources will not come into direct contact with field of view of camera at any time during construction. C. Pre -installation Testing: Test camera on site at ground level prior to mounting unit in its intended elevated poson. 1. Contact system vendor not less than 24 hours in advance of installation for testing. 2. Connect unit. 3. After 30 minutes contact system vendor and require system vendor to remotely confirm camera is operating properly. 4. Install cameras in locations approved by the Representative. D. Clean installed items using methods and materials recommended in writing by manufacturer. E. Check and adjust each camera to ensure proper operation and function. F. Access to account protected by Account Security feature which includes four levels of password protection, IP address block/permission and SSL protection of user login password. G. Live Streaming Construction Site Images: Provide web -accessible image of current site from fixed -location cameras to show status of construction and progress. VOLUME 1 -BID DOCUMENTS SC - 18 SPECIAL CONDITION ITEM SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING MARCO ISLAND EXECUTIVE AIRPORT CONSTRUCTION AERIALS, NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS AND DOCUMENTATION 1. Frequency: Record one frame of video recording every 5 minutes, from same vantage point each time, to create a time-lapse sequence of construction activities. 2. Timer: Provide timer to automatically start and stop video recorder so recording occurs only during construction work hours. a) Maintenance: The Contractor shall provide all service and maintenance, including cleaning, of the camera system throughout the life of the project including making appropriate arrangements for camera to remain in operation up to and through finalization of all work and "completed state condition necessary for beginning -to -end time-lapse record. The system shall have M2M — Machine to Machine 24/7 Support with active self -healing technology and automatic software upgrades to maintain the quality, consistency and reliability of all images. H. The System Vendor shall provide time-lapse movies) at the end of the project. Time -lapses shall be professionally edited by a video editor using image stabilization software. The movie will start with a graphic, incorporating project title, date and logo. Periods of bad weather or inactivity shall be removed to produce a compelling and consistent movie. A machine edited movie will not be acceptable. I. Termination and Removal: Remove camera system upon Substantial completion. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Camera system including associated appurtenances and mounting equipment are property of Owner. 2. Deliver to Owner using original packaging. END OF SPECIAL CONDITIONS -SECTION 3 VOLUME 1 -BID DOCUMENTS SC - 19 SPECIAL CONDITION ITEM MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS SPECIAL CONDITIONS SECTION 3 VIDEO MONITORING CONSTRUCTION AERIALS, AND DOCUMENTATION THIS PAGE LEFT INTENTIONALLY BLANK VOLUME 1 -BID DOCUMENTS SC - 20 SPECIAL CONDITION ITEM EXHIBIT J1 TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ and titled: 18-7240 -Volume 2 -Technical Specifications / 18-7240 -Volume 3A Technical Specifications / 184240 -Volume 3B Tachnical Specifications �s Construction Services Agreement: Revised 06152017 EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.netlbid/ and titled: n/a Construction Services Agreement: Revised 06152017 EXHIBIT L: STANDARD DETAILS Supporting documents found at: http:.colliergov.net/bid/ and titled: n/a �a Construction Services Agreement: Revised 06152017 EXHIBIT M: PLANS AND SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ and titled: 18-7240 -Volume 1 Construction Drawings / 18-7240 -Volume 2 Construction Drawings / 18=7240 - Volume 3 Construction Drawings 7s Construction Services Agreement: Revised 06152017 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Kurt King Charles Wilson Personnel Category Construction Superintendent Project Manager so Construction Services Agreement: Revised 06152017 ® DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 01/23/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer riahts to the certificate holder in lieu of such endorsement(s). PRODUCER NAME:�� Anthony Entenza JDA Insurance Group PHICION o E t • (561) 296-0373 Fa/C No): (561) 828-0997 120 N Federal Hwy,, Suite #301 E-MAIL danielle@the da rou ADDRESS: 9 p•com INSURERS AFFORDING COVERAGE NAIC # Lake Worth FL 33460 INSURERA: Zurich American Insurance Company 16535 INSURED INSURER B : American Guarantee & Liability Insurance Company 26247 West Construction Inc. INSURER C : American Guarantee & Liability Insurance Company 26247 820 N, 4th Street INSURER D : American Guarantee & Liability Insurance Company 26247 INSURER E : Zurich American Insurance Company 16535 Lantana FL 33462 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR OF INSURANCE ADDLITYPE INSD SUER POLICY NUMBER EFF MMIDDIYYYY MMIDPOLICY D EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000.00 CLAIMS -MADE � OCCUR DAMAGE TO PREMISES (Ea occu RENTED nce) $ 500,000.00 X MED EXP (Any one person) $ 10,000.00 Contractual Liability A Y Y GL0039847301 01/01/2018 01/01/2019 PERSONAL & ADV INJURY $ 1,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000.00 POLICY F JPROECT ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000.00 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 11000,000.00 X BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS Y Y BAP039847401 01/01/2018 01/01/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PIP $ 10,000,00 X UMBRELLA LIAB X I OCCUR EACH OCCURRENCE $ 12,000,000.00 C EXCESS LIAB CLAIMS -MADE Y Y AUC039847601 01/01/2018 01/01/2019 AGGREGATE $ 12,000,000.00 DED I I RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA Y WC039847501 01/01/2018 01/01/2019 X STATUTE OERH ... E.L, EACH ACCIDENT .._..._-.._._..,......,._- $ 1,000,000.00 E.L. DISEASE - EA EMPLOYE $ 1,000,000.00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000.00 Property (Rental/Leased Limit: $200,000,00 E Equipment) CPP039849401 01/01/2018 01/01/2019 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: ITB Marco Island Executive Airport New Terminal & Associated Improvements COUNTY BID NO,18-7240, The Certificate Holder is named as additional insured including products and completed operations for general liability per form UGL1175FCW, automobile liability, and umbrella liability when required by written contract. General Liability and Auto Liability are primary and non contributory when required by written contract. Waiver of subrogation applies to general liability, automobile liability, umbrella liability, and workers' compensation when required by written contract. Umbrella extends over general liability, auto liability and employer's liability. Should any of the above described policies be cancelled, notice will be delivered in SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3299 Tamiami Trail East, Suite 303 AUTHORIZED REPRESENTATIVE Naples FL 34112-5746 1—I tt��a� � G2�-��� ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: AGENCY JDA Insurance POLICY NUMBER CARRIER ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE NAIC CODE I.IaU4r�7@69117 West Construction Inc. EFFECTIVE DATE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance cancelled, notice will be delivered in accordance with the policy provisions. AI:UKU 9 U9 (LUUS/U9) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 01l31 /2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: `� Anthony Entenza JDA Insurance Group PHON o E , (561) 296-0373 FAA/c No): (561) 828-0997 120 N Federal Hwy., Suite #301 E-MAIL ADDRESS: danielle @thejdagroup.com INSURERS AFFORDING COVERAGE NAIC # Lake Worth FL 33460 INSURERA: UNDERWRITERS AT LLOYD'S OF LONDON INSURED INSURER B West Construction Inc. INSURER C : 820 N 4th St INSURER D : INSURER E : Lantana FL 33462 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ILTR OF INSURANCE ADDLSUBRTYPE INSD WVD POLICY NUMBER MM/DDPOLIC�YY MM/DDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGETO S(RENTED PREMISES Ea occurrence) $ MED EXP (Any one person) „ $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: PRO - POLICY JECT LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY I COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ H BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Cyber Liability / Privacy Breach Pending/TBA 01/31/2018 01/31/2019 Per Claim Aggregate """SEE BELOWW" I X01000 IX0,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Re: ITB Marco Island Executive Airport New Terminal & Associated Improvements COUNTY BID NO,18-7240. $1,000,000 Multimedia Liability Limit Per Claim and in the Aggregate $1,000,000 Network Security and Privacy Limit Per Claim and in the Aggregate $1,000,000 Breach Event Costs Limit $1,000,000 Breach Event Costs Aggregate Limit Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3299 Tamiami Trail East, Suite 303 AUTHORIZED REPRESENTATIVE Naples FL 34112-5746 �l�`�a� � �2���� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SchneebergerSara Digitally signed by SchneebergerSara Date: 2019.11.25 15:16:34 -05'00' Change Proposal Request (CPR) Project Information Project# Title Address City, State, Zip Country 18-1305 MARCO ISLANDAIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Flo rida Prime Contract Company Contact StephenAks Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana , FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 012REVISED 02-0ct-2019 NEW 8" MASTER METERASSEMBL Y Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlami Trail East Naples, FL 34112 Pursuant to Fleet's Response to RFI #78 along with Sl-06 R1 dated 5114/19 , a new assembly In lieu of the originally specified relocated assembfY is required . Attached please find the suppfiers new cost Impacts associated with these changes . Labor remains lnduded Net Amount of this Proposed Change: The Contract time due to th is Change Proposal Request Is to be detenn lned at a later date . This document , when fully executed as accepted , shall constitute authorizatlon to proceed with the work described here in. Response : D AcceptO Do Not Accept $55,852.93 $;23,1+<...~l Submitted By ~CooOrudi<>n. loo COLLIER COUNTY BOARD OF CNTY COMMISSIONERS \ '~ ompany Company By Date By Com an Financial and Schedule Im act Details ·-. Part of Initial Bid Documents ** PM & APM time rights reserved ; Owner response from County Pending . Approved Amount Contractor's Mark-Up (10%) FL Sales Tax (7%) Shipping & Handling TOT AL APPROVED: $19 ,500 .00 1,950.00 1,365.00 361 .21 $23 , 176.21 Date S1.1btetal -$aa,8a2.ea Te~· $0.00 "fetal • $35 ,052 .93 Page 1 of1 Sunstate Meter & Suor>IY. Inc. Phone: (3.52) '.332-7106 · Fax: (352) .332-5604 Quote #: 63734 Date: 04/30/2019 Customer:202367 Biii To: """*PROPOSAL*u Salesman:Jeff/Jay Ship To: Page: 1 WEST CONSTRUCTION,INC. 820 NORTH 4TH STREET LANTANA, FLORIDA 33462 USA \);~eC\ 6?Lf{.;hQ5e.- WEST CONSTRUCTION,INC. 2005 MAINSAIL DRIVE NAPLES, FLORIDA 34114 USA Expiration I Order Date I Cust PO # I Shipping Instructions Invoice I 0412912019 I ADD FREIGHT Quantity UM Part#/Descrlptlon Price Amount 1 EA Terms: Net 30 Days Remit Payment to: Sunstate Meter & Supply, Inc. 14001 W. Newberry Road Newberry, FL 32669-2710 Quoted by:. _____ _ EP7E1RWG3 $19,500.00 8X2 HPPlll SS R9001 V4 PIT GAL PROTECTUS FIRELINE METER S/N DROP SHIP FROM NEPTUNE JOB: MARCO ISLAND EXECUTIVE AIRPORT 3-4 WEEK DELIVERY ARO NEPTUNE WILL ·ee CLOSED THE WEEK OF 714 FOR MAINTENANCE WHICH DELAYS LEAD TIMES IN THAT DATE RANGE . This is the only valid claim on I the whole CPR. Subtotal Tax ( Florida 7%) Ship & Handling Less Deposit Amount Due $19,500.00 $19,500.00 $1,365.00 $361.21 $0.00 $21,226.21 ~ FERGUSONGD WATERWORKS 21:25:59 OCT 01 2019 Bid No: 8409235 BldD ate: 07/09/19 Quoted By: MB FEL·POMPANO BEACH WW#125 1950 NW 18TH STREET POMPANO BEACH, FL 33069·1394 Phone: 954-973-8100 Fax: 954-917-3134 Deliver To: s=rom: Matt Brlggle Comments: FEL-POMPANO BEACH, FL WN#125 Price Quotation Phone: 954-973 -8100 Fax: 954-917-3134 Cust Phone: 561-588-2027 Terms: NET 10TH PROX Customer: WEST CONSTRUCTION INC Ship To: WEST CONSTRUCTION INC WESTCORPORATEHEADQUART WEST CORPORATE HEADQUART 820 N4TH ST 820 N 4TH ST LANTANA, FL 33462 LANTANA, F L 33462 Cust PO#: 1)\~\ ~c}A-5e.-Job Name: Item Oescrlntlon Quantity Net Price UM Total r FNWNBGS61RF8X 8 316 SS 150# RR FF 1/8 FLG PKG 12 56.000 EA 672 .00 FNWNBGS61 RF8U 6316SS150# RR FF 1/8 FLG SET 10 49.000 EA 490.00 OFF OF TAKE OFF ••5• BYPASS .. FTXU 8X6 DI 125# C110 FLG TEE 1 325.000 EA 325 .00 FTXU axe DI 125# C110 FLG TEE 1 450 .000 EA 450 .00 AFC2506FFOLHW 6 FLG RW OL GATE VLV W/ H/WHL ZN 2 562.500 EA 1125 .00 F9U 6DI125# C110 FLG 90 BEND 2 138.500 EA 277.00 W3750SYU LF 6RPZ BFPW/OS&Y GATEVLV 1 2692.100 EA 2692.10 FFPUK 6X2'0 FLGXFLG CL BT DI SPL 2 225.000 EA 450.00 FFPUX 6X8'0 FLGXFLG CL BT DI SPL 2 543 .000 EA 1086.00 FFPXM 8X3'0 FLGXFLG CL BT DI SPL 1 375.000 EA 375.00 AFC2508FFOLHW 8 FLG RWOL GATE VLVW/ H/WHLZN 1 662 .500 EA 662 .50 IBRLF9K LF 2 BRS 90 ELL 2 18.000 EA 36 .00 GBRNG18 LF 1X18 BRS NIP GBL 2 26.000 EA 52.00 GBRNGU LF 1X6 BRS NIP GBL 1 9.500 EA 9.50 FB11444WNL LF 1 FIP X FIP BALL CURB ST LW 1 76 .100 EA 76 .10 IBRLFTKKG LF 2X2X1 BRS TEE 1 33 .600 EA 33.60 GBRNKP LF 2X4 BRS NIP GBL 1 14.700 EA 14 .70 A4ALF206A2F LF 2 MNPT RPZ VLV BRZ W/ BV 1 436.800 EA 436.60 SPOOL PIECES FOR METER -- FPPXU 8X6'0 FLGXPE CL BT DI SPL 1 449 .400 EA 449.40 E2108 8 MEGAFLANGE FLG ADPT 1 208 .000 EA 208.00 SUBTOTAL 10120.70 --- .. CONNECT FOR 2" METER R202N090542 8X1 IP DBL SS STRP NYL SOL 1 72 .000 EA 72 .00 A94ALF10501A LF 1 BRS 600# NPT FP BV 1 19.000 EA 19.00 GBRNG24 LF 1X24 BRS NIP GBL 1 32 .000 EA 32 .00 GBRNGCL LF 1XCLOSE BRS NIP GBL 1 3.011 EA 3.01 IBRLF9G LF 1 BRS 90 ELL 1 6.544 EA 6 .54 FC38442625NL LF 1X2-5/8 MIP STRT MTR COUP 2 21.424 EA 42.85 HVOKS202 1 45211 BRZ BOT USG 1 315 .000 EA 315.00 WLF009M2QTG LF 1 BRZ IPS RPZ BFP W/ BV 1 193.000 EA 193.00 SUBTOTAL 683.40 •• - HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: https://survey .medallla.com/?bldsorder&fc=1208&on=40931 Page 1of2 All of this was needed to install the new DDCV. There is no way they could have replace the DDCV without these parts as the old ones needed to stay in place with the existing DDCV to protect against cross connection to the public water system until the new DDCV was in place and ready for the switch over. The only th ing that was to be relocated was the "Master Meter Assembly" and that was clearly defined in the plans. See insert and notes on next sheet for additional information . ~ FERGUSONQD WATERWORKS FEL-POMPANO BEACH, FL WW#125 Price Quotation Page 2 of2 Fax: 954-917-3134 T_his would have been required whether it was directly connected to the meter assembly as / originally proposed or down stream of the meter 21 :25:59 OCT 01 2019 Reference No: 8409235 Item I R202N090572 Description .. CONNECT FOR 1" METER 8X2 IP DBL SS STRP NYL SOL ,/ ./ as it was later revised to show . Quantity Net Price UM 81 .000 EA Net Total: Tax: Freight: Total: Total 81 .00 $10885.10 $703.11 $0.00 $11588.21 Quoted prices are based upon receipt of the total quantity for Immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. I CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBEJWBEJSMAU BUSINESS REQUIREMENTS . Seller not responsible for delays, lack of product or Increase of pricing due to causes beyond our control, andfor based upon Local, State and Federal laws governing type of products that can be sold or put Into commerce. This Quote Is offered contingent upon the Buyer's acceptance of Seller's terms and conditions, which are Incorporated by reference and found either followlng this document, or on the web at https:/lvMw.ferguson .comlcontentlwebslte-lnfolterms-of-sale Govt Buyers: All Items are open market unless noted otherwise. LEAD LAW WARNING: It Is Illegal to Install products that are not "lead free" In accordance with US Federal or other appHcable law In potable water systems anticipated for human consumption. Products with 'NP In the description are NOT lead free and can only be Installed In non-potable applications. Buyer Is solely responsible for product selection . This is the only part that was supposed to be "relocated" and it is the only thing that is being replaced as and add on . Everything else had to be new in order to keep the old system in place and functional until the meter assemble as show here to the right was ready to be relocated . 8" SERVICE METER ASSEMBLY HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: https://survey .medallia.com/?bldsorder&fc=1208&on=40931 ATKINS Atkins North America DBPR Certificate of Authorization No . 24 SUPPLEMENTAL INSTRUCTION (SI)/ FIELD ORDER TRANSMITTAL TO: Mr. Justin Lobb Airport Manager Collier County Airport Authority 2005 Mainsail Drive, Suite 1 Naples, FL 34114 RE: Marco Island Executive Airport Terminal TO: Mr. Michael Christiano Project Manager West Construction, Inc. 820 North 4th Street Lantana, FL 33462 New Terminal and Associated Improvements (Collier County Contract No. 16-6561) SI No.: Sl-06 Revl DATE: 5/14/2019 ATKINS Emailed 5/14/2019 WE ARE TRANSMITIING TO YOU THE FOLLOWING WHICH IS DESCRIBED BELOW FOR YOUR REVIEW, CONCURRENCE AND APPROPRIATE ACTION : Supplemental Instruction (SI) No . 06 (SI performed under CA Services) is issued to address the maste r meter revisions that were requested by MIU. ATIACHMENTS: No. Coples Dated Type 1 PDF 5/3/2019 Vl Drawings 2 PDF 5/14/2019 Vl Drawings E.COPV CCAA -Debra Brueggeman West -Steve Aks , Mary Carroll Atkins -Scotty Bakowski, Gary Krueger Rev 6 -CU.02.01 Rev 6 -CU.02.01.A Description Kev in McCeuley , PE Dlgltally 1lgned by Kevin McC.uley, PE Dile: 2019.05.1410:00:33-04'00' Kevin D. McCauley, PE ·Atkins If enclosure are not as noted , kindly notify us at once. \._ .. =-.. ----"""" ..... _(# ____ ._ __ _ --.~-Q---·---l. :=-:.'==.tft"-_,.. __ ""~.::,.~~----19§-=I~ f.\DET_M.1 ~..,..,.,. --W-1 0~-T...V~~~-S~-E:-c:~-:: ; i~::.~ -=~;.;.: ::.:-M ~-~ ~. 61\ r ... --r: ~__':... 'C:.J-·-i"1'te3~~ (';'\ DETAIL 2 ~--.......... ~ ..:.-:::.::~ ~ ~-.or--i.c ±J --~!::-"'<ll:l"POllt ~~-Hl;­~::.-UO..-j"......,.,I~ _...., c.-~ ~~~ /a.oru-.:~~ir.l.~­::ur.r,::;~~ -C':'~si«. \..)~HQ-UICI! ...,...,._, ~~~~ StDC VICW 1:.·~~"~ ~~~ e F!.a.L4tOlT MC'1'0!10..£1"'.A'.:A( SUP..£ PQ"r .... ..., (';'\ DETAIL 3 ~""""'' f.\OETAIL5 'f?::::;:/"""""' ~ .:ir.":'-."":':"'.i ~------------. ____ """ _____ _ ~ =-~·-=.:=~·~ ---~----4-<Cll• .. _ .. ---· _(,. ____ ___ ·~""=-=-~~~=­®;r.&d"CiW'Vm.'SJalC~f 4 _ .. _ ~~ MARCO ISLAND EXECUTIVE AIRPORT COUJEA COUNTV, FLORJDA ~~.p.(f?: ~,. i \ \ 1 ATKINS --........ ,,..-. ... _ ,.....__,,,.,,...."""'~ fW'ltCAto.24 _..,.,,_ NEW TERMINAL FACIU1Y ANO ASSOCIATED IMPROVEMENTS _,,.~ WATER UTILITY DETAILS VOLUME 1 ........ .,_ 1\.UT"'-WllJ',N n"L-.:~ ... ,, .... ..., .. ,,, ----~~~~~ _, ... CU.02.01 COflFORMEO DOCUMENTS ~ -.~·.--{;'\DETAIL 1 ~ --), "" "' r==-r:=~· -' ' I .... -------------.... ----·--1.=:=-...=::.'::".:.::=....----··---.. :..-.-:...-:i.-=:..--:i"'...:a..:--==.------.. =--=--==-----------·-'==-_,,,, _______ ... ____ ... .... ---·--~--------.. ,--.. 'UM~W'" :;-_1~~: r SERVICE METE1' ASSEMllY -----·--··-·-·--·--··-MARCO ISLAND EXECUTIVE AIRPORT COLUER COUN'N, Ft.OR1DA ~ 1:. ~.t:f~All!4t,. i j ATKINS MM~,..~.._".,....,"­~tmltt...rmil--~ SIW/Jltt I •" aAoASTP METa WOOi NEW TERMINAL FACJUiY AND ASSOCIATED IMPROVEMENTS -..~ WATER UTILITY DETAILS VOLUME1 .......,.,,_ '1.f.rtM..\Wl}',flt: ~"Ltra.:~ "'"'" """" .. ,., ....... ~ ~""'""""~~~~ ~a~~;.s~ _,~ CONFOR .. ED OOCU .. ENTS Project lnfonnallon Project# 18-1305 MARCO ISLAND AIRP Tiiie MARCO ISLAND AIRPORT NEW TERMINAL Address 2005 Malnsall Dr. City, State, Zip Naples, Florida Country Originated By Contact Mary Carroll Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lentane, FL 33462 country United Slates Phone 661-588-2027 Fax 661-582-9419 Request Request for Information (RFI) Request for Information RR# 00073 Issue Date 07-Dec-2018 Priority A.SAP. Subject Sheets CU-01.02 and CU-02.01 Reason Additional lnfonnatlon Rr.fnrcnccs and Sclmdulc/Flnancial Impact Prime Contract Subcontract Drawing Spec. SecUon Location Other Impact: Schedule Days co sco Financial $0.00 Please see Sheet CU-01.02 and CU-02.01, please clarify what Is to be used to keep the Water and Fire system live to the e><lsllng Airport Facility after the removal and relocallon of the Master Meter Assembly. Suggestion Contact Company Phone Scotty Bakowski Atkins • Fort Lauderdale 954-903-3605 Due Date 14-Deo-2018 Res anded 19-Dec-2018 Please see attached. Page1 of1 Ptojecl lnfor111~1io11 Project ti Tiiie Address City, State, Zip country From Contact Company Address City, Stato, Zip Counlry Phone Fax Request 10·1305 MARCO ISlANDAIRP MARCO ISlAND AIRPORT NEWTERMINAL 2005 Malnsall Dr. Naples, Florlda Mary Carroll West ConslrucUon, lno. 820 North 4th st. Lantana, FL 33462 United Stoles 661-680·2027 561 ·682·9419 Request for Information (RFI) Roq1mst fo1 l11fo1111,1!1011 RFI# 00073 Drawing Date 07-Deo-2016 Spec. Section Dua Date 14·Deo-2016 Location Olhor Priority A.SAP. Subject Sheats CU·01.02 and CU·02.01 Reason Addlllonal lnfonnallon Contact Scotty Bakowski company Atkins -Fort Laudordale Addreas 3230 West Commercial Blvd. Suite 100 City, Stale, Zip FT. Lauderdale, FL 33309 Country USA Phone 954·903-3605 Fax Plaaaa aaa Sheet CU·01.02 and cu.02.01, please clarify what ls to be used to keep tho Water end Fire ayatem live to the oxlsllng Airport Faclllly ofter tho removal and relocaUon of Iha Master Maler Assembly. Suggestion Response Please see attached . FMW 12/19/18 Signature PageJ. oil { I •)) J\TKINS SNC • LAVALIN Mem~er of the SNC-Lavalin Group Memo To: Kevin McCauley From : Fleet Wulf Email: fleet.wulf@atklnsglobal .com Date : 18 December 2018 Phone: n/a Ref: cc : Subject: MKY New Terminal -Meter relocation 1. Except for the meter assembly (below) all other components upstream and downstream of the assembly (components outside of yellow box-below) shall be constructed with a straight pipe fitted in place of the meter assembly until remainder of new system has been tested and cleared for use . ____ HEIGHT TO REMOVE STRAINER ELEMENT 8" SERVICE METER ASSEMBLY response to rfl #073 -relocallon of water meter assemply.docx •)) SNC • LAVALIN G'GVLOCK CLOSED 6'-0' ATKINS Member of the SNC·lovalln Group t• TURBINE I" RPZ METER ASSEMBLY 1'BRASS CORP. STOP i-.-------------20'·0' ____________ _,.. 2. Once step 1, above Is complete, and during night time hours, deenergize water service to Airport long enough to remove existing meter assembly and place length of disinfected straight pipe in Its place. Re-energize system for fire protection. 3. Reconfigure existing meter assembly to match diagram (detail) above and those in the plans . Disinfect assembly prior to installation In new location. 4. Remove straight pipe and place meter Into new system location prepared in step 1. Upon approval from MIU and County Inspectors, energized new system. Steps 2-4 are to take place In one-night time period to minimize disruption to Airport operations. 5. This approach is to be reviewed for comment and approval by the Owner, MIU and the County inspectors. 6. Careful planning shall be performed to Insure minimum disruption to the Airport operations. At no time should the site not have access to fire protection. For the brief period in step 2 that the system Is deenerglzed, alternate fire protection measures (i.e. manned fire watch) shall be carried out as approved by NFPA and local Fire Marshall directions. 7. Prepare and submit documents and records necessary to demonstrate that work plan with schedule, materials and notifications are in place prior to commencement of work. 8. Promptly prepare and provide documents (completed forms, as-builts and test results) necessary to clear new system for operation. response to rfl t/073-relocallon of water meter assemply.docx 2 IFOR REFERENCE ONL y I Airport Authority WORK DIRECTIVE CHANGE CONTRACT #/PROJECT NAME: 18-7240 MKY Terminal CHANGE # 2 DATE OF ISSUANCE: 3/18/19 EFFECTIVE DATE: 3/18/19 OWNER: Collier County Board of Commissioners PROJECT#: 33484 CONTRACTOR: West Construction Inc. ENGINEER/DESIGN PROFESSIONAL: Atkins You are directed to proceed promptly with the following change(s): Description : • Install new master meter assembly (CPR #12) • Add Lav Dump Station (CPR #07) • Delete livestream video (CPR #03) • Add rail s and canopy (SJ-OJ) • HVAC Changes per SI-01 • Delete Acoustical Ceilings per SI-01 • Add stucco and exterior finish system at South Entry (ST-01) • Add canopy (Sl-01) • Masonry column changes per SI-01 • Add auto doors , frames (Sl-01) • Hardware Changes for doors (CPR #6) • VE Lighting package credit • Delete conference room furniture (SI-01) Total: Estimated Cost $16 ,662.72 $25 ,595.24 ($11 ,570.00) $ 4 ,973.00 $ 615.05 ($1 ,084.00) $7 ,692.55 $12 ,569.00 $4 ,095 .00 $3 , 180.00 $8 ,030.00 ($75 ,742 .50) ($34,237.36) ($39 ,221.30) Purpose of Work Directive Change: Marco Island Utilities required a new master meter assembly versus relocating the current meter assembly, which would have resulted in an extended service outage. Once construction commenced , it was determined that a lavatory dump station and host reel station would be needed to support the new facility . Prior to the start of construction, it was determined that livestream v ideo was not necessary . SJ-01 includes minor specification revisions required in order to continue with construction , as well as credits for furniture and acoustical ceilings for a proposed conference room that will not be constructed due to funding constraints. Value Engineering of the lighting package resulted credit of just over $75 ,000. Additionally: A time extension of ten ( 10) days is being granted due to weather-related delays as per contract conditions/requirements, to be formalized in a forthcoming change order. Attachments: Worksheet 03119119 10:39 AM If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of detennining change in Contract Price: IZI Unit Prices [gl Lump Sum 0 Other Estimated decrease in Contract Price: ($39 ,221.30) RECOMMENDED: Digitally signed by Kevin B . I McCauley , PE y: Kevin McCau ey, PE Date: 2019.03.19 12 :27:52-04'00' Engineer ' Method of determining change in Contract Times: [gl Contractor's records [gl Engineer's record 0 Other Estimated change in Contract Time: Increase by 10 calendar days. AUTHORIZED: Owner's Representative 03/19/19 10:39 AM Pro)octll TUIA Ad dross City, St.ito, Zip Country Contnct Company Au<lross City, Slnto, Zip t:cnmlry Phono Fax 16· 1305 MARCO ISLAND AIRP MAH CO ISlANO AIRPORT NEW 1EHMINAL 2005 Malnso~ Dr. Naples, Flor1dl Stephen D. Aks West Con:itrtK.tion. Inc. ll20 Norlh J.lh SI. Lantan~. FL 3~62 Uniloi d Stntes !iSl-506 ·2027 561-582·9'119 Doscription of the proJJosed chmigo: AdrJ1iio11al steol to trusses as n mso» or Rf'l IJ 132 responso dt1tod 5123119 ---·---·----- f\!ot Amount of this Proposoc.I Change: CPRll lssuo Dato Subjocl Contact C11111pany Atldross City, SLnlo, Zli> Country Pho no Fax Change Proposal Request (CPR) 023 10-Ju!-20Hl-REVISED Added Trus5 Supporl f,ngl~·HFI ti 137. He sponso Barbara LnnCJ COLLIER COUNW BOAHD OF CNTY COMMISSIONERS 3295 Tarn!aml na11 E3st Naples, FL 34112 ·-------------·--------········ Thu Conilaci lime duo lo this Clmnge P1opQSal Request ls to bo delem1lned at a tater date . This docum ent, 1•.hen fu ~y excr.u led as m:cepled, ahali consU!Wte aulhotizal ion to proceed vi.Ill the work t!os cnoed herein. Suhmi11 f!t1 Dy Cornmmv Financial and Schedule Impact Details ~!li!QlLNT)'.Jl.Qlill.Q.QE~.tJTY COMMIS$tONER:'i,_, ______________ _ Compm1y By D.1l a Subtotal= $10,7 ·113.31 Tax =$0.00 Total =.S !0,7:J8 :<H ~) "/I/. 00 :Y~ /D, 5<.-3. '-/0 Pago 1 of1 ·------· .. ··-------------···--·---.... ·----· ...... 'I J'iKi:LSHULTZ AHGl!iT[l.TllRf: Jul) 29. 2019 Mt. 1..:~~vin i\kCaulcy Pt\ijc•·t 1V1aHa~cr_ ;\ viatioll 1\tkins North ;\mcrica 3250 \Ve st Co1n111cn:i al l.llvd .. Suite 120 Ft. Laud erdale. FL 33309 HF: t\b1Y» bl,111d J:.\<;l'lJ',ivc Airp<)Tl Nc\\ r1mni11;il h1dlity and A~'>ud.11nl ll Hp i vVCllJCllb Cl'I< '<C3 lk\ i•.,:d ··-Truss 511ppnrt!.' per JZl"I !100 142 lhc pn~icc i d1.·5ig11 l t'ill ll lia-,; rn·ic1\1:tl the n:vi~e d pricing related lt"J 1hc ('hangc l'rop1hal f{l·q uc~t 1\:krc11ccd ;1!10\e. Thi: t1d1kd (\>'-1' an· a>·;ori<lll'd "i1h im:oq•1•rntini_!. >lccl a11gk •;u11porl'i lo llK t:.\ktir>r ol'th<: building to aHw:h ,tcd jack roof 1rn-.~1'> al ;ir..:a~ 1ln1 \Yer<: not :,ih:cilk;il I) iHdicatcd i11 the c1 •n strnct ion drnn ing~ t1• 1\'i.:.:in• tile n;quii nl st1pporh. Not>: th.11 iniliJI pri e ing 11:1s received wilhin the co111rac11i1t1c nllo11am :e iind 11w1<:rial <> and mdlmds had ;uh:-l'q t1•:11il) hn•n di ·•cm~L!d hl'I \l'l.'t:n llw ~lrnct ur:tl 1!ngi11eer and ihl· gc•1i-:-ral nintrm:lor n:lai i1.: 111 Jiirnl d«i<.·rmi11•11i1•11 a:; (11 i11.;talla 1i1>11 and niakriah. n:~1dli11~ in th..: r..:vi~l.'d pri<:ing •ll\:l11d.:d 11'·1;.•in. ·i !,,• Dc"•i.i;n I 1:u111tah·s110 e.\ccp1io1110 thl' h1sl (\1;1 s l M~!~I StrtlCltlrl.'S. Corp. <:P~ls a» j)l\!><.'Jll c d 11 i1hin the ('f'I{. Per Cnlli..:r C<>111Hy l'n,et1rL·1111:11t Dl'pitrl111.:111 , th1~ l'O~t s assl)(:iatnl 11 il h the !'n!ic:«I f\·ta11:1gc-r and/\. s i;;l:u11 l'rokct \1,111a[!.«r :ire c011~i.J,,n:d 111 h· ind11tk:.I "ilhin tlw Crnllrnetor's ma rk-up Tli .;rdi•l'c'. ilw >1d.Jw;t111c1H o fihc· Crn11rart1ir '~ 111mk·11J) at.'",, -;hall bl' ri:vis,·d t<i~O and lli<.' tota l C:llang i: l'rop u sal l{c•qw:~t s hal l bl' i111IK ;111w1 1111 oi°~ '/II. I> 0 .J10, 3,.3, .ye With tl''\ll'<.:I 111 th.: ..:ontra ..:1 ti111.:. as ol 'tllb da te and th e current S<:ht!d11le l.pdatl' No. 11. 1111: ,;it<: l\<JrL i; i11dir<llcd tn ih' tlll' ..:ri 1h:al path nl 'ilw projcd. TIK1\:forc th(' addition of th•· st.:d :;upprnh al 1hi« 1i11w \hrn 1ltl 1101 bl' ''"''id«r-:d 111 be an impa•·t to lhl' projl'l'I ,,ehcdul.:·. I Ile d,·,ign 1'«1111 thl'r..: l\ll <.' 1\'t'ulllmc·mb J<Tl'pt.111c<: I>~ 111" 0\\ 11cT ui' th<~ attadi<:d ( 'hangc l'n >pil'<d lkqth.''I in tlw ;1p10un1of'>l0.-IO.J . I 0 tiw i111p kn1c nta 1io11 in l o lh(' project. /\ll:1t:h111l·11t ': I~<!\ iscd W«~; Conslrnclirn1 C 'l'R 1102.l d:i1.:d Ju ly I S. 20 17 V1>id c-d \\'«<I l '1!11'lrm:li"'I ( 'l'I( 110:::1 dilt~d .1 11 111; :>. 20 I') C'r; Jus t in Lubh;Airporls ivlanagcr tvll<Y SC:l·IEN t<;r::L.SllUt.rZ--rort Mf'"' • ll>&l /.le<, l>nilJny lllvd. • ru1 hl~N>. I lc1id• 33007 Pl1i1r;' /.~9 'HC )J J) ' f o:\l<. 4Q'/ ·R'f) .. '.H{l} ' '/,"i'i>'.'_<.d!t'!'~'" .) ,1<i!t ~ • flH.h'i1•:<t~ra l tiH•n\\' /\/>, COOO'J)J Project Information Project# TIUe Address City, State, Zip Country 18-1305 MARCO ISLANDAIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, In c. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Additional steel to trusses as a result of RFI # 132 response dated 5/23/19 Net Amount of this Proposed Change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 023-REVISED 02-Aug-2019 Added Truss SupportAngle-RFl # 132 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamiami Trail East Naples, FL 34112 $10.404.10 The Contract time due to this Change Proposal Request is to be determined at a later date. This document, when fully executed as accepted, shall constitute authorization to proceed with the work described herein. Submitted By \/VestCons"lf/}1~ Company -}I: B v . __ u P~m: ~ ~?\ut;, \ q Z t:"'mAil~"~ ~1~~71~;ttt:~,~~ . Com an Financial and Schedule Im act Details ·- Contractor's 5% Mark-u Response: D AcceptO Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company · By .. LS LS Date . . . $9 952.00 $9,952.00 $452.10 $452.10 Subtotal= $10,404.10 Tax=$0.00 Total= $10,404.10 Page1 of1 Sl U-.Nl<l J .SH U LTZ ARC H I T EC TU RE Jul) 29. 2 0 19 Mr . Ke v in J\h:Ca uley Proj e ct Ma 11ag cr , J\ v iati on A lk ins Nort h Amer ica 3 ~5 0 \Vc sl l'ommcn.:ia l Blvd .. S 11i1 c 120 Ft. La uderd a le , F L 33309 lff.: l\lan:o hl.111 d Ex ernt ive A irport Nl·11 l \·rm in a l F<1l·ilil) anc.I /\~so ci a t cd l111 prove me11 1s t PH · ll :!_.l R,., i-.1.·d -Tm;~ Su pports per RI 1 11 00 142 I he p roj ccl d l's i ~n 1eam IH1'> l'l'V ic1w d 1he rcv i ~e d pric ing rela1ed 10 1h c Ch ange Prnpn'>al l k quc~I reli:rcm:ed ahO\c. T he added W '>b arc a ~sor i ;11 1.·d \\'ilh inc u rpu ra li ng. ~l ee I angle ~u ppll rl 'i lo !he <:.\le ri11 r ur the build in g II• all ach sled jack rno f1 ru~.,e~ al area s that were 1101 spcci li ca ll) i11tli ca1 e c.I in the cons lrucli on d ra wi ngs 111 receive lhc rcqu i1cd s11pp111l s. No le 1h .i1 in it ial pric ing w a s n:cc ivcd 11 i1h i11 1hc con lra cl lime a ll 1J\\a11ce a nd mater ial<; aml 111e1 hods had '-llh,cq111:111 I ~ hcc n di sn 1s,ed lw l\l'l'l'll the ~tru c t u r a l l:ngi 11 ecr an d till' ge nera l n 1111rnc lor n:lat i1 e 111 fina l dclcnn inati on a:. lu i11 ~1 a ll a 1 io11 and nwh:r ia ls, n.:-;u lting in the n.:v isc u pr icing 111cl 11 u cd he 11.•i11 . 'I Il l' lk,ign l'ca m takl.'s nu c:-.cc pli o n 10 !he Last Coa:;1 Mc 1al S1ru cll1 r1.•s. Corp. cos ls a-. presc 111cd \\ i1h i11 lhc l'l'R. Per Collier Cm ll ll) Prnc un:mcnl Dcpar1 111e111, the co. ls ass oc iateJ with the Pn~j cct IVla11 ager and J\~sislan t Proj ec t ,\1,m ag ,·r ;1rl' c 1.•11 ~i u1.·r.:J '" lw i11d 11d.:.I '' ilh in 1h1.· Con lrnc tor's nwrk-u p Th crcl i 1r..:. lhc ad,i u-;1111,•nt 0 1'1hc C1111lral·l or'!> 111 ;11 k-up at 5°,. \h all l>c re\ isecl to S452 . I 0 and the tota l C hang e Pro pos al lkq uc~l s ha ll be in the :11 111111111 111' <;,I U.'10 ..J . I ll. • With l'C \lll'C.:( 1(1 thl' c on tnu.:t l ime. a:, o r th is d a tl' and the CUIH'llt Sc hedule L p date No. 11 . !he s ite \\O ri, i'> i11d in11ed to lw thl· c r itica l pnlh 111'1lw pwj ec t. Th e refo r ~· !h o: ad di1 io11 o l"th c ~l l'l'I ~uppnrb at 1h i' tillll' ~ho u l d no t lw co11 -;id..:r.:d tn b.: an imp act to !h e prnj cc1 s ch cd u k . I he d c..,iµ11 t..:;1111 lh c rl.'l'orc 1\·crn n 111 c 11 ds t1l'Cl'p t.111 n · Ii ~ the O" ner nl' thl.! nu ac lwd ( 'han gc l'n1po..,,t1 lkqlll'.'t i11 thl.' amou n t o f ) I OAO..J . I 0 fo r impk111e 11 tat io11 in to the proj ec t. 1':1 r1n 1.·r S ch l·11 l;d Sh 11 1t1 J\n:hitn:tu ;l· 1\t1a d 11111."n l'>: R<.!v isc d We st Cons lru ct in n C PR 11 023 da 1ed July 18, 20 17 V oid ed Wc-;J l ·1111 ..,1ru c lio11 ( 'l'I{ 11 0 '.'.:I d11 1cd .1 1111 ..: :i. 2 0 I '> Cr: J usti n Lo bbJ/\irp o rls Mr111age r M l<Y S C HENK ELSll ULTZ -Fo rt Myer> • 12 Su I !Jew Booll •ny Blvd . • Foll Mye1s. rlo11 da 33907 Ph111•c 739·940·2337 • f ;ox 4 0 ·1·81l·330 J • \'l'f'W H h t11~1·1,1 11 1i11 '11111 • Archa ec1ur al Loc c·n•e 1111 C000937 ProJor.t lnfonrnition Project# Title Ad dres s City, Sl4l to, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND A IRPORT NEW TER MINAL 2005 MalnsoB Dr. Naples , Florid a Prime Contrac t Comp ;:iny Conta ct Stephen D. Al<s Com pany West Construction. Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country Uniled Slates Ph ono 561-588-2027 Fax 561-582-94 19 Descr iption of the proposed c hang e: Additional sleel to trusses as a result of RF I # 132 response dated 5/23119 Net A m o unt of thi s Pro posed Change : Change Proposal Request (CPR) Cha11go Ptoposnl Request CPR# lssuoDato Subject Owner Contact Company A d dr ess City, SUlto, Zip Country Ph ono Fax 023 18-Jul-20 19-REVISE D Added Tru ss Suppo rt Aogl e-RFI fl 13::? Response Berbara l anoo COLLIER COUNlY BOARD OF CNlY COMMISSION ERS 3295 Tamlaml Trail East Naples, FL 34 11 2 $1 0,718.31 The Conlr ad lime due lo thi s Change P1op osal Requ est Is to be detem1 lne d al a later date. This document, when fuUy executed as acce pted. shall ronsUtute aulhoriza tion to procee d wi th th e wo r11 described herein. Responso: 0 J\e<-Bp t O O o No tJ\ccop l COLLIER CO UNTY BOARD OF CNTY COMMISS IONE RS Compa ny By Com pa nv F inan c i al an d Sc he t D t ii d I I u e mp ac ea s . • . 1 Ad dition al sleel to lrusses as a 10sull of RF I # 132 1es[!!!nse dated 5123/19 -2 ----Pro'ect Mana acr .~. Assis tant P1o'ect Manaae r ---Qt:L9 J)4'2.. 00 - ,, -Conll !!_~fs 5% Ma1k:!JP.. J 4'11t: 1 LS 3 Hours 1.5 Hours 1 LS Date . I . . . $9 952.00 $9 952.0 0 $76.75 $2!35.25 $42 .CO -t63:00- ___ $467.CO __ -$-4&1:0.ft Su btotal = $10,718 .31 Tax=$0.00 To tal =~1-0 ,148:0 t ~ lD/r04·./0 P;ig 11 1 o f1 Project lnfonnation Project# Title Address City, State, Zlp Counby 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Malnaafl Dr. Naples, Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, Inc. Address 820 North 4th St City, State, Zlp Lantana, FL 33462 Counby United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Additional steelto trusses as a result of RFI # 132 response dated 5123119 Net Amount of this Proposed Change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, ZJp Counby Phone Fax 023 18-Jul-2019-REVISED Added Truss Support Angle-RFI # 132 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Temlaml Trell East Naples, FL 34112 $10.718.31 The Contract line due to this Change Proposal Request Is to be determined at a later date. This document, when fu!y executed as accepted, shall constitute authorization to proceed with the work described herein. Response: D AcoeptO Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company By c ompany Fi nanc an c e u e mpac ea s lal dShdlf tD t II • .. • 1 Additional steel to trusses as a result ofRFI # 132 response dated 5123119 2 Prolect Manager 3 Assistant Prqect Manaaer 4 Contractofs 5% Mark-uo " 1 LS 3 Hours 1.5 Hours 1 LS Date . e1r;I•• . $9,952 .00 $9952.00 $78 .75 $236.25 $42.00 $63.00 $467 .06 $467 .06 Subtotal= $10,718.31 Tax=$0.00 Total= $10,718.31 Page 1of1 I ' ' I ! I I 11 . I I , East Coast Metal Structures, Corp. 620 Wllil11ey Ave., La11ta11a1 Flor/rla 33462 P/1: 561-766-2579 Fax: 561-766-2593 Email: Larry@eastcoastmetals.net Website: www.eastcoastmetnls.11et A Dmg Free Work Place I Jletera11 's Prefere11ce H/r/11g CHANGE ORDER REQUEST #12 FROM: Lafly Levy . I • /, CJ DATE:5/31/19 revJsedS/31/19/ 7!/5// f JOB: Marco Island Executive Airport COMPANY: West Construction ATTN: Michael Christiano Description of Change: RF/ 0132 1. Supply and Install additional steel to trusses per RFI 0132 $1,200.00 material $20.00 shop paint $750.00 shop f obrlcatlon $500.0D shop drawings 5 750.0D lnstollatlon ~220.00 -Subtota $8220 10% mark-up $9,042.0D -Subtotal · $85.40 Tax $9,127.40 $815.00 Freight $9,952.0D Total The duration to complete the scope of work for this change order shall be (15) business days. The contract schedule will be Increased by (15) business days due to this Change Order. These ore approximate time/Ines and ore subject to change at the time of Implementation. Your acceptance of this Change Order shall constltut-e a modification to our agreement. THE AMOUNT OF THE CONTRACT WILL BE INCREASED IN THE AMOUNT OF: $9,952.00 SIGNED BY AUTHORIZED REPRESENTATIVE: ------------ By my signature above, I attestthat I am author1zed by my company to enter Into an agreement to purchase goods and I or services. By authorizing East Coast Metal Structures, Corp., to proceed wlth the work/services as outlined above and for the sum as noted, customer assumes financial responslblllty for providing payment for such work/services and guarantees payment for such. CONSTRUCTION ASSOCIATION " ....... ,,,,!· A..-a.wJ:•hd.IOlf4•U -OC.nltHl•Jt•'-'· Florido East Cont Chapter g~~~~%:i Ll3A . LATIN OUiltlERS ASSOCIATIOll, lllt.; Membe1·0f ~ ~me rim Welding Soclely SUSTAlllUIG corirt.11Y MUlOER I • Projec t Information Project# Title Address City, State, Zip Comtty 18-1305 MARCO ISIAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Malnsall Dr. Naples, Florid a Pr.me Contract Cornp,111y Contact Slephen D. Aks Company West construction, Inc. Addnt11 620 North 4th St. City, State, Zip Lantana, FL 33462 CounlfY Uniled States PhM9 561-.568-2027 Fax 561-.562-9419 Description of the proposed change: Addiional $lee! to llusse$ as a result of RFI # 132 response dated 6123119. Net Amount of this Proposed Change: Change Proposal Request (CPR) Change Proposa l Request CPR# lssueD'ate Subject O'Jmcr Contact Company Address City, State, Zip Counby Phone Fax 023 03.Jun-2019 Added Truss Support Angle Barbara lance COUIER COUNTY BOARD OF CNTY COM\11SSIONERS 3295 Tamlaml Troll East Naples, FL 34112 $14.002.25 The Cootiact tme due to tills Change Proposal Request Is to be delennined at a later date. This doct.men!, when fu!y executed as aooepted, shall constitule authorization to proceed with the V/011< described herei n. Submitted By Response: 0Aooept0 DoNotAcoept West Construction, Inc. COLLIER COUNJY BOARD OF CNTY COMMISSIONERS Company company By Date By Companv F nanc a an c le u e mpact I I dS I d I I D II etas . • ut . 1 Additional steelto trusses as a result of RFI # 132 resp0ose dated 51231 19. 2 t'rOlect Manaoer 3 Asslslaot Pro!ect Manaaer 4 Conlracto(s 5% Mar!l-uo ' 1 LS 3 Hours 1.5 LS 1 LS Date . . . . $13,135.19 S13,1 35.19 $78.75 $236.25 $42.00 $63.00 $567.81 $567.61 Subtotal = $14,002.25 Tax =$0.00 Total = $14,002.25 Page1 of1 Certified ~l"uto~~===== .WBEN~---··---~ ~~~~J;~tfl? _·····-··-·····- WOmen's Business Enterprise ~ East Coast Metal Structures, Corp. 620 WhiJ11ey Ave., La11ta11a, Florida 33462 Pl1t 561-766-2579 Fax: 561-766-2593 Email: Lany@eastcoastmetals.net Website: www.enstcoast111etals.11et A Dmg Free Work P/nCI!/ Vett!mn's P1efett11ce Hlrlug FROM: LaffJI Levy DATE: 5/31/19 JOB: Marco Island EKecuttve Airport COMPAM': We.st ConstlllCtiOn ATTN: Mkhael Christiano Descrlptlon of Change: RF/ 0132 CHANGE ORDER REQUEST #12 1. Supply and Install additional steel to trusses per RFI 0132 2067.00 mokllaf 40.00 shop paint 1500.00 shop fobrlrotlon 500.00 shop drawJngs 6950.00 lnsW/lalJon 11,057.00 1105.70 14162.70 147.49 12,310.19 825.00 13,135.19 10%mork-up Tax Freight Toto/ The duration to complete the scope of work for this chonge order shall be (15) business days. The contract schedule will be increased by (l5) business doys due to this Change Order. These are approximate time/Ines and ore subject to change at the time of implemenrotlon. Your acceptance of this Change Order shall constitute a modification to our agreement THE AMOUNT OF THE CONTRACT WILL BE INCREASED IN THE AMOUNT OF: $13,135.00 SIGNED BY AUTHORIZED REPRESENTATIVE: ------------ By my sis;l\iilure above. I attest that I an1 authorized by my company to enter tnto an agreement to purchase goods and/ or services. By authorizing East Coast Metal Structures, Corp.1 to pfoceed with the work/servJces as outlined above and for the sum as noted, customer assumes financial responslbdity for provldlf18 payment for such workjservfces and guarantees payment for such. C<)t-1:il2UCTION l<S:S.OC!,\"i"ION ~ America11 Welding Society S'Jn,\UlblG C\lff PllllY •1u1ar11 ! :I I ' 2 I • • i 1111~ . ~ . . . 8 ' I • May 24, 2019 NOTICE OF POTENTIAL IMPACT DELAY Project Name: Marco Island Executive Airport Terminal & Improvements Proj. No.: 18-1305 Owner: Board of Countv Commissioners. Collier Countv. Florida Bid No.: 18-7240 To: Atkins 1514 Broadway Suite 201 Fort Myers FL 33901 Attn.: Mr. Kevin McCauley Due to circumstances beyond our control , this i s to notify the Architect/Owner of a potential impact/delay to the progress for the above referenced project, as briefly described below (and attached if noted). Further details will be made available once the full extent of the Impact can be fully assessed. Cause of Potential Delay (check all that apply): ~ RFI No(s).132 D ASI N o(s): 0 Proposal Request No(s): ------ D Notice Received By/Dated/Regarding: ---------------------- D Weather/Acts of G_D Related D Named Storm/Numbered Depression: ----------- D Unforeseen Field Condition D On-Site/Off-Site Event D Changes Made To Submittals/Shop Dwgs. 0 Labor/Materials/Equipment Issue D Trades Work Postponed Pending NEIO Response/Direction 0 NElO Requested Change D Governing Authority Issue Cited Post-Contract/Post-Permit D Other:------------------------------- Brief Description of cause/event giving rise to the subject potential delay: Modifications required to provide additional steel support angles as responded to in MKY-RFI# 00132 Time is of the essence. Pl ease help us immediately address the subject matter In the interest of working to mitigate these circumstances. Respectfully Submitted By, WEST CONSTRUCTION INC. Michael Christiano Project Manager cc: Justin Lobb Collier County Airport Authority, Gary Krueger, Schenkel Schulz, West Construction -Matt West, Steve Aks, Frank Alvarez. Mary Carroll, Files West Construction Inc. 820 N. 4" Street• Lantana. Florida 33462 I Ph. 561.588.2027 I Fox: 561.582.941 9 License No. CBC057038 / CGC1516626 •Fox: (904) 260 ·0712 •Page 1 of 1 www.wcslconslrucdonlnc.nel Request for Information (RFI) Prc1cct lnf0 111nlicn PIO]lct# Tiiie Adci-na City, &bite, ZJp CounbJ Clly, 51818, .zip Counby Phon. Faic Request 18-13115 MARCO ISLAND AIR? MARCO ISLAND AIRPORT NEW TERMINAL 2005 PAU!sai Dr. MllYCenoll Wiil Oonstndon, Inc. 820North41hSt Lantanl, Fl 33462 Unlled Sla1ea 661-5811-®27 66Hi82"'419 Rcq11<",f f or ln forr11.1tlon RFlt 00132 Drawl11g Dato 17-May-2019 Spec. Sectlon Due Dato UMay-2019 Locatlon Other Prforlty ASAP. Subject Angle aupport for Roof Trusses RNIOn Addillonal lnfOllTll!lon COntlct 8oalty Bllko<Mkl Compeny Alklnt-FOii Lauderdale Addrffa 3230 West Conmerdal Blvd. Suite 100 City, State, Zip FT. Lauderdale, FL 33309 country USA Phono 9~ FM Please edvt5o hov1eyebrow trusses •o to bo auppOllod at east nOllh and aoulh wall, provide the fol!GvMg lnfOlll'lallon aa drawing 8102-R Is not 11howlng a tube or angle eupport for tho roof llussel at ht fulbMng locallolll • Column I.bl-A 11 A lo UI Tl\lss overhang Sl/\ldullll dlBWtlg don not 1how a section 11 this locellon • Colmm lklo-A to A/IA I.ht Truse O\'elhlng, Struciullll dl'8VMg aec:llon 11 aheel S400 does not ahow support angle. Cokmnlbl BtoC/IAlno Truse OYl!lhq, Strucluraldlll'Mngdooa notehowa aectlon al this locaUOn Cofl.mn UlO E.7 to F fl.8 lne Tru111 ovom1ng, Stluctunll dm.1ng does not ehow 11 eectlon ol thlf location • Column I.bl F 12..8 to 82 lne Trun overh1119, structural dravAng does not show a section al this locaUon Pleue note, Iha awrowd llruc:tural steel shopdrawlr1111 do not have an angle OJ lube 1hoY111 al these locallon1. The awroved truss drawings show a support 8lv1e and lube however we note I ls dearly noted by olhera SuggestJon Response At these l ocations, Details 13/S400 & J4/S400 depict the required truss bearing angles. It is our understanding that these embedded bearing angles were not provided per the above referenced details. Post install by providing Hihi 1/2" diameter x 5 -1/2'' embed I<wik Bolt 3 HDG fasteners spaced 12" O.C. On the approved cold formed metal roof trusses shop drawings (Sub #054500.02.02) by Lamp m eta l trusses, Inc. returned by TRC on 10/30/2018; ensure that the T23 and T26 cantilevered roof truss connections have been designed for the depicted cantilever length. West Co nstruction Reply to Response 1. Rupo11se does not provide eaou.it 1nro1mlllon 2. Details 13/S40D end 14/5400 do not apply at any ol lho localfons listed above pl ease ref erenco Drawing S 102·R 3. Pleua lld'ilse 11 esteel 1n&1e or steel tube section as deplc:ted fa Drlall 113/S400 a nd 14/5400 Is requlled In the focaUoos 115ted In the abo~o RFI request Michael C'rl sUano 6/24/2019 Richard Algoo -TRC WW Engineering, Inc. Signature · / I >/Z.1 l"I Page1 of.1 I i ' •. ,., 0 6 Project lnfonnation Project# Title Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Own er Contact Company Address City, State, Zip Country Phone Fax 027REVISED 02-Aug-2019 Thermafiber at Rooms 119 & 120-as per RFI # 00139- Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlami Trail East Naples, FL 34112 New mineral wool Thermafiberforthe new windows in rooms# 119 & 120 per RFI # 00139to a maximum height of 2'. Price includes the cost of KBM Superintendent Gary to work hand in hand with the architect of record to help find a solution to this problem in a design build fashion for a total of 1 hour. Net Amount of this Proposed Change: $137.80 The Contract time due to this Change Proposal Request is to be determined at a later date. This document, when fully executed as accepted, shall consUtute au thorization to proceed with the work described herein. Submitted By Response: D AcceptO Do Not Accept ~Coo7M_ CO LLIER COUNTY BOARD OF CNTY COMM ISS IONERS 4 Company By I... ' ' New mineral wool Thermafiber for new windows in ro oms 119 & 120 pe r RFI res onse dated 5/29/19. Contracto~s 5% mark-u LS LS Date .. $131.81 $131 :81 $5.99 $5.99 Subtotal= $137.80 Tax=$0.00 Total= $137.80 Pag e 1 of1 Sr~HEN~f:l SHULTZ flnClllTECTtJRE July 29. 20 19 Mr. Kevi n McCaule y Pr~iccl Manager, A vi at ion Ai kin ~ Nunh America 32 50 West Co mm ercia l Alvd .. Sui te 120 Ft. La uderd ale, FL :l33 09 RI :: Marco Is land Excwlive Airport New Ter mina l Fa c ili ty a nd Associated Improvements C l'R r 0 27 -· Therm a fib er nl Rooms I 19 & 120 C1111 H11i ss io n No . 16 20 72 9 Dear Ke vin : I lie pru.icct de s ig n tea1H ha s r l·vi1:wcd th e Chnn ge Propos al Reque s t rc lercnc ed abo w . A con lli ct wa s brnu ght to th•: Design Tenm's att c111ion wi1h respc<:l to lhc 11ni sli c:e ili ng hei ght in Room s ' i 19 and I '.:Wand thc ll'in dow tra nsoms in 1h11 -;e roo ms whi ch are hi ghe r limn th e li nish ce ilin g. Pri or lo the RFI be in g issucd . th e matter wa ~ disc ussed via ll'il'c om "ith lhl' Prn.ic c t Manage r an d KBM re pre se nt ati ve . Th e De s ign Tca111's RFI res ponse \\a5 t0 c;·xrend th e '' o\ld wi nd ow lrirn t\l .iust bc lo\\ th e lini sh ceilin g and add the th ermalibe r 111it1 l'r:tl \\1 >0 1 wi th in th e ca vity s pace b,·t ween the wall furrin g ;md the wim lllw trim lo pro vide pmll'ctcd separation o f the trim from th e ceiling air pknum . rit e ori g inal C PR ha ~ bee n rcc enll) rev i;;ed a nd rc\ubmitte d. I .a hor costs ll f lhc s ub -c onlnK IOr hav e b ~cn n:•;1111<.:ikd pe r th e init htl C l'H ,.,·vie\\ co11 111 1cnt -; h ~u cd Ju l) 2 . 2 019. Pnijcc t Munag c r a11d 1\s~i -;\a11t Pruj,·c t Mana ger cos t ~ ha vl.' been rev ised with lite pr ici ng rcs ubmittal. l'cr Collier Cmttll) l'ro curcm c nt De part me n\ till' cu~I > a ss oc iat ed \\ ilh the Pro.k c! Mana gc r a nd th e /\:;~i stanl Pn~jc c t l'vla nagi:r arc co ns id erl·d lo bi.: in c luckd wi thin th e Cunt rnc:lo r's mar k-up . ll <i~l·d upon thc in formation olfrr1•d hcrl·in , ii i> dl•sign !cam's op iniun lhal lh l· co st a isrn.:iat cd wi lh ih e rhan gl' wc1uld bl' m\ju stcd to S 1.3 7 .80: ~p..:c 1 I ica I i ~. cu:.t v f 11wk 1 i,d . ,me hvur ,,r ~u l1 -..:0 m r.1,... ti 111 · tnd "1 ., l'l•1111-.1do: m ~u k-u p. Wi1h rcs pec t 10 th e no la ti on or con tract ti mc. 1he ce ilin gs and win do\I' lin ish in ~tallation had 11 01 comnH.·nct•d at the tim e or 1hc R Fl iss ue a nd response an d therefore th ere is no i11 1pa cl lo th e overall prnj cct schedu le. ~~"tim » rn e.m1111"11 '. j iar~ F. K ruegcr. I\ I 1\ ( ~'a rln e r Sc hc 11 kc lSh u lt 1. /\rchiteclut"l' /\IH1 \:lt 111 ..:11t ; \V""·::.t L'v u :,t n 11.:tiu u C l 'H J1 0 :!7 Cc: J ustin Lo bbl/\irpo rt s Mrniagcr MKY SC H E NKELSHULT Z -l'o rt Myers • IJ.S6l t~ow U1illany Blvd .• fott Myc rs, Flo•l u a 33907 Phm 1c 239 ·9 40·2331 • fJ'< '1 07-872·3303 • ~\W\'J .~tl1l"nf.~~)hu l t1 1 t11 U • A1ch l ecturat l •ce os<! AA ·C000937 ProJoo t lnronnntloii . · Pr o Jo ct # Tlll o Address City, St<i to , Zip Country 16·1305 MARCO ISLAND AIRP ~N\RCO ISLAND AI RPORT NE\IV TERMINAL 2005 Main sail Dr. Nap les, Florida . Prim o Contract Comp ny · · Contac t Company Aclclro ss City, Stoto, Zi p Co untry Ph one FilX Steph en D. Aks West Con slructlon , Inc. (12 0 North 4th St. Lant ana, FL 33 462 United Slate s W 1 -568 -2027 ~·6 1 -562 ·94 1 9 ---------------· --·------' Desc ript io n of the propos ed ch ange: Ch ang e Propo sa l Requ est (CPR) ·Ch ngo Propo stll Roquost 1 ! CPR# Iss ue Do t o Sullject 027 17-Jul-20 19-REVISE D Th ennafib er at Ro oms 119 & 120-as per RFI # 00 139· Response Ow'ncr l ·' Co nto ct Company Add ress Cll y, Slato, Zip Co untry Phon o Fa ll Barbara Lance COLLI ER COUNTY BOARD OF CNTY COMMISS IONERS 3205 T omlornl Troll Eas t Naples, FL 3411 2 Newminc ralVloo l Tltc rma flber lor l hc new wfnclows in rooms fl 11 9 & ·120 per RFI ii 00 139 to a rn oxlmu111 height of 2'. Price Includes the cost or l<BM Supe rin tend ent Gary to work hand In han d with lhc a rch~ect of record to holp find a solutio n lo th is problem In consu:·ing fos hlon for fl total ol I hour. rrice incl udes the cost of KBM Pr ojec t Monago r to wo1 I< up th o CO and assist Gaiy in anything he nee ds In providing o design bu1 lcl situ ati on ror RF I It 00139 . Ne t Am o un t of this Propos ed Chan ge: rhtt Contract tim e cl ue to this Change Proposal Request is to be de tc 1mlned at u later date . Th is docu ment wh en ru ity exec uted as accep totl , shall consti tute auth oriza tion to procee d with the work described horE• n. S11bmillr.d By We5 t Cons tru ction, Inc .... Co mpnn y By Corn Da te Response: D Accep t 0 Do Not Acce pt CO i.Li ER COUNTY BOAR D O F CNTY COMMI SSION EHS Com1iany By Data esarlptloli ; "· · · .. · , ; . , . , ' " "'; ' . " ,. ' q· · Quanllty . · 11 Unit ~ l · 1Unlt Price · · aw wi ndows In rooms 1 19 & 120 per RFI 1 LS $131 .61 1 ,. -Hours --·-$76.7 5 -·-------· ·" 1 --Hour . ---$42.00 11 ~. fl3 -I ·LS--$13.00 $305.84 · .otal Price' ·. · ' $131.6 '1 -&11iH~ -.-·---&4!!-:00- $13.90 Su b tol ol = $305 .8 •~ Ta x =$0 .00 To la ! = $-305:84- ;// J ~/.So Pag o 1 of1 ------------·--------------------------------------- Project l11fo111wli o11 Project# Tltle Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Malnsell Dr. Naples, Florida Prime Contrac t Comp;my Contact Stephen D. Aka Company West Construction, Inc. Address 820 North 4th SI. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588 ·2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request (CPR) Clia119 e Proposnl Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 027 17-Jul-2019-REVISED Thermafiber at Rooms 119 & 120-as per RFI # 00139- Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlaml Trail East Naples, FL 34112 New mineral wool Thermafiber for the new windows In rooms# 119 & 120 per RFI # 00139 to a maximum height of 2'. Price Includes the cost of KBM Superintendent Gary to work hand In hand with the architect of record to help find a soluUon to this problem In consultlng fashion for a total of 1 hour. Price Includes the cost of KBM Project Manager to work up the CO and assist Gary In anything he needs In provid ing a design bulld sttuaUon for RFI # 00139. Net Amount of this Proposed Change: $305.84 The Contract time due to this Change Proposal Request Is to be determined at a later date. This document, when fully executed as accepted, shall constitute authorization lo proceed with the work described herein. Submitted By Response: D AcceptO Do Not Accept West Construction. Inc. COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company Company By Dale By Company Financial and Schedule Impact Deta Is • , .. • • 1 New mineral wool Thermafiber for new windows In rooms 119 & 120 per RFI response dated 6/29/19. 2 Prolect Manaaer 3 Assistant ProJect Manager 4 Contractor's 6% mark-UP 1 LS 1.6 Hours 1 Hour 1 LS Dale . • . $131.81 $131.81 $78.75 $118.13 $42.00 $42.00 $13.90 $13.90 Subtotal = $305.84 Tax=$0.00 Total = $305.84 Page1of1 t l I I I I I l I I ,. l f r ~ [. l Ii I 1'llt Want Con1truc1:1on Attant1on1 Michael Chrlntlano Addraun1 ~18. Tt!mll!Ml'l\'ttll Unltll!O Est&ro, FL 33928 Office: (239) &90•6003 Fnx: (239) 590•6004 E•Mnll: ),?lds~bmsouthcoast.aom CHANGE ORDER Det11 ofllce1 POKI lune 101 2uu se~·soa·2021 ............ " •• • "' .... • " " ' ·~ ....... :,..... " -.. t" ""'·"'; 3011'NAMil· ~OD:NU~bdll. · .. :.;.;, 1: ::'ii~iiiA!irli't*i.lfl:; -~~:.~ .'.~.1~~~ .. 8.~~~~~~~1~~0:.~ ..... -·· _J _· ... _ ... :~.~-.1~ ... "-··. J .~~ir~-~~~,:~it .................... _..... . ... . ::,:· : ... ._ .. · · '-J1"1to•·i:lsAL'.SUMMA1tv · \. • ··::.;;; 'ii,i?i/i~·~b\iii1.'\ :._: .. "; .::h!.\ll-~.-.· · •. . .. ~. ..... .. . ........ 1 .•••••• , •• t~.!!' .. r.i ... ·r .... · ... . Chang a Orders 1 Thin prapoual lncluden Iha uu~ply ll. lnatall of thu naw mlnernl wool Tham1aflb1r for tho above MW windows In roams ii U9 Ill 120 par RPl It 001S9 tu B l\1BMlmum halght Of 2'. Price Includes the cost or l(BM supurlntandant Gary to work hand In hand with Iha •rehlt~et al record to help flM a solution to this problem In n daslgn bulld fnuhlon ror a total or e l\Ourd, Price Includes the cost of l(BM PrCl!act Manager to work up thu co and mlat tl•rv In unythlng ha nead1 In providing a design build nltua~on for RPI lfr 00139, aoata for 1'hermftflbar 1111 rooms 1:1.0 &. 120 • Wast RPX ii OOlllD Material Costs-$ 48.00 Labor Cost Including design build time of 1 hour-$71.83 Total O&P Costs· $11.98 . .r,,tal.CO.cost-.$131.81 Thank yau for your bu1.11nessl Chris Hitssma11 -P~ojeot Manager/.Bsthnator KBM Southooast olwis@kbmso11tl1coast,com 239-590-6003 ' ' P•ojcct l11lormat 1on PtoJect# Tiiie Address City, State, Zip Counll)' Contact Company Address Cfly, Stato, Zip Countiy Phone Fa>< 18-1305 MARCO ISlANDAIRP MARCO ISlANO AIRPORT NEW TERMINAL 2005 Malnsall Dr. Naples, Florida KUM So~hcoast 208t6Hlghland1Ave Estero, Ft. 33928 239·59<M5003 239·59<M5004 Request for Information (RFI) Request for lnformatio11 RFlll Issue Date Priority Subject Reason Pdmt Cont,.cl Subcontract Dra'A4na Spec. Section Loe11tlon Olher 00139 28-May-2019 A.SA.P. Celling at Wom ens Room 119 and Mens Room 120 Addillonal lnformallon co sco Imp act: Schedule Das Flnanct1t SO.OD Requoat The ro ftected ~plan A 141 -R 1how a celling helgi.t olt' .a In the Womens Roan\ t 19 nl Mens Room ~20. There lfe Al.-6 twe\Wldowt wtit both rooms, these wlndowl haveltlnsom• above lhewlndowa. Thehtilght otlhe tl'lntom Is 10'.Q" lboYo lnbhed troor~an Wecreraocie \f.tlttlto lll nacm and Cllling. Pleue advise how IO proceed with this Issue Suggestion Respondents Contact Company Phone Scotty Bakowski Alkins -Fort Lauderdale 954..go3:3sos I Response Due Date 04.Jun -2019 Reaoonded 29-Mav-2019 Refer to Oetall 3, SheatA612. Maintain the oelllng height at9'..()" as apeclrted. Forlhe three window unlla within the restrooms extend the wood window trim at the window head above the finish oeUlng; tennlnate the oelllng against Iha wood trim. The window units· at the transoms wlll be exposed within lhe oellfng covHy. Page1 of1 ' . Project# Tlllo Addro11 C.Uy, 81lto, Zip countiy f'lf,fll Contact Compaiw Addl'GH Olly, Sttte, Zip Country Pho no Fa>c 18·t305MARCO ISlANDAIRP MARCOISLANDAIRPORTNEWTEAMINAL 2008 Maln111ll Dr. tf tplH, florfd11 M1ryOMoll Wo1lConat1Uollo11, lno. 820 NorU1 e1U1 st. Lcmlano, fl. 33402 Unlled 8llte1 G8N188~o27 Ht.YZ.0410 ..... . ...... ~Fl## Dato Duo Dato Pdollty Subject Rt1 1on Contact OomP,••~ Addro11 City, 8lato, Zip Oountrv Phone FM Request for Information (RFI) OOt39 28-May~Ot9 04.Jun·20to A.SAP. tJraw1110 8poo, 8ocllon Looallon Othor Celfng el Womens Room U9and ~n• f{9om 120 AddillonallnformaUon 8oolty8akcwlk1 Alkl11i • Foll Lt11d1rd11e 3230Wt1lCommercf1I Blvd. 8.,..100 Fr. Ltudordalo, FL 33309 USA 054~05 Roqueot TJ.0 rollectod celll~~pltnA~e11·R •~ow • cellog l11JQ!1tof9'.0·1nu1e~n 1 Room U Dend Mtn• Room 120. 1f1erea'9AW.~wlndC1W1 v.111110 both rooms, Uu,11 WlndoWS It •~• "'nsom1 ~~va lhil \\1ridoWf, '1111 ll q hl of Ut t ltenscm Is 10'.o"abova finished llOor c:au1tng 11ri fn'ltlftrwnoev.4\h th e lran som and eelllng. · .. • · . Pljl11~~ •<tJll• IJ~ to ~ed V!iih lhl• ~1 u1 Sugge_s.tt.011 Res pon se Refor lo Dolall 3, Sheet A612. Malnlaln tho celllng hel11hl el 9'·0" es aoeclflud. For tho throe window unlls within tho roslrooms el!tend the wood window trim at the window head above tho finish cellrng; lormlnote the celllng ogelnst tho wood trim. The wln~ow unlls et the transoms wlll bo exposed within the celling cavl(y, .. Gary l<ruager/Schenl<olShullz • 6/29/19 PagalofJ Project Information Project# Title Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Ma insail Dr. Naples, Florida Prime Contract Company Contact Company Address City, State, Zip Country Phone Fax Stephen D. Aks West Construction, Inc . 820 North 4th St. Lantana , FL 33462 United States 561-588-2027 561 -582 -9419 Description of the proposed change: Ja ck Truss Support Tube East Wall as per RFI # 00152 Response dated 6/27/19 . Install trusses at the low roof area Net Amount of this Proposed Change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 031 REVISED 07-Aug-2019 Jack Truss Support Tube East Wall as per RFI # 00152 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlaml Trail East Naples , FL 34112 . $14,'i'30.25 The Contract time due to th is Change Proposal Request Is to be determined at a later date . .j/ 'I, ~11.:; f5' Th is docume nt, when fully executed as accepted, shall constitute authorization to proceed with the work described herein. Submitted By Response : D AcceptO Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company By Date Subtotal= $14 , 730 .25 Tax= $0 .00 Total --$14 ,730:25 .:/> I 'I ':11 '1. "::jS I Page 1 of1 Women's Business Enterprise East Coast Metal Structures, Corp. 620 Whitney Ave., Lantana,. Florida 3346Z Pit: 561-766-2579 Fax: 561-766-2593 Email: Larry@eastcoastmetals.net Website: www .. easteoastmetafs.net A Dmg Free Work Place I Jleternn 111 Preference Hiring FROM: Larry levy DATE: 7/3/19 revised 7/18/19 JOB: Marco Island Executive Airport COMPANY: West Construction ATTN: Michael Christiano Description of Change: RF! 152 CHANGE ORDER REQUEST #14 R 1. Supply and install steel tubes/steel angle per RFI 152 $665.00 material $20.00 shop paint $350.00 shopfobrication {5.5 hours} $350.00 shop drawings $6,800.00 Installation {4 guys x 2 days @$75.00/hour +80 equipment hours at $25.DO/hour} $8,185.00 Subtotal ~ 10% mark-up <f' I~. ~O $9,004.00 Subtotal $72.00 Tax $9,096.00 Subtotal $750.00 Freight CJ '8 .., 5 ~ ~o Total ~ , CJ1. • -=> The duration to complete the scope of work for this change order shalt be {3~ bl!lsii:less days. 1he contract schedute will be increased by (3} business days due to this Change Oeder:. These ar:e appr:oximate timelines ancf are subject to change at the time of implementation. Your acceptance of this Change Order: shalt constitute a modification ta our agreement. THE AMOUNT OF THE CONTRACT WILL BE tNCREASED IN THE AMOILlfNiT 01::: $9,826.()0 SIGNED BY AUTHORIZED REPRESENTATIVE: ------------ By my signature above, I. attest that I am authorized by my company to enter into anagreememt to purchase goads and I on eN ices. By authorizing East Coast Metal Structures, Corp., to proceed with the work/seNices as outlined! abav.e and fur the sum as motred, customer assumes financial responslbility for providing payment for such wo rk/s .eNices; and guarantees; payment for sucll . ··ot-t STRUJ..:; ;,:.:i-i ·' SS O C:/\···; (.';'I Florida East Coast Chapter ... :'! ~ii.~itlLY.:< L8A LATl!t mJILCEAS ASSO.C.IATIOH1 INC . A'merican We ldlna; S'ac ial11- sum1tt111G.ll.OMPMll hlEMnrn: ~ LAMP LAMP Metal Trusses, Inc. 5410 Lombardy Drive Lula, GA 30554 Tel (770) 539-9366 Fax (770) 539-9393 2348 Woodland Circle Birmingham, Alabama 35242 Tel (205) 980-4757 Fax (205) 980-6865 www .lampmetaltrusses .com 69 Pleasant Hill Rd. Gadsden, Alabama 35904 Tel (256) 543-3085 Fax (256) 543-3085 Change Order Request (COR) #03R Attn: West Construction 820 N 4th Street Lantana, FL 33462 COR DESCRIPTION: REMOBILIZATION Project: Marco Island Executive Airport 2005 Mainsail Drive Naples, FL 32801 ADD $4,300 SCOPE OF WORK: This change order covers all costs associated with having to remoblllze to the site and Install trusses at the low roof area that was In question per RFI #152. Additional costs incurred are for travel time and equipment remobll!zatlon. Materials Labor & Equipment Engineering Freight SUBTOTAL COR #03R Pricin Overhead ~P("o fief- SUBTOTAL Profit 5% TOTAL $0 $3,900 $0 $0 218-18 Contract Amount Original Contract $108,000 Change Order OlR $3,021 Change Order 02 $13,703 Change Order 03 $4,300 Revised Contract Amount $124,724 S«H ~NK L.SHUL TZ ARCH IT EC TU RE Ju ly 29, 2 019 Mr. Kevin McCa uk y Proj ect l'vla nagl'I'. Av iation Atk in s North America 325 0 We st Cornrncn:ia l Blvd .. S uite 120 Ft. Laude rclii k, F L 333 09 RE: Marco Is land Execu tive A irp ort Ne \\' l'crmin a l Fac il it y anti Ass oc iated Imp rovemen ts C PI { ':03 1 -i\ lodifi ed Tru ss Bcarin g Support s Cornmi ss iun No. 16 20 72 9 Dear Kevin: The projcl'I de sig n te:u11 ha s rc\ iel\'c<I th e Chan ge Prop os al RequL'St refe re nced above. The cos ts an: a rc ~uh or th c re loca ti on a nd 111ocli fic a1inn o rrool'trnss hea ring stee l supp ort at th e exte ri or litL'e ol'thc bui ldin g that had been inrnrrcc tl y in<lica tcd on the co ns trn cti o n d ra w ing:;. Upon re ce ipt o l' initial pr icin g wi thi n th e co nt ract ti n1 c constra int s . it wa s d etermin ed tlw t pri cing had nnt con s iden:d th 1.: l'u ll sco pi: o l'th e wo rl-. invo lved. T hcrc lorc. r1.:visc d pri ci ng ha s s ub sc qul·nt ly hi::en s ubm ill ed. Wit h res pec t to th e rev ise d pridng, be udv ise d o r th e foll owing co111m c 1 11~ fro m lh L' d l.'s ign tcarn : • No cxccp tion tak(·n lo thc co st o r th e ma terial from 1::ast Coas t Meta l Stru c tu re s, Cor p. • ll i~ 11u1 up i11in'l tlKll t\H r d:1y -L;1t 8 hours pl:.l· da) in lie u o f tw\> <.i nc l 01h:-l rn lf d ays wo ul d h1: 1\:;1$o n:1b k fo r ll1·n· li e ld tcc hnic:ian ' c111 'ill' ft :l l time to pro,,idc: the: ~t ru c:t urn l s11~c l rn stnllnt i\ln . • N o c~1.:e pti1i11 1akc·11 1111hc re111n hili/.al io11 tu th e s it e lo i 11 ~1nll the .iac:k lru ~~c·s li )' I .amp l\lktal l'n l'~e~. 1111.:. 1111\\c'\ c:r, th c:rc: i ~ 11\1 i1-:111 iL.c1li o11 pr u1 id c·J in <;uppo rt o f the l.11.m.r ,n 1d equillJ ll('ll l co~I. l l1w11 ca rcl'u l 'l>lhick r.1111111 o f the L'ilurt in\-ohed. a tnul ofS.l ,900.00 in li ru nf~.1,l)70 00 i, cn 11 ~i d c'l'L'd 111 he rca~n nn h l c f1); the: \I l l f 1-,. • l'cr Co llie r l'o11nt ,1 Proc urc mcnl 11 cpa rt mc nt. the co sts <1 ss ocia tcd with th e Proj ec t Mana ge r ;m d Assis tan t i>1\~jcc t Mana g ..:r arc i.:nn s id ered to be incl ude d w ithin ti ll' Con tracto r's n1<1rk -up. Wit h rc~pc c t to co nt ra c t tim e. us o f thi s da te a nd the currcnt Sc hcdull-Updutc No. 1 1. till' s ite wor!,. is indicated to he th•: n it ica l path of lhl' prn.k c t. Thc:rc fo re ti ll' nllldifio:a li o n o f th e tru ss bearin~·. s upp ort s al thi ~ tim l.' slw ul d not bL' rnn ~id c re d 10 bc an impm:t 10 the pro,k ct sched ul e. Pu rsu ant to the information o lTcn.:d hl'rein and ti ll· su bse qu ent adj ustment s Ju ti ll· 1i111 l' o r ins tall at io n rcl mi1 ·L' to bot h tl w ~t ru c:t u ral :-.upporl s lcc·I and tru s,cs a ~ dc sc:ribcd llho\'e. th ..: Des ign Tca m reco111111c1Hb a tolll l rn~t \lr $14 .73 0.25 as rnns idc:rL·d to hc ll1i r and rt·:i~o n ablc for the acl<lcd ~copl'. / lary F. 'rncgc r. !\I 1\ l'nrtner Sc hcnl\clS hult z Archi ti..:durc J\1ta d 1111cn t: Wes t Constru ction CPI{ 1103 1 Rev ised Cc: Ju st in Lobb/Airport s Mmrnge r Ml<.Y SC H E NKELSHU LTZ -l'o rl Myors • l 2~G I Uow 6rit1 •11y Di v~.• Fon Mye r<, n o1i d a 33907 Ph o ne 239·9•10·23l7 • Fa • •107·811·3103 • www.1cl 11•11 l ehhulu co111.• llrch t ec turDI Liconso /Ill C0009J7 Change Proposa l Request (CPR) I , I Projocl Information , 10-1305 MARCO ISLAND AIRP . C ango Proposal Roquost ' 031 1O.Jul -201 9-REVI SED ProJoc t fl. Tltl o Addross MARCO ISLAND AIRPORT NE:.W TERM IN AL 2005 Mainsail Dr. CPR# Issue Dalo Subj oct Jaci< Tru ss Support Tube Ea st Wall as par RFI II 00152 Re spon se City, St.ato, Zlp Country Napl es, Florida Primo Cont met Comp ny Conta ct Com pany Address City, Stato, Zlp Country Phono Fax Sl ephon D. Aks Wa al Cons truction, Inc. ll20 NorU1 41h St. Lantana, FL 33462 Unlled Slal os !i61 -586·2027 501-502·9" 19 Desc ription of the propos od ch ango: Jack Tru ss Suppor t Tube Eas t Wallas per RF I # 00 152 rtesponse dated 6/27/19. lnsl all lru sses al the low roo r area Not Amount of this Propo s ed C h ange : ·a nor , · Contact Company Address Ci ty, St..ito, Zip Co untry Pho no Fo x Barbara l ance COLLIER COUNTY BOARD OF CNTY COMM ISSIONERS 3205 Tomlaml Tr oll East Nap le s , Fl 34 11 2 The Contract time due lo !his Chango Proposa l Roque s! Is lo be do tormined at a lalor da\o . This document, when fuly oxocut ed os occeplod, shall cons litul o authoriza tio n to proCE1ed wilh !he wo rk described he rein . Com an Fina nc ial and Schedule Im ac t Detall s Response: D J\coept 0 Do Nol Accept COLLIER COUNTY BOARD OE (;NTY CO MMI SSIONERS Company Dale $17,653.23 I : ~ . Unit .. Unit Prlco 1 ... 1 Re-moblliza li on lo th e job ·slle & i nstall lrusses al th e tow roof area 1 LS 2 -----Siiiifi!_lnstall Stee l Tubes/SteclAiig~[lerRFll/152 Response __ ~-.. ------,--LS -5 ~.Mll..O.:.qQ_ ---~G:GG- 3 Projec t Mamiger --· _ 2 TiOUrS - 1 t ,1'1 6.00 ----$11;1>16:6& ... 4 ____ -~~isl~_nl Proj ect M a n ~----·---1 Hour -5-_ CQOlrf!_c_l~s5%_m~~lp ON 1 7-/-~5.oo -----1 ~-·-·· $7 0.75 -$+5'f~ $42.00 ~ $727.73 -$7~~ - Subtota l :: $17,553.23 Ta x = $0.00 Total ::-$+'7-;553:23"" c;o t .ZS fJl'j 4130 .'2 ~ I Pag o 1 of1 -------------------·------ Ce1·t ifi e cl WBENC "'X1>incn '~ B11Sl11e.~s Hn tcr/>ri~ll. ~CERT I F IED <FABR ICATOR East Coast Metal Structures, Co17J. 620 Whilney Ave., L n11/n110 , F l orltla 33462 Pit : 561-766-2579 Fax: 561-766-2 593 E m ail: LftO'Y@QR&toooslmcta ls.net We bsite: ww111,ea.!l·t,·e11~·tmt•(al.f.m•t A Dm g Frei! Work Pl11cc I Vet11m 11 's l're/er.mce J/lr/11g FRO M: La rry Levy DATE: 7/3/J.9 revised 7/18/19 108: Marco Island Executive Airport COMPA NY: Wes t Construct/on ATTN: Mich ael Christiano n escr/ptf1J11 of C/1rmg e: I/fl .l !J 2 CHANGE ORD ER REQUEST #14 1. Supp ly and in stall ~l'f1 l'l t 11ln•.<,/~lt 1 Pl rlll gl<' per rm 152 $665.00 material $20.00 sl1op paint $350.00 s/Jop fabrfcat/011 (5.5 /Jours) $350.00 shop drawings (.,, 1 fl OD. oo ~ lnstaflatlon (4 guys x )ef; days @ $75. 00/hour + 80 equipment hours at $25.00/hour) ~ 18? DO .$9,385:00 Sub total 1.." 1 ~ttJ .oo ~ 10%mark·up ~ 004.oo ..$-ltt;32>W<J Subtotal 1 $72.00 Tax 1, Vf~·"o ~~6:ee-Subtota l $750.00 Freight '1 , ffU,. 0 0 $11;146:00 Toto/ The dumt /011 to comp lete the sco pe of work for this change order shall be (3) business days. Tir e contract schedule wlll be In crea sed by (3) busin ess days du e to this Change Order. These are approximate tim e/Ines and are subject to change at th e time of Implementation. Your acceptan ce of this Chang e Order shall constitute a modification to our agreem ent. THE AMOUNT OF THE CO NTRA CT WILL BE INCREASED IN THE AMOUNT OF: ·$-™-46:f)f)- SIGNED BY AUTH ORI ZED HEP Rl:SEN TATJV E: ------------- ll y my signature al.love, I alles l lhal I am authorized by my compa ny lo enter Int o an agreement lo purchase goo ds ;ind I 01 se rv ices. Uy m1t hor l7.ln c Emt Coas t Meta l Structures, Co rp., to proceed wilh the wo rk/servi ces as ou tlined above and for the sum as noted, customer ass um es li nancial responS ll Jili lV fo r pro vid ln 3 paym ent for such work/se rvi ces and l!Uar.intces pay ment for Sll Ch. < ()II '. I l:l I< I/ l 1 i I 1\ ', :, t 1 l I 1\ I II Ji'I ~BC !:Je-.::.m:.:.•c: F/01/da l'HI Co111 Ch8plt1 ,1, I 1 LBA LATlll UUILO Dll S A5 SOC IATIOll, lllC . -·-. ·---·---·---------------------------- llnte rlca n Wel di ng Sucloty ~Ull Al/l l llt CO!.IP.lllY l\IMlllU ~ LAMP LAMP Metal 'frusses, Inco 5tl IO Lombnrdy Driv e Lul u, GA 30554 Tel (770) 53 9-9366 Fnx ("/70) 53 9-93 93 23 48 Wo odlm1d Circle Birmi ngham, A lab mnn 352 112 Tel (205) 980 -47 57 Fnx (205) 980-686 5. www.!1m p m atalt ru nes.cgm 69 Plcn sa11t Hi ll Rd . Gadsden, Ala bn ma 3590'1 Tel (2 56) 543·3085 Fax (256) 543-308 5 C ha.ng e Order Request (COR) #0~ Attn: West Con stru ction 820 N 4th Stree t tanlnna, FL 331162 C OR DESCRll''flON: l<fo:MO I.SJ LIZA flOl'l Project: Marco fs la ncl Exec uti\'C A irporl 2005 Muin~uil Dri ve Nuj ilc s, FL 32801 ------------------------------ /\DD SCOPE OF WOIU(: Thi s ch a nge orde r co ve rs a ll costs a'ssocl a t e d with having to re m o bili ze t o the s ite and Insta ll trusse s a t th e low ro o f area tha t was In qu estion pe1 llrl 1115 7. l\dditlonal c osts Incurred a re for tr ave l time and e quipme nt re m obili zati o n . C OR f/03 Pl'icin g Mate rial s $0 l.ub or & Equipm ent -$4;9'16 '3/~oo . VO Engin eering $0 Freight $0 SUBTOTAL ~ 3~ "100 .00 Overh ead 5% ~ SUBTO TAL SS,219 Pro fi t 5% -.1:u.~ TOTAL '85;MIO Project Informal/on Project# Tiiie AUdreas City, Slate, Zip Co~nlly Orlgin.ilcd Oy Contact Company Addro sa City, Stato, Zip Country Phono Fax Request 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Malnsall Dr. Naples, Florida MaryCanoll West Conatrucllon, lno. 820North41hSI. Lantana, FL 33462 UnlledStatea 661-580.2027 66Mi82-9419 Request for Information (RFI) Request for lnfonnallon RFI# lasueDale Priority Subject Reason 00162 24.Jun-2019 A.SAP. Jack Truss Support Tube East Wall Additional lnformallon Rcfcrenr.es .111d Sclwd11lt'/fln.i11clo1I ln1p,1 r.t Prim• Contract Subco!ltract Drawing 8p10. Section Location Other Impact: Schodulo Daya co sco Financi al $0.00 The plaOjllllln l of truss support tube at"l and embedded plates on th e ea st wa M along Colunvi lfne 1.6 betwtlen Columns 1' and B IC and E4 ahow the horizontal tube supporting the trust et elevation 116'-0" The embedded platea wef8 caat Into the conctele be1m a11hown on DetaU 13114 Sheet 8400 and the Approved alee! •hop dra'Mllg detaU K Sh eet E-200 with the top of the horizontal tube ateel al Elevallon 116'-0" RFI #076 and RFI #083 addressed the conCrete beam truss bearing elevation s and lowered the conael e beam s to elevation 113'-6" this was to allow the eave of th e truss to cons istently align along the till length of th e Eas t elevation. Suggestion . · We have provid ed a polenU al solutlon to this problem by fabricating newve rtfcal tubes and lnstalllng the vertical tube {n a hanger position th en weld Ing the horizontal tube at TOS ElevaUon 113'-6" please see attached 1ketch Please advise 1teel sizes and weld Ing requirements If this Is aoceplable If not provide revised detell · · Respondents Contact Company Phone Scotty Ba!<owakl Atkins -Fort Lauderdale 954-903-3605 Response Due Data 01.Jul-2019 Reaponded 27.Jun -2019 I have tevlewed the attached detail With regards to lowering the existing steel tube for truss bearing el the (2) East wall elevations above the bump out lower areas. The attached detall wlth·membere and faelanlng for extending the tube down Is acceptable ONLY for the area directly above the bump out walls since tlie tube can be hidden within . However, the side areas outside of the wall cannot have the tube for truss bearing as It cannot be hidden by the sofftl At these areaa: Provide a L6x4x5/16 angle length equal to the span neceBBal)' (6" spacing ~etween the bolts and free edge 1paclng pf2" for the enCI fasteners . The boll holes are to be located on the plate 3 Inches down from the top of the plate verllcal!y. Furnish HilU KWll< 3 HOG wedge anchora 1/Z' dlameler, 3-3/4" long with minimum 4" embed. · Page 1. oft t I I I I i t ~ ' ~ f ! I i I " ~ I~ I. Ill P1o)eG\ !n!ornwllon ProJaot# Tlllo AddtH• City, 81llt1 Zip Counlty contact Company Addre11 City, Slllt, Zip .counlty Phono Fe< Request 10-1306 MARCO ISLANDAIRP MARCO ISl/INDAIRPORTNEWTERMINAL 2006Malntol1Dr. N1plea, Flolf<la ~iyCtn'oll WHI Oon&tnldlon, lno. 820 Nollh 41h St. Lan11n1, FL 33462 Un11od stales S&f.118'4027 S81-1111M418 Request for Information (RPI) Request roi h1fom1at1on RFI# Pale Pua Pait Priority llub)aol R11a~n Oonlaot · company AddreH. City, 81Alt,Zlp eounllY Phone FM 00152 UJun-11019 01.Jul-1019 A.S.A.P. Drawing Spoo.seotlon Location Olhtr Jack TIU .. Bupportl\Jba E11lWllll AddWonal ln!annaUon Bcolty Blkawakl AUclna, Fort 1.aud1idlla 3230Weal Oommardal Biid. Sulo100 FT. Laudold1le, Fl. 33309 USA 854-8034805 The plaoomenl of trutt aupport tube 1te11 and embedded p~te• on lho eaatw1ll 1long column llnil 1.s bttween Columns A and B /0 and 114 oh ow lh• hollronlelMla 1uppoi11ng Iha buss at e1tv1Uon 116'.q' The embedded plates were e111t lnlo theconorete beam 11 ehown on Detall 13/14 Sh111S400 and th• Approved tleal thop dralllng delal K Shoal E-llOO v.ilh lhe top of the hoJlzonlal luba otaal al l!lavallon 116'.0' RF! #076 and RFI #083 addralHdtho concrala btam w .. beartnifelava\lon• ••d lowared lhe con crate beam a lo etevaUon 113'oll'lhla woe to alloWth• eava •flhe 11U11 to conolalenUy a11Qn along lh• lull lanQlh olUle Ea1l 01tvauon. . Suggestion . . We have pro'Adad a po1enUal1olutlon lo thla problem by labrtcatlllu nawvertloel lubea and lnslalUng lhevertlcal loba In a hangprpoalUon lhan Walding · lh• hoJfwnlellob• atlOS ElavaUon 113'-6' pleaa .... attached akelch Please tdvlae alaela!ma and welding re~ulramanla H lhl• It acoeplabl• Hnol provide revised delall I have reviewed the attached detail with re ards to lowerin East wall elevations above the bump out lower areas. The attached detail with members and fastening for extending the tube down Is acceptable ONLY for the area directly abO\fe the bwnp out walls since the tube can be hidden within. • However, ·the side areas outside of the wall cannot have the tube for trnss bearing as it cannot be hidden. by the soffit. At these areas: Provide a L6x4x5/ 16 angle length equal to the span necessary ( 6" spacing between the bolt and free edge spacing of2" for the end fasteners. The bolt holes are to be located on the plate 3 inches down minimum 4" embed. • Where the building projects. ' . Richard Algoo • TRC WW BngineerJnguI=n=c·~--­ SJgnature Paga:J.oft CANOPY TIJBE MARK CM2 HSS4X4X1f; CMUWALL ~-----(SEEPLAN) ~--·-.--=== TIP~2l I _.I. r~~,g"i -"'L Mj ~ Concrete beam. lowered·to Elev 113.-6" Qt1U WAU. per RFI 075 / 083 Relocate c.o'htinuous-HSS 4X4X1/4 to. Elevation 113'-s"' to ma.tch eon·crote jJeam CANOPY TUBE MARK CM1 HSS4X4X¥; ~ ECTION .· . ., ... . ... .. I: •• ·"' • ... IC N M PL1/2"XB" x 10" W/ (2) 1/2" x 6" STUD J;xt:end.Support .HSS 4X4X1/4 Project lnfonnation Project# TlUe Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: New HM Door & Frame as per RFI # 00163-Response Net Amount of this Proposed Change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 033-REVISED 02-Aug-2019 New HM Door & Frame as per RFI # 00163-Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlaml Trail East Naples, FL 34112 $1.199.00 The Contract time due to this Change Proposal Request is to be determined at a later date. This document, when fully executed as accepted, shall constitute authorization to proceed with the work described herein . Submitted By Response : D AcceptO Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMI SS IONERS Company By " LS 4 Contracto(s 1 O"/o Mark-u LS Date . . . $1 ,090.00 $1,090 .00 $109.00 $109.00 Subtotal = $1,199.00 Tax= $0.00 Total = $1, 199.00 Pag e 1 of1 SCH < "L SHULTZ ARCHITECTURE Jun l.: 29. 2 019 Mr. Ke vin Mc Cauky Pr~j ec t Ma nage r, Av iation Atkin ~ North /\mer ica 325 0 We st Co mm cn.:ia l Blvd .. Suite 120 Fe. Lu11d erda le, FL 33309 RE: Ma rco Is land Exe cutive /\irport New Term in a l Facilit y a nd Assoc iated Improvement s <. l'I{ 'l(l3.l El ev at o r Equ ipm ent Ro o m Doo r and Fram e Co mmi ss io n No . 16 2072 9 Dear Kev in : T he proj ec t d es ig n tea m ha s rev ie wed th e Chan ge Proposa l Reque st rt!lc re nccd above . The c.:n sts re fl ect th e n:pla ce 111 e11 1 of th e s pec ifi ed door and rrnm c wi th a w ide r o peni ng as is indus tr)' ~l anda rd and requin:d by thl.: ckvat or c:quipm ent s upp lier . Th e des ig n t ~·a m take s 11 0 exception to th e materi a l cus h pr esen ted by l'ie ld's Dour & Hardware, Inc .. hu11 c\ er \I c reqw.::-.t ve r i lkat ion b) the C1cn cral Co ntra ctor a::. lo th 1.: pp l•l'lllni t) or crco il co:,b n 1;1111 ~ rc :.lrn.:kin g d 1argc·.:. lo r th e orig in<dl )' ~p cc ilicd frm n.:, .ind do 11r Pe r Co ll ier Co unty Procun.:mcnl Departme111 th c 1.:os l5 n-;sociated wit h the Proj ec t Mana ger a nd 1\ss ist ant Project Ma na ge r arc cons id e red tu be in.:1111.lcd w ithin th e C'o n1 rnc1o r 's mark -up. Th erefo re: the adj us tm ent o f th e l'ontrn c tor's mark-up al 10 % shal l he revi ~cd to $109.UO :1 11cl th e Iota I Change Propo ~a l Requ es t ~hall be in th e an1oun t or $1.19 9 .00 pendin g the\ c rili ca lion o r th..: C.\i stin g mate ri al to be rdun 11!d . \Vi th r..:s pc ct to rnntrm:t I imc , ns o f th is d nte nnd the curre nt Sch edu le Update No . 11 , th e sit e work is indicat ed !ti bc th e t·rit il'a l pa th o f the pn>j ccl. rl icrclorc t h ~· mnd itkati o n o f' th e door size at thi ~ t im e sho uld 1101 be <.:on sid crc·d lo be an illlpil ct to th e proj c·c t sc hed ule. Ba sed up o n th e in for mation 1)fkrcd her1·i 11 . th c design 11.!illll rec 1•m11w nd s a ct·cpta ncc by th e Ow ncr of 1hc alla chcd C hilnge Pro po sa l RequL'~t at S 1.199.00 lor i111p le me11t atio11 int o ll w proj ec t. Sc hen l\cl S hult / i\rchitcl·turl' 1\11m:h111 e11 1: Wc s l Constru ct io n CPR 11 0 33 Cc: .Ju ·;t in Lo bb ' Ai rp orts lVlilnagcr Ml<. Y ------- SCHENKELSHULTZ -Fort Myers • l256L New Orit1 a11y Olvtl •for t My er>. Florid a 33907 Phone 7.39 ·94 0 -7332 • fax •10Nl72·3303 • l''filY .\OO ll~Pll hu lt(_rll:lL • llrchi tec tu1~l Ucense ll •\·C000937 ': Project tntormallon ~ · Pr ojecl ll Tlllr: Al ldfQ !>S C il>'• Stato, Zip ~Oll~l ry I0 · 1 30~ llMRCO IS IA ND N Rf> I Al\HCO ISLJ\ND /\111POHT Nl·W TEHM INl\l. :!Oll ~ M:ii nsail Or l ~d p los, flo·vJ.1 ~-Prime Contl11ct Comp ny · ' · ·· · '-· ~ . ·· ' ,. · ' · · "· Co11l att Cit y, Sl<1l c, 7.111 Co11 nt1y f'I HlllO Ft1 r ~)1t1µ1to 11 D. A~s \'\/o•;t l:unslruct1on , lnr, tW 1 Nodh '1 th ~ii 1 .• 111: 11 1.1 Fl .IJ 16:1 lJ 111tud Stat<:s !1 bl ·'itJIJ ·<'0 21 !iii \ ~iOL ·9•1 HI L>ns Gri pti o n o f th e pro po:;ccl c ll a n g c : I J t •I', I IM n H t. I i;H) .. ,,-; pt:r l ~f 111 i:t)l(f' R 1)Sjlt;ll•;1• C1 imp <u l j' F i 1w 11 1;i ,1l a 11tl S i;l 1u dulc 1111 ><H;l Dd ails cirmroftI!!?I~ , · · · · r 1 i"j.j;7,:'.j1M flu .;• i'. Frw11c <1$ Jl i•I flr-1 11 OOI G3·Re sro 11~c ., I I "nj ·~• I f /l.Ull'J'" /\~~•:>:•ti 1t I ., ?j~~l ,_~ .. ·:I~~\.~• , :~~:, ?w ,toc'·. Hr., r,'.1;1~-u r '• Ch a nge Proposal Re quest (CPH) ! : • '. • . . • t: 'I ~I •, • ' I I' • \ I ', • ' ' I I • CPR// l s~uo Da to Suhjoct 033-REVI SED l !J J ul 20 19 New f tM Duor & Fr ame a ~ f){!r Rl'l 11 0 0 1G·1 n espllm() ·'owner · · · · · · · · · • ·. ··" C o 11 tM:t Citr. Stahl , Z i p Co11 nll t l'h J l ll ) Fa ;< Barli:irulanoi COi.LiER COUN rv B OAl~IJ OF CN rv COMM ISSIONEH S 3;!:J '> ·r nn 1ia111i ltui l t.:;out ~ : .. , S l .0 90 00 $'11i'7 r, M;•(~J $1 i!;·o:• ~i ull t i i ; 1' o: ~ I )ii!) •I I ·1 ;1..< o: '.b() Oil ·1 11.il .: :i,1,;!li!i .'1 t l 'J I I ; Lt . (• I'> ) Page I ur1 Project lnfom1<1tion Project# Title Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, Inc. Address 820 North 4th St City, State, Zip Lantana, Fl 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: New HM Door & Frame as per RFl # 00163-Response Net Amount of this Proposed Change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject OWlll'r Contact Company Address City, State, Zip Country Phone Fax 033-REVISED 19-JuJ-2019 New HM Door & Frame as per RFI # 00163-Response Balbara lance COWER COUNTY BOARD OF CNTY COMMISSIONERS 3295 TamlamiTrall East Nap les. Fl 34112 $1.265.41 The Contract tine due to this Change Proposal Request Is to be determined at a later date. This dOCllTlent when fu ted shall oonstitute authorization to rooeed with the work described herein. Submitted By c ompany Fl I I dS h d I I nanc a an c e ue mpac t D t II ea s • I . 1 New HM Door & Frame as oer RFI # 00163-Re soonse 2 Prolect Manaaer 3 Assistant Prolect Manager 4 Contractor's 10% Mark-up Respons e: D AoceptO Do Not Accept COLLIER COUNTY BOARD OF CNIY COMMISSIONERS Company By • 1 LS 0.5 Hour 0.5 Hour 1 LS Date . • . . $1 090.00 $1 090.00 $78.75 $39.38 $42.00 $21.00 $115.03 $115.03 Subtotal = $1,265.41 Tax=$0.00 Total= $1 ,265.41 Page 1of1 F D -I H TO: Fields Door & Hardware, Inc. 10061 Bavaria Rd., Unit 2, Fort Myers, FL. 33913 Phone (239) 728-3667 Fax (239) 728-3669 EMAIL: lnfo@fdhlnc.net West construction RE: Marco Island Airport ATTN: Michael Christiano mchristlano@westconstructlon.net Material quote for opening #218 EMAIL: Change order 1 R RFI 163 ADDED kick plate MATERIAL QUOTATION Date: 7-18-19 Per our conversation on 7-10 -19 we are pleased to quote the following 1----------Single hollow metal frame 3'6x7'0 5 % RH swing #218 1----------Solid core wood door 3'6x7'0 1 % flush 45mln rated RH swing #218 1----------Klckplate ROC. 8x40 Total tax Included------···························································$ 1,090.00 **This material quote Includes ground floor delivery only. •• TERMS AND CONDITIONS 1. This proposal Is acceptable only for a period of thirty (30) days unless speclflcaliy otherwise stated above . 2. Ali Invoices rendered again st this lot of materlal will be made by the 25th day of the month delivery was made . Ali Invoices becom e du e and payable on th e 10th of the following month. 3. As material suppliers all Invoices shall be paid In full with no retalnages or holdback s. 4, All Invoices not paid on or by due dates shall be assessed a (ca rrying/service) charge of 1 Y.% per month or part thereof. 5. All contract materials ordered by us that cannot be delivered to project or purchaser shall be Invoiced as If delivered, and held In our warehou se unlll delivery Is requested. Such Invoices will be accompanied by above notice and proper Insurance coverage documents . Further, purcha ser Inspection Is available during norm al company hours at the above location. ***MATERIAL TO BE SHIPPED FOB JOBSITE (FREIGHT ON BOARD) ... ACCEPTED BY I TITLE PrOJ<'Cl Information Projec:tM Tiiie Adlhn City, State, Z.lp Coun'by Conlac:t Company Adchn Oity,St.te,~ Countly Phone Fax Request 18-1305MARCO ISLANDAIRP MARCO ISLANDAIRPORTNEWTERMINAl 2005 Mainsail Dr. Naples, Florida MalyC8no11 WestConslludion, Inc. 82.0No!th 4th St lanlana, FJorlda 33462 Unlled states 561-688-2027 561-682-9419 Request for Information (RFI} Re q uest for lnfom1ati o 11 00163 1<hlu1-2019 ASAP. RFI# Issue Date Pllority Subject Reason Hollow Metal Door and Frame RM 218 Elevator Machine Additional lnfonnatlon Refcrt•ncc"> dlld Schcdulc/F111a 11 c1;il Im pac t Prune Contract Subcontract Drawing Spec. Section Location Other Impact: Schedule Days co sco Financial $0.00 Approved hollow metal shop drawings specified a 3'-0" X 7'0" Door and Frame (HM Shop Drawings Item 54 "annotated 45Mln" Hardware Schedule Page 16 ITEM 26 HW-25). Typically dOOl'S and frames for Elevator Machine rooms are 3'-6" X7'-0'' to aUow for placement and removal of the elevator machine equipment. Please advise If door and frame 218 should be revised to 3'-6" X7'-0'' to accommodate future access requirements. Suggestion Res ndents Contact Company Phone SmUyBakowskl AtilS-Folt Lauderdale 954-9IJ3.3605 Due Date 17.Jul-2019 Res nded 17.Jul-2019 Correct. Revise the door and frame at the machine room (Door#218) to 3'-6" x 7'-<Y'. Page 1. ofJ. Request for Information (RFI) Rc1;ucs t fo r ln fcr111Jl1011 Pl"J)lcl• 18-13D5MMCOISlANDAIRP RR# 00163 Drawing Tille fMROOISINDAIRPORTNEWlERMINAL Date 10Jul-20f9 Spec. Sedlon AIMlnl 2005llallul Dr. Due Date 17-Jlf-2019 Location other OIJ.Sllllt.,l'jp ...... Ania Pllorlb' ASAP. COl9*J SuttKt HolowMl!a1DoorandFrameRM218 EJevatorMachlne n.ason Addllo~ lnl'ormlllon ~ ..,Cnll Con1Kt SooUy Blkowlkf CallplllJ WellCGllllNliill-. Inc. Company Alkins-FOlt l.eucleRfele AMns m.o Nlllllh 4lh St. Adclren 3230WeatCommerdalBlvd. Sllle100 ca.r.---...... R.33462 City, stiu. lip FT. LaucleRfale, FL 33309 a...., ltilldSllllll Country USA ...... .,...., Phone ~5 Fa 51taz.8119 Fax Request ~ holow melll ahopdnlwlngs specified a 3'-0'' x 7'CY ' Door•nd Frame (HM Shop Dniwtngs li.tn 54 "1nnotat.d 4GMln" Hardware 8dlecflleh"91•1TEM26HW-2&). 'fYplclllydoonaandhmMforElev1torMIChlnerooms•re3'-l"X7'·0"to.tlowforplacem111t •nd n1movel of lheellv.cormachlne equlpmenL Please acMst Ir door and frlm• 218 should be revised to 3'-&" Xr-0" to 1ccommodate futurw ecc-..1'9QU1rwments. COJrecl. Reme ~door and frame at the machine room (Door#218) lo 3'-6" x 7'--0". Gary Krueger/Sche nkelShultz-7/16/19 Slgnatul9 Page:l.of:I. It appears we are being invoiced twice for tax and freight as these items are on both the JR Swanson and Ferguson proposals. '· Project# Title AdcirN•s 18-1305 MARCO ISLAND A!RP MAHCO ISLAND J\IR.PORT NEW TEH \1 1Nf1l :l005 Ma i n s~H Or City, State, Zip M;iples. Florida L~~~m try --· _ ___ _ --··· j Contact Stephen D. Aks I Company West Co11slr11ctlo11, Inc Alldr<Jss IJ20 Nmih 4th St I II City, Sllltc, Zip counlly I __ J I .Ph.one F<ix United States 551-580-2027 SG1 .. !J02·9 419 " ·-·-·--·-.. -·--· -...... ...J Description of the proposed change: Change Proposal Request (CPR) CP~+}Ell~-·---i !s suo Dato 25·.lul-2010 1 St1hject Chase Walls al Restroom as per RFt!l 1134 Response \ Contact Company Address City, State, Zip Country Phone F a~ Barbara Lan;-,e COLLIEH COUNTY 1301'\RD OF CNTY COMMISSIONERS 3295 T aml 91l'li Tr all East Nap les, Fl 34 I i 2 I ...• .J I ·-______ ..J Net Amount of thi !; Proposed Chang e: ~~ Tt 10 Corlir<.tc.1 fanr-du:-"! le this Chemg!'J Propn~o,t Requesr b tv bo detenn:ncd nt (1 later dato ·~-~~·~2!.l!.'.Y. e~~..'!~~:ed, :!!!~~~~!~,ute ~rlrnliO~.£!~e<J wilh the wor\< descr~oo .!2.£!!:_"'-"--·-·---·------.. ~. '.~ ~~ 3 · 301. Responso [J Accep:O Do NotAi.x:.}pl _g.Q.l,~1\;8J;:.Q!Jt:Ll}'.J?.Q.~_p_Qf_t~NIY CQMi./l!i?J)J,<;lN_l;'I§ . CNnp0ny P<1go 1cf1 To: West Construction Attent ion: Michael Christiano Address: JOB NAME Marco Island Executive Airport 2001s. TamlamlTuiil Um#lO Estero, FL 33928 Office: (239) 590-6003 Fax: (239) 590~6004 E·Mail: pids@kbmsouthtoast.com CHANGE ORDER JOB NUMBER co# 14 Date : Office: Fax: 2005 Mainsail Dr. Naples, FL 34114 PROPOSAL SUMMARY Change Orders: July 24, 2019 561-588-2027 JOB AODRESS AMOUNT 1 This proposal Includes the demolition of the 1 ''floor bathroom walls at the affected areas per RFI # 164. This propo.;al Includes the removal of the existing HM door frames Installed In metal stud walls to be moved. , This proposal Includes the cost to re -frame the 1'1 floor bathrooms affected by RF! # 16'1 . , This proposal Includes tl1e additional layout time for the 2n<1 floor affected areas. This pro po sal Includes the updated n:sponse to RF! fl 164 that was received by KBM PM 011 7 -18 -19. Costs for bathroom changes per HFI # 164 Material c<Jsts ·· $65 0 r Labor -~ z,'l.8."=>0 Tolal O&P costs ~1 n ,20 ~~.~S- Total CO 14 cost-~,894.2& '\02.. f,~ Thank you for your business! Chri s 1-lassman -Project Mannger/EstimaLor KB M Southcoast fJJ!·i .. 1<1 \k l.H n:>u .all i ... u a s l .-; 'Im 239-590-6003 --------··-" PROJECf; Marco Inland Executive A rpo:t OWNEns REP.; West C;.ons.truc\ion , _______ _. ............... UEIJNll!O-----------··----------·~~~~.----- JR Swanson .E'it.1rnbl11g Co. Date: Frlday,_.hiiz i_~.?:;..;·o'-'·1""9 __ ... Contrai:lor Namei: Address: O. SUMMARY 413·10Srd street Field Order No.: ~raFa0s:.l!L.L13o4--···~===: Change Proposal r'-lo .. ill?l?fill.-.ifiliL==-==--= ·---······ .. _fr[(jJ~L~l11i'.J..Qi...?O 1 H. """°"-\ ' ['.':(~!" I ~FERGUSON FERGUSON ENTERPRISES LLC #SG 93150 LAREDO AVE, FT MYERS, FL 33906--0000 Phone: 2$9·332-4242 Fax: 239-\!32-7709 ellver To; rom: Jim Kellogg omm11nta : J 09:02 :21JUL18 2019 Page 1of1 Sid Dato: 07/18/19 Quoted By: JK Customer: JR SWANSON PLUMBING CO 686 STONECREST LN UNIT 1 CAPE CORAL , Fl 33909 CustPO#: FERGUSON ENTERPRISES LLC #52 Price Quotation Phone : 239-332-4242 Fax ; 239-332-7709 Cust Phone: 239·542-7473 Torma: CASH ON DEMAND Ship To: JR SWANSON PLUMBING CO 686 STONECREST LN UNIT 1 CAPE CORAL , Fl 33909 Job Name: MARCO CLOSET CARRIER -------·---~---------·-----· -·-------------·------- Item ZZ 1203ND4 --------·---·--------- -·---~:r3 Freight : $65.00 · ,....(() Total : $1319 .68 y- Quo ted prices are based upon reoo lpt of the total quantity for Immediate shipment (48 hourG). SH IPMENTS BEY OND 46 HOUR S SHALL BE AT THE PRICE IN EFF ECT AT TIME OF SHIPMEN T UNLESS NOTED OTHERV\llSE . QUOTES FOR PRODUCTS SH IPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE . CON TACT YOUR SAL ES REPR!:SENTATIVE IMMEDIATELY FOR A.SSISl'ANCE WITH DBEIMBENVBEISMALL BlJ SINES S REQU IRE MEN TS . Sel ler not re spon sible for delays , lack or product or h:crease of pricing due to ceuseB lleyond our cont rol, and/er based up on Lo cal , State and Fede ral laws governing typo of products Iha! can be sold or put Into commerce . This Quote Is oH ared conting ent upo n the Buyer's acceptance of Seller's term:s and conditions. which are Incorporated by reference and found either rollowl ng t"s docume nt. or on the web at https :llwNW.ferguso11 .com/con1enlJ\vebslle·lnfoJferms-of-sale Govt Buyers '. Al l Items are open market unlen noted olherwlse . LEAD LAW WARN ING ; 11 ls Illegal Lo install products lhal are not "lead free " In accordance with US Federal or oth er applicable law In potable wal er uyslems anticipated fo1 human consumption . Produci.s with 'NP In the description ere NOT lead free and can only be Installed In no n-potable appllcstlons . Buyer Is solely responsible for product ~election. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: https://rnrvey.medallia .c:om/?bldsorder&fc=GO&on :-=348639 ·-------·--·------ i , Project lnfonnation i Project# Tit le Address City, State , Zip Country 18-1305 MARCO ISLANDAIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr . Naples, Florida Prime Contract Comp~ny Contact Stephen D. Aks Company West Construction, Inc . Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561--502-9419 - Description of the proposed change: Change Proposal Request (CPR) Ch~nge Proposal Request t . CPR# Issue Date Subject 037 25-Jul-2019 Chase Walls at Restroom as per RFt# 164 Response Ow110r 1 1 Contact Company Address City, State, Zip Country Phone Fax Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlaml Trail East Naples, FL 34112 ·~~~~~~~~~ Pursuant to RFt I~ 164, reconfigure restroom area partitions and plumbing chase to accommodate revised lixture carrie rs. Net Amount of thi!; Proposed Change: $3,718.48 The Contract time du e tc this Change Proposal Reques t is to be determ ined al a later dal e. This document, when fully executed as accepted, shall constitute authorization to proceed with the work described here in. Submnted By Response : 0 Accept0 DoNotAccept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company ---------By Dat e Compan Financial and Schedule Im act Details I . · I Quanlfly I Unit I Unit Price I · of.al Price KBM -Demolition of the 1st floor bath room the ex isting HM door frames installed In m the 1 s· flo or bathro oms affected by RFI II fl oo r alfected areas . walls at the affected areas. Removal of etal stLJd walls to be moved. Re-frame 164 . Additional layout tirne fo r the 2nd _2_____ JR Swanson -lnslall back to back carri ers in lieu of single carriers . _l ~-= ~ergu son:-4 Double horizontal closet Carn -er 4 Ta x 5 . Freigh t------·------· -_6____ Prsi~t Manager __________ _ 7 As slstnnt Project Manager 8 --=--·---Contractors 5% Mark -up .QN _1t /')u.~o 1 1 -2 --1 --1---·· 1 1 1 LS LS EA LS LS Hour LS LS $1,894 .20 -$1,B!!UO $226.57 -6226 .6'~ -$587 .54 -s~. ~:r5 .ee $79 .60 $79.60 $65.60 $65.00 $78.75 ~ -$42 .00 ~ $157 .28 -+1~ Subtotal ::: $3, 718.48 Tax= $0.00 Total =..$a,718 .48 4 11 ~~.o'1 Page 1 of1 Project lnfonnation Project# Title Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 037 25-Jul-2019 Chase Walls at Restroom as per RFI# 164 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlaml Trail East Naples, FL 34112 Pursuant to RFI # 164, reconfigure restroom area partitions and plumbing chase to accommodate revised fixture carriers . Net Amount of this Proposed Change: $3,718.48 The Contract time due to this Change Proposal Request is to be determined at a later date. This document, when fully executed as accepted, shall constitute authorization to proceed with the work described herein . Submitted By Response: D AcceptD Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company By c ompany . I dS h d I I t D t "I f" manc1a an c e u e mpac e a1 s . • ... 1•• ... 11111 1 KBM -Demolition of the 1st floor bathroom walls at th e affected areas. Removal of the existing HM door frames installed in metal stud walls to be moved. Re-frame the 1st floor bathrooms affected by RFI # 164. Additional layout time for the 2nd floor affected areas. 2 JR Swanson -Install back to back carriers In lieu of sinale carriers. 3 Ferguson -4 Double horizontal closet Carrier 4 Tax 5 Freight 6 Prolect Manager 7 Assistant Proiect Manager 8 Contractors 5% Mark-uo ..... 1 LS 1 LS 2 EA 1 LS 1 LS 1 Hour 1 LS 1 LS Date . , ... . . $1 ,894 .20 $1 ,894.20 $226 .57 $226 .57 $587.54 $1,175 .08 $79 .60 $79.60 $65.00 $65.00 $78 .75 $78.75 $42 .00 $42.00 $157.28 $157.28 Subtotal= $3,718.48 Tax=$0.00 Total= $3,718.48 Page 1 of1 l • MV Sauthcoast To: West Construction Attention : Michael Christiano Address : 20451S. TamlamlTrail Unit#lO Estero, FL 33928 Office: (239) 590-6003 Fax: (239) 590-6004 E-Mail: bids@kbmsouthcoast.com CHANGE ORDER Date: Office: Fax : July 24, 20 19 561-588-2027 r JOB NAME L Marco Island Executive Airport JOB NUMBER JOB ADDRESS =3 T 2005 Mainsail Dr. CO # 14 I Naples, FL 34114 ~--- PROPOSAL SUMMARY l AMOUNT Change Orders: This proposal Includes the demolition of the pt floor bathroom walls at the affected areas per RFI # 164. This proposal Includes the removal of the existing HM door frames Installed in metal stud walls to be moved. This proposal Includes the cost to re-frame the pt floor bathrooms affected by RFI # 164. This proposal Includes the additional layout time for the 2nd floor affected areas. This proposal Includes the updated response to RFI # 164 that was received by KBM PM on 7·-18-19. Costs for bathroom changes per RFI # 164 Material costs -$65 Labor -$1,657 Tota l O&P costs -$172.20 Total CO 14 cost -$1,894.20 Thank you for your business! Chris Hassman -Project Manager/Estimator KBM Southcoast chr is@kbm s outhcoast.com 239-590-6003 - Projoct l11for1mtio11 Ptojoottl Tlllo Addroas City, 8talo, Zip country Fro Ill Contact Company Addro11 City, State, Zip Country Phono Fax Request 10-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 MalnaoU Dr. Naples, Florlda Mary ,Carroll Wost Con struction, lno. 020 North 4th St. Lantana, FL 33462 United States 661-500-2027 661-582-9419 Request for Information (RFI) Rr.quo51 for lnfon11nllo11 RFI# Dato Duo Dato Priority Subjoct Roos on Contact Company Addree s City, Stato, Zip Countiy Phone Fax 00164 11.Jul-2010 16.Jul-2019 ASAP. Drawing Spoc. SecUon Location Olhor Choso wolls at Restroom Additional lnfonnallon Sootly Bakowski Alkins -Fort Lauderdale 3230 Wast Commorclol Blvd. Sulte100 FT. Lauderdale, FL 33309 USA 954-903-3605 Spoctfted and approved plumbln~ aubm ltt ola ror the WC 1 & 2 ctll ror a Z\J m ZZ1201NLA oh1lre1nter. The cflllr ceqlt r wm not flt within the ch ase well provided on th aArohkedural plons at reatroom RM 119/RM 120 aa bad< to bad<WC:.111tallg~oll'let. Ralroom RM 112, ~ 118,RM 128 RM214, RM 223 end RM 224. Please advfae how to proceed. Plum bing and carpe r) try wo rk are bei ng del ayed on Uie 2 Floor. Also , plom~ on the 1 ll Floor wlH be del ayed and Carpe ntly framing 1>n the 111 floor has been oompll!l ed. Suggestion Response · Ams . 119 & 120: Revise lhe common partlllon loc ation between the toilet stalls In Rm . 120 lo allgn with the accessible slell In Rm. 119. Allgn the lollets In Ams . 119 end 120 end ullllze the Zurn narrow wall back·lo·back carr ier ZN1201 ·ND4 . Reference attached floor plan sketch and carrier cut sheel. Room 112: Enlar e chase wall behind 101101 lnlo the adjacent custodial room to accommodato lho standard sin lo oarrlor. Roforonce attached floor plan sketch . Room 115: Revise chase wall from O" to 1 '·3" to acc ommodate the standard single carrier. Room 126: Revise the standard single carr ier to a narrow wall carrier. Note: Chase wall may be require d lo be 10·1/2" wide In lleu of O" as shown on the plans. Fleld verify with the carrier unll. Ad lust shower drain II required. Room 214: Revise the locellon or lhe east wall ol the adjacent conference room as shown on the atta ched sketch to enlarge the chose to accommodate the standard sin le carrier. Ams . 223 & 224: The 14" chase wall as orig inally shown will accommodate the standard single carrier . No revisions necessary. Note : 1. For single carriers ullllzed, verify the flow direction with the existing plumbing for the correct Inlet to be ullllzod, 2 Air o e point In Umo then replacement or exlsllng metal lremlng. Gary t<rueger/SchonkolShultz • 7/10/10 Slgnaturo '-3' LOBBY OQQJ ----·------·--·-·- -· -· -·-·-· -· -· -· 1 I -·-·-·-·-·-·-·---·-·J ' 0 ~ ~ '7 11 / A261 lo T·O -ALIGN --1 ---- Grm. T-16-,,9 -~--· T-9-[ ~'- MEN ClliJ . ..-..- =@ u: I :<!J I I I ·~ ' r-.. I I / ZN1201·ND4 ZURN. NARROW WALL BACI<· TO·BACI< WITH 13·9/32 [337) FRONT TO BACK SPECIFICATION SHEET EZCARRY~ADJUSTABLE HORIZONTAL HIGH PERFORMANCE TAG SIPHON JET NO-HUB WATER CLOSET CARRIER SYSTEM Dimensional Dala (Inches and [mm)) are Subje cl lo Manufacturing Tolerances and Change Wlthoul Nollce ZN1201·ND4 Illustrated ! 3A [BO) r fl NISH EO WAL L ~-w.,,~-.: Product Number Approx . Wt. lbs [kg) 'N' l~I U f 13J (33 7) 6M 11031 _l ~~1r;ii;;,i'.::'i=~J;:1c;:1tr.!;:rl:l Jit (87] 'p' DIM. r = "'"' I J (32) MIN . ! I r VI/ CUT STANDARD ZZ COU PLING 41 [ 114] 'r-;ll 33). -61 [2 22 )-~j..-8~ (222 )- ol ~.~'1 6~) -1~~~~E§'F ENGINEERING SPECIFICATION : ZURN ZN1201 ·ND4 ZN1201 ·ND4 140 (64] Note: 1. Cut ZZ Coupling, Min. 'P' Dim. Obtainable a 1·1/4 (32] 2. Feet bolted to floor using min . 1/2 [13) dla. anchors. 'K ' DIM .,,,___,J 'j [HM ] ' (6) MIN. 4! (I 08) MAX. EZCarrY" Narrow Wall hori zontal siphon jet water closet carrier system , with high performance Dura-Coated cast Iron main titting with hydro -mechanlcally optimi zed sweep , 4" (102 mm) no ·hub conneclions, and extended 2" (51 mm) vent . Corrosion res istant, adjustable 3" (76 mm] dla. X 6" (162 mm] couplings with Integral test caps, designed lo Increase flow velocity and line carry, and labor saving "Nao -Seal" bonded gaskets optimiz e flow performance while reducing ln stallallon steps. Complete sy stem Includes adju 8table, gasketed faceplates; floor mounted fool supports ; llxlure bolls, tr im, and stud protectors . EZCarr y9 narrow wall sy stem complie s with all applicabl e requirements of ASME A112.6 .1M up to a 500 lbs (227 kg] maximum static load. OPTIONS (Check/specify appropriate option s) __ ZN1201 ·ND4 4 (102) No ·Hub Back-to-Back Inlet (Double) PREFIXES Z D.C.C.I. System with Zurn ZZ Adju stable Coupling ' SUFFIXES ·CC Corrosln Resis tant Cas t Iron Coupling (2·1/4to12157 to 305)) -CS 2·1/4 (57) Polymer Coupling with Integral Test Cap ·G Galvanized Cast Iron -JC 2 (51) Auxlllary Inlet with 1/8 (3) Blend -VP Vandal-P roof Trim __ -50 Flush Valve Supply Support fo r Water Closets • Regularly furnished unless otherwi se specified . Zurn tndustrloe, LLC I Bpoollloollon Dralnngo Opernllon 1601 Plllsburgh Ave n ue, Erl o, PA U.S .A. 10 502 ·Ph . 055·003·9070, Fax 0 14 ·454 ·7929 Rev. A Dale : 08/09/16 In Canad a I Zurn lnduelrloa Llmllod 3 544 Noshuo Dr lvo, Mls slssou go, Onl orlo L4V 1l2 ·Ph. 906·405·0 272, Fox 005·405·1292 C.N. No. 134951 Prod . I Dwg . No. ZN1 201·ND4 www.z:urn.com So I . ..-..- I Co (SJ -?. ~ I b ~ 1 . ~~ ==-~.-....----~ ~=h ~--t-1 --I I 1--1--[) i1 c~~Y 1 BREAl\RM ('") ~ IN-LI . -I 213 I ~ 15~-93/4° ~ l ~ 11'-10" ;ii I ~ 1 L llo I ~ I -~~·-7 -If ~I ":I: ~ XT1-(8) ~ c;>11~, -~ l.L§' =-~ 1/4" L. -; 7' -0 3/4" J " ~ ·-,,~·~1 II J 11 £ _J ......... ~ .::r-.. .., G3 -~ " ro; .n -"--' ~ I ~ --r=Jir1---a..i-_. --F-_STAFFOFFICE I --<IDD -I 215 I -_. ~ ("t") I C) Ct:> "' ro; --~ -I•-==en MD~. ~ 3-• 0 -2-GI 1 r:., I /~ VT'I /Q\ /~ ".--=n CON~~~~NCE SCHENKEL SHUL TZ ARCHITECTURE October 22, 2019 Mr. Kevin McCauley Project Manager, Aviation Atkins No1th America 3250 West Commercial Blvd ., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #043 -Structural Suppo1t for the Second Floor Exter ior Low-wall Commission No. 1620729 Dear Kevin: The project design team has reviewed the Change Proposal Request referenced above. The costs are associated with the addition of t hree structural steel paitial height tube columns to be integrated within the light gage steel framing of the paitial height wall along the south side of the second floor exterior walkway connecting the building to Stair Tower #133. The structural steel was determined to be required for impact and wind load stability. Costs submitted for the material and installation are considered to be appropriate for the added scope. The costs were submitted within the required time per the contract. With respect to contract time impact, the CPR fo1m indicates that contract time due to the change is to be detennined at a later date in lieu of stating a spec ific period of time delay or no time delay as requi red by the contract. However, due to the nature of the work to be provided as a result of the change, proceeding with the remaining contract work would not be impacted by the resolution of this issue and therefore there should be no impact to the contract time based upon this CPR. Based upon the information offered herein , the design team recommends acceptance by the Owner of the additional costs at no time impact to the project. Shit, Gac::t~~ 'Partner SchenkelShultz Architecture Attachment: West Construction CPR #043 Cc: Justin Lobb/Airports Manager MKY SCHENKELSHULTZ-Fort Myers• 12561 New Brittirny Blvd .• Fort Myers , Florida 33907 Phone 239·940·2332 • Fa x 407-872 -3303 • www.schenkelshultz .com • Ar chitectural License AA -C000937 Project Information Project# Title Address City, State, Zip Country 18· 1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Nap les , Florida Prime Contract Company Contact Stephen D. Aks Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request (CPR) Change Proposal Request CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 043 15-0ct-2019 Structural support for 2nd Floor Low Wall @ "F" Line between Columns 4.1 & 6 Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamlaml Trail East Naples, FL 34112 Integrate three 3-1/2" x 3-1/2" x 5/16" within the low wall per the attached sketches, as a result of RFI # 00 185 Response dated 10/11/2019. Net Amount of this Proposed Change: $1,575.00 The Contract time due to this Change Proposal Request Is to be determined at a later date . Th is document , when fully executed as accepted , shall constitute authorization to proceed with the wor1< described herein . Submitted By Response : D Accept D Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company Date By .. "F" Line between Columns 4.1 & 6 2 ** PM & APM time rights reserved; Owner response from County pending. LS LS Date $1 ,500.00 $75 .00 Subtotal = $1,575.00 Tax= $0.00 Total= $1,575.00 Page 1 of1 October 11 t1i 2019 NOTICE OF POTENTIAL IMPACT DELAY Project Name: Marco Island Executive Airport Terminal & Improvements Proj. No.: 18-1305 Owner: Board of County Commissioners, Collier County, Florida Bid No.: 18-7240 To: Atkins 1514 Broadway Suite 201 Fort Myers FL 33901 Attn.: Mr. Kevin McCau ley Due to circumstances beyond our control, this is to notify the Architect/Owner of a potential impact/delay to the progress for the above referenced project, as briefly described below (and attached if noted). Further details will be made available once the full extent of the impact can be fully assessed. Cause of Potential Delay (check all that apply): D RFI No(s):185 Structural South Balcony Response DASI No(s ): D Proposal Request No(s): ------- D Notice Rece ived By/Dated/Regarding : ------------------------ D Weathe r/Acts of G_D Related D Named Storm/Numbered Depression : ----------- D Unforeseen Field Condition D On-Site/Off-Site Event D Changes Made To Submittals/Shop Dwgs. D Labor/Materials/Equipment Issue D Trades Work Postponed Pending A/E/O Response/Direction D A/E/O Requested Change D Governing Autho r ity Issue Cited Post-Contract/Post-Permit D Other: --------------------------------- Brief Description of cause/event giving rise to the subject potential delay: Modifications as responded to in M KY-RFI# 00185 Issued October 11 . 2019 . We will follow the requirements of RFI 185 with respect to additional structural tube supports required as outl ined in the RFI response . We respectfully reserve our rights should an equitable adjustment be required. Time is of the essence. Please help us immediate ly address the subject matter in the interest of working to m itigate these circumstances . Respectfully Submitted By, WEST CONSTRUCTION INC . Michael Christiano Project Manager cc: Justin Lobb Collier County Airport Authority, Gary Krueger, Schenkel Schulz, West Construction -Matt West, Steve Aks, Frank Alvarez , Mary Carroll, Files West Construction Inc. 820 N. 4tt. Street •Lantana, Florida 33462 /Ph . 561 .588 .2027 I Fax : 561.5 82 .9419 License No . CBC057038 I CGC15 18626 •Fax: (904) 260-0712 •Page 1 of 1 www.westconstru ctlon ln c .net S TA l l-<S , L.I C BELLA Sr/\m s Ll.C 30 15 l'-1 Oceetn BL VD It 1 16-/\ For I Laud e rdale, FL 33308 Pl 10 11 e: 305-26-BEL L/\ (23552 ) www. 13e ll oS toir s.corn DATE: OCTOBER 14, 2019 CHANGE ORDER # 1701 TO West Construct ion Inc. 820 N 4th Street Lantana, FL 33462 SHIP Marco Is land Executive A irport TO 2005 Mainsail Drive Naples, FL 34114 JOB NAME Three (3) Steel columns-exterior parapet DESCRIPTION F.QeFiGation ot c1:Jt sheet fel'-6f'j9FO'v'al. 11" X 17" fo11 r ral. 311eel will cor 1firm dtfReR5 1011s and weldift~lls. Net sig f red by a structtiral er1gil reer Eft<;;tteeerir'lg 011d sl 100 arawlna sobrr1ittal 110HReluded. Steel column and anchor plate materials and all applicable sales tax. Preparation of materials included . Jn -house Welding al shop included . ' Installation of Three (3) columns in exact locations. Locations to be designated by WEST Construction . Four (4) Galvanized anchors per column and hypoxy Included. Dimensions for fabrication based on RFI #0185. Painting of steel angles with primer in the field. Payment Terms: 503 due upon approval 503 due upon installation TOTAL DUE Make all checks payable to B€·1ic 1 Sta irs Thank you for this opportunity to earn your business! TOTAL $640.00 $780.00 $80.00 Proj ec t lnfonnation Project# Tit le Address City, State, Zip Country Origirmtcd By conta~~ Company Address City, 'State, Zip Country Phone Fax Request 18-1305 MARCO ISi.AND AIRP MARCO ISi.AND AIRPORT NEW TERMINAL 2005 Malnsall Dr. Naples, Florlda KBM Soulhc:oast 20615 HlghlandsAve Estero, FL 33928 239-590-8003 239-590-6004 Request for Information (RFI) Rcqtmst for lnfonnation RFI# Issue Date Priority Subject Reason 00185 OB-Oct·2019 A.S.A.P. Structural support for 2nd Floor Low Wall@ "P' Line Add~lonailn'rormatlori • • Rererence s aml Scll r.clulc/Financial Impact Prime Contract Subcontract Drawlng Spec. Section Location Other Impact: Schedule Days •CQ sco Financial $0.00 Per lhe wall secUon 3 on sheet A354-R there ls a low wall lhal goes from the 2nd floor balcony entrance and to exterior wall tower, The wall has no height shown and there Is no structural steel suppoil for the tow wall to meet the 150 mph wind load requirements., per Excel Engineering. This can only happen wllh a structural support typlcally 4' on center. This support ls not shown on the structural plans and this wall can't be bull! until we get that support Installed . Please supply the requlled steel and finished height so that the wall can be built Suggestion Res ondents Contact Company Phone Scotty Bakowski Alkins -Fort Lauderdale 954·903-3605 .. Due Date 15-0ct-2019 Res onded 11-0ct-2019 Integrate three 3-112' x 3·112" x 5/16" within the low waif per the attached sketches. Page 1 of1 , .. ., Project lnfonnnlfon PtoJect# Trtle Address City, Slate, Zip Counlty Fro1n contact Company Address City, State, Zip Country Phon& Fax Request 18·1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Malnsall Dr. Naples, Flor!da ,, . IVIB'iycarroll W,Qli\Conelrucl!on, Inc. Bio North 4th St. Lantana, FL 33462 Uolled Slates 661 ·666-2027 661-582·9419 Request for Information (RFI) Request forlnfotnml!on RFI# Date Due Date Priority SubJ11.ot Reaion ... Conta~f. ComPAlly · Address City, Slate, Zip Counlty Phone Fax 00186 Revised 08-0ct-2019 15-0ct-2019 A.SAP. Drawing Spec. Seollon Location Other Structural support for 2nd Floor Low Wall@ ''F" Lina between Additional irirorma.tlon . Scotty Bakowski Alkins -Fort Leudardata 3230 West Commerdal Blvd. Sulle 100 Fl'. Lauderdale, Ft 33309 USA 954-903-3605 Per the wall 1m:Uon 3 on eheet A354-R there Is a low wall that goes from the 2nd Ro or balccny enltance and lo exterforwa11 tower. The wall has no hefght shown and there Is no structural steel support (or the low wall to meet the 160 mph wind road requlremenls., per Excel Engineering. This can only happen wllh a structural support typically 4' on center. This support Is not shown on the slntclural plans and this wall can't be built unUI we get that support Installed. Please supply the required alee! and flnfshed height so that the wall can be bum Suggestion Response Integrate lhrea 3-1/2 " x 3·1/2" x 5/16" wllhln lhe low wall per the elleched sketches. .. , .. \'' '" . . , ... '" .. ·· . ... .. Gary Krueger/SchenkelShurtz. 10/11/19 Signature Page1 of1 · 1 ... l<BM Southoonst Atln: Cl11'1s Hnssmnn Bstel'o, FL 33928-8101 RE: Minco Islnncl Executive Afrpo1·t Chris, ... ~~· .~~~ EXCEL MCHITEClS • ENGINl:ERS. SUllVEVons •·' Ootobe1· 8, 2019 Reg1mllng section 3/A354 -R of the nl'Ch!tecllll'QI contmot documents, this wnll onnnot be supported using only n cold·fol'med fhunlng moment connection. This wnll wlll requll'e n<ldltiounl s11·11oturnl steel. Excel would recommend ve1·tloal stl'Uctm·nl steel posts (ohnnnets, HSS members, eto.) to bo lnstnlled to nsslst In the support of this wall, Coutnot me with 1my questions . Respeotf\dly submitted, ~ Doug Knut, P .E. Knl'l Soherzer11 ~-6~ ,., ~ a ~ 1 ~ ~ ~ _ ... Iii .. ~! Ii! 6J i ~ Ill I ~ i i ~ (i.) s· ~ f , .. , \ ~ ~ 1' ' ', ,1 I ... ,, il: , , . ' I / •, ' ~ I ' I -_ .. __ .... ___ . ,, f .. lj ·~ ,---------~ 29 I 2 g I I -" (i.) --~---f ·----------111 ~a ~ .. I I ~ ~ • I j~ i • ~~ i I ~ ,., ,.,. ·1 ... ,., ,., I ~~ . I <I> ·J ~ ~ ~ ~ I ~ I ~ i! i >. di~ I I ~ II ~ ~~ I 11 z . ~ ~~ I VJ SCHENRELSHULTZ 0 0 0 " n 'C:ll f."T E c T u n E 0 0 0 ' I ! ! i· ·r- 1-e rt.AN ~IAIL ~L _ 6-r~ QN .St:l.f ... fi,>Ztz.tN&: M~1.AL t..A1lrl t!PN to/f, ''· peNS 6lM$ 7~Ai'l-tl :N<:i oN (iz>t' «?TL . ~ftJI?. F-12AM lN & @.. lfo'4 bV. J ·-... ~~ i. I '1·> '-! .. I' [· l r· ;· .. L. I I . 1 job Ille, ~ -'· I.{\ ""\ : I I I ...J 4-1 \r l -l-1\ ; ... ~~\~~ :;,-fel )2. l ~? ··-" .! -· .r . " ·1' ''_·~~ ~.) .i ~:! . "Project Name: · "jl\A~ ~l-,AND ·~l~L. Commission No.: ,, lt,U>1iq location: M.Afl.a> tSi.AN9 ~ ~ecorded by: ~r-,;. ~?i-St;&~~:~~:-1~:.y~·:,~~.{t·~~~{b~.mH~~l~~~t!J ·fax . D Sketch \2.f'.C -Jf \f> i; rlJ Phone Log 0 Meeting Noles 0 Desfgn Notes 0 Speclticallons D {other) D tfrr~: :~~t~~1 :? ~~~·-: ·, : .... : .. -... _~·~·\~~:::.::.::.I~:~41:B:'.·:r;~1 Par11olpanls: Representing: 4830 West Kennedy Boule~aill -.. -i Suite 655 ,.I Tampn , Floridn 33609 Phone 813-383-5500 r11x 813-383-5515 Architecture License No . AA-C000937 ·SCHENKELSHULt·Z •.f;l .O o /\ n cu 1 r Ecru n E ·a:o o. Project Name: Mfo/Z.O> l~·D\N'O W12J111N.b..L .... T "'·-·-Commission No;: .. l{p2f>7Z•l IJ ' IJ h G/ . II ~ : H ~ $ti.1!~.?.'2 X: 11& x4o HT. : ' : . ' . ' Date: to/11/1~ r,,,11 ir: eo1 ' 1 "' '/"'J ~ 1fl.;-. ~ % Pt.A1G ; Location: .. -.. 1 , .. r .___, ' . . ! . t-' I . . : i . iU ; I : . . :~.:Mn.. ·ff'iJP fJ2AMJN& ! I ' -....... --?fVCGO ON :SAf fUr?.IZt-NG-:~All-\: ON ~!e:l PlfHS~$ '7l--\:6AT H!U4& . . }~ qa1~Nep1 ·n~~i .. CL»t..l{Mf:'l -re)) 11-t~ ~-s.ree-fl.fi"T<f 1 Wirt\ c.oNitN.Utjvt> l/f" jd(LL6T Weµ?'. Ar ~ f?t.A"fe. TO muJMN fA-;)6 .J UNCflO'N. . '2.. f,bhT~-4 ~rtq(iL l?A:% flA'!G IO .~\C:tt'T6' t?€G~. W/ 1/2 11 4> &.ALVAN I :C:e'k? ffi~6"A17e'l? tzco Y' i~ WtfH iN ~t!'~:~l L-L611? ; A~:f~~;:·~~~f'd, X-le71? ~L --.. ,; ·, JEM~O wtJtLL1'1 . HY t..o·o ~,.·'L ~I.XS Pl?:'~-.. 'l° . { ?ioG or= ftl~1:';6:L I·?'' MtN. i:f,;,~ . ~LEJ>r)2.. ~ ! ot?.IANm f¢.~~. G6N~ ap·1 Hq~~ iN Pt.Ale;! -··-~. -. PL-AN Dt;IAlL. .. :'.:~ cpLlJMN :, .... · ... "" f I ' "'! .. i · copies to : action required by: Job me •. I Recorded by;. 1. 6Y~.,.- Fax D Sk.elch ~fJ: r !S>? Ill- Phone Log Meeting Notes Design Notes Spaclflcatlons (other) . : .·· .· .. !··· <·::·'.: . D 0 D D D Participants: Representing: "' : ... :.~ .. . 1-·1'·' .. ' ·::, . .: . 4830 West Kennedy Boulevmd Suite 655 Tam1111, Florida 3360\J Phone 813 -383-5500 Fnx 813-383-55 l 5 Architecture License No. AA-C000937 ~~t' fn~ ~.9.~§.{J H ~ l:t P(o]act~Name : i,~N1;·>·~;;;:(~:~j~~"'i\'~:;,1t;iw:•:\:,~i~(;t~:,;;i£i~ri);ii'liii¥!~~:,;::~~;;J~~{,,,.;.:,·;:;l:~;;:~~,;::/·:.:":. :': .· .... :·:~·i /Mw J~No 1@2Alf.JAL ~ : I T«" ...... ! --'-' .I ...... ! -.. ~ ··T ··· ' ·-· 1---· I ...--;\L~MINlJ .M ;c..ar.1N~ .C..Af' • I I , f ~Et:. ,. j .. ,. .... t .. '7 1·-· ... ,.:-.. I • ' I I '~ • I ' ,. . ,· ,I •' ' .• I .. , 2. 1_;.Av -l'?i? -a, '·r . ' "I ~ ~. --~-i---· ... Pi .e. r-:-· 'IJ-_ ~x . .: ·· , .. r ~LYwooP Ii ~ · · · :. f '. ~ '· --~·· .. i ; I I ··-. ' f • . • j ; ! . . ~ ,• : C0-U:/\-\Jil peyoNP ._..,.__· ?TUM ON 6~lF· FU~):!·INc;,.. GAtH oN t:;J. ~ . . 7/8 (./e~b~$S ~ ;; (---~TlY C£O -stbp .. ·',. ~-·-+ .,,.f .. J ,. ·t f 1-oW W.Al-L-'?~C.TlON t L/ Ii« l'-(}JI /"}.. . ,-"!" ..,.--l·· ·-.. i I i I ; 1-.-"t I .... 1 Comml~?l<!n No.: Lti,2012 9 Date: tojit/lq I LocaUon : /'W..w l-SlANt1 ~l--. F~ [J Sketch [lft'. -JP LB,5 [21 Phone Log D Meeting Notes 0 Oeslgn Notes 0 Specifications 0 (other) D Participants: Re presenting : ,., ... '• ......... .. , ·:· .. ...... ~ 48JO Wll sl Kennedy Boulevard Suite 655 Tompn, 'Florido 33609 Phone 813-383-5500 b~;i~.:{.Af;.;~t;~~~~f.'.~~:~~{/~l~~tj~~J?J1 i~1;~f ~1~iii.~~:f~f~~;\f~·; ~~i~~~ frr;_.,::;=i~}~t~·~l!~tfi(~A~~:t~-t {~~t!~;:.,;·. ~;.w:=~ · .. ~ ·:.: ,., ;~· ~: ~ :::,\~ '~-~· .. .-;.« .. ;'. •: :-::-: :·:' ~ copies lo: action required by: . ... . .. . ·-. · · .... · · Fn;-; 813-383-5515 job Ille, Architecture License No. AA -C000937 SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 January 20, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #052R1 – Clerestory Sprinkler Head Revisions Commission No. 1620729 Dear Kevin: With respect to the SchenkelShultz Memorandum to West Construction of January 9, 2020 regarding clarification of the additional costs requested by the fire protection sub-contractor, Wiginton Fire Systems, West Construction has submitted the above referenced revised cost proposal with additional pricing documentation in support of the requested costs. In addition I have met with Mr. Bill Behringer, representative for Wiginton, to discuss the sequence of submittals and clarification of pricing as outlined in my Memorandum relative to the integration of the fire protection components within the clerestory space. Following review of the additional cost documentation and the meeting with Mr. Behringer, it is SchenkelShultz recommendation that the Owner accept the costs associated with Change Proposal Request #052R1 for modified fire protection of the clerestory area from that which had originally been shown in the construction documents. As described within my initial correspondence regarding the original Change Proposal Request, contractually the time for a claim to be filed with written supporting data is to be submitted no later than fifteen calendar days after the occurrence or determination of the event. It has been noted that the subject modifications to the system were first determined to be necessary at a site coordination meeting held September 5, 2019 which initiated the discussion relative to the physical installation based upon the construction and the design. With respect to the contractual time limitation, the initial CPR #052 was received December 3, 2019 regarding additional associated costs which exceeds the fifteen day limitation for submittal of such documentation. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Attachment: West Construction CPR #052R1 Cc: Justin Lobb/Airports Manager MKY Change Proposal Request (CPR) Project lnfonnatlon Change Proposal Request Project# Title Address City, State , Zip Country 18-1305 MARCO ISLANDAIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Ma insail Dr. Naples , Flo ri da Prime Contract Company Contact Michael Christiano Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country Un ited States Phone 561 -588 -2027 Fax 561 -582-94 19 Description of the proposed change: Contract# CPR# Issue Date Subject Owner Contact Company Address City, State , Zip Country Phone Fax 001 052 REVISION #1 15-Jan-2020 Atrium Clerestory Sprinkler Head Revision Pursuant to RFI# 00201 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tam laml Trail East Naples , FL 34112 As per meeting with Schenkel Schultz, Wiginton Fire Systems and West Construction it was determined additional sprinkler heads and a revised method to supply water and piping to feed the addltional heads required at the Clerestory. Two (2) 2 Y." feeder pipes will have to be Installed to feed the additional heads over the East and West Balconies. Pendant uprights will be installed to follow the shape of the clerestory ceiling. Net Amount of this Proposed Change: The Contract time due to this Change Proposa l Request Is to be determined at a later date . Th is document, when fully executed as accepted, shall constitute authorization to proceed with the work described herein . Submitted By /,~ Response : D Accept D Do Not Accep t ~.~est Construction Inc . COLLIER COUNTY BOARD OF CNTY COMMISSIONERS ~-mpany By 2 Company Date By Atrium Clerestory Sprinkler Head Revision Pursuant to RFI# 00201 Res onse Contractor's 5 % Marku on $ ~ hS OJ./Ol. ••PM I APM time rights reserved . Owner is pending response from County . LS LS Date 5,737 .00 258 .18 t2<,0. G,O Subtotal =~.18 Tax=$0.00 Total=~S Page 1 of1 Change Proposal Request (CPR) Project lnfonnation Change Proposal Request Project# Title Address City, State, Zip Country 18-1305 MARCO ISLANDAIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Michael Christiano Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Contract# CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 001 052 REVISION #1 15-Jan-2020 Atrium Clerestory Sprinkler Head Revision Pursuant to RFI# 00201 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamiami Trail East Naples, FL 34112 As per meeting with Schenkel Schultz, Wiginton Fire Systems and West Construction it was detennined addltional sprinkler heads and a revised method to supply water and piping to feed the additional heads required at the Clerestory. Two (2) 2 Y." feeder pipes will have to be installed to feed the additional heads over the East and West Balconies. Pendant uprights will be installed to follow the shape of the clerestory ceiling. Net Amount of this Proposed Change: $5,995.18 The Contract time due to this Change Proposal Request is to be detennined at a later date. This document, when fully executed as accepted, shall constitute authorization to proceed with the work described herein. Response: D Accept D Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Pro 2 Company Date By • .. t • Atrium Clerestory Sprinkler Head Revision Pursuant to RFI# 00201 Res onse Contractor's 5 % Marku on $ 5, 163.63 **PM I APM time rights reserved. Owner is pending response from County. LS LS Date 5,737.00 258 .18 Subtotal = $5,995.18 Tax= $0.00 Total= $5,995.18 Page 1 of1 CHANGE ORDER #4-B Date: December 31, 2019 Proposal# 32A-l 934-4B Customer: West Construction, Inc. Address: 820 N 4th St, Lantana, FL 33462 Contact: Michael Chri stiano Phone: 561-588-2027 I Fax: I I Cell: I 561-601-7808 Project: Marco Island Executive Airp01t Location: Collier County, FL. Owner: Unknown Arch./Eng.: AVCON Sheet #'s & Dates: I Orig Addenda (list)N/A : I EOR: AVCON Wiginton Fire Systems (WFS) proposes to furnish materials and labor as specified below at the price(s) s tated below: Allowing WFS to commence work or oreparatio11 for work will constitute acceptance bv Customer oflhis proposal or work order mu/ al/ached General Terms and Conditions. The work will be done i11 accordance with this proposal or work order, wlticlt will be incorporated bv reference into a11v purchase order or subcontract. Scope of Work Included: See description below. NOTE: Attachments reference d by pro iect name and WFS proposal# and dated sha ll be in corpora ted completely as if written herein. However, excluding: All as in contract, anything not included in above. Base Quote/Bid: $5,737.00 Five Thousand Seven Hundred & Thirty-Seven 00/100- Wiginton Fire Systems 1262 1 Corporate Lakes Dr, Suite 1 Ft. Myers, FL. 33913 Representative: Bill Behringer Office: (239) 278-5955 Fax: (866) 350-7471 Cell: (239) 935-9525 Email: bcb@wiginton.net Accepted by: _____________ _ Print Name: ~~~~~~~~~~~~~~~ T itl e: _______________ _ Date: ________________ _ *Signature above repre se nts acceptance of thi s propo sal a nd attached General Terms and Conditions. Proposa l valid for 30 calendar days. General Terms and Conditions Rev 10/3/16 I. Scope of Undertaking. Contractor shall perform the services speci fi call y ide nt ified in the Customer Work Order (th e Work). No other services are inc luded . Any amendments or changes to the Work shall be se t forth in writing. The amount payable to the Contractor for the Work is based solely upon the va lue of the services performed and is unrelated to the value of the Customer's property and/or the property ofothers located in/on the premises. Contractor makes no guara nty or warranty that equipment or services suppl ied by Contracto r will detect or avert occurrences, or the consequences there from, that the equipment or services are designed to detect or avert. 2. Payment. Full payment is due no later than 30 days from receipt of invoice. In the event payment is not made or un less expressly waived in writi ng by the partie s, the Buyer shall be liable for interest accruing monthly at the maximum legal rate allowed in the state the work was performed. J. Lien/Bond rights. Nothing in agreement or documents s hall serve to void Contractor's Mechanics Lien and/or Bonding rights in accordance of the laws of the state in which the work was performed. 4. Working Hours nnd Days. All work shall be perfonned between th e hours of7:00 AM and 5:00 PM, Monday th rough Friday, exclud in g holidays. Unless specifically included, any work outside of these time s shall be considered overtime and subject to Contractor's overtime rates . 5. Venue. For work performed within the State of Florida, the Customer Work Order shall be governed by and construed in accordance with the laws of the State of Florida, without regard to its choice of law principles. Any action or proceeding relating to work pe rformed in the State of Flor ida, seeking to enforce any provision of, or based upon any rights arising out of the Customer Work Order, shall exclusively be brought against either of the parties in the courts of the State of Florida in Seminole County. For all work performed outside the Stale of Florida, the Customer Work Order shall be governed by the law of the state where the property is located. For work performed outside the State of Florida, an action or proceeding shall be brought by either of the parties in the courts of the state and jurisdiction where Contractor performed the Work. 6. Equipment Disconnections . Customer acknowledges that the system(s)/device(s) worked on may be temporarily or pennanently disconnected and no longer in service, and thus, cannot detect, perform and/or report occurrences or transmit signal s. Customer shall be solely responsible for the proper functioning of all equipment and systems that disab le or disconnect the system(s)/devices(s) referred to herein. 7. Existing System. Where new work is connected to an existing system, any deficiencies detected in the existing system during testing or charging of the system are the responsibility of the Customer and are not covered by any warranties that may be applicable to the Work . Customer releases Contractor from any and all claims regarding the existing system and any damage or injury caused by or to the existing system. Customer acknowledges that Contractor is under no duty or obligation to warn Customer of the use of incompatible materials existing within its system. 8. Limitation of Liability. Customer acknowledges that it is impractical and extremely difficult to fix the amount of damages, if any that may proximately result from failure on the part of Contractor to perfonn any of its obligations under this Customer Work Order. Accordingly, Customer agrees that Contractor shall be exem pt from liability for any loss, damage or injury arising directly or indirectly from occurrences, or the consequences there from, concerning any of the Work performed pursuant to the Customer Work Order. Should Contractor be found liable for any loss, damage or injury arising from a failure of the equipment or serv ice in any respect, Contractor's liability shall be limited to the lesser of$ l,500 or an amount equa l to the Customer Work Order price. Where multi ple sites are covered by one Customer Work Order, Customer acknowledges that Contractor's liability is limited to the amount allocable to the site where the inc ide nt occ urred, in accordance with the preceding sentence. 9. Actions by others. In no event shall Contractor be liabl e for any damage, lo ss, injury, or any other claim arising from any servicing, alterations, modifications, changes or movements of the covered system(s) or any of its component parts by the Customer or any third party. 10. Wnivcr of Subrogation. Customer acknowledges that Contractor is not an insurer against loss or damage. Customer shall obtain sufficient insurance to cover the premises (and property therein) where the work will be performed . Customer agrees to rely exclusively on Customer's insurance to recover for injuries or damage in the event of any loss, damage or injury to the premises or property therein. Customer, for itself and all others claiming by or through it under this Customer Work Order, releases and discharges Contractor from and against all damages covered by Customer's insurance, it being expressly agreed and understood that no insurance company. in surer or other entity/individual will have any right of subrogation against Contractor. 11. INCIDENTAUCONSEQUENTIAL DAMAGES. CONTRACTOR SHALL NOT BE LIABLE FOR INDIRECT, rNCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY KIND, INCLUDING BUT NOT LIMITED TO DAMAGES ARISING FROM THE USE, LOSS OF USE, LOST PROFITS, PERFORMANCE, OR FAILURE OF THE COVERED SYSTEM(S) TO P ERFORM. 12. LIMITED WARRANTY. CONTRACTOR WARRANTS THAT ITS WORKMANSHIP AND MATERIAL (the Work) FURNISHED UNDER THIS CUSTOMER WORK ORDER WILL BE FREE FROM DEFECTS FOR A PERIOD OF THIRTY (JO) DAYS FROM THE DATE SAID WORK IS COMPLETED. CONTRACTOR AGREES TO REPAIR OR REPLACE THE WORK PROVIDED THE WORK HAS NOT FAILED DUE TO CIRCUMSTANCES UNRELATED TO THE MATERIALS OR WORKMANSHIP FURNISHED BY CONTRACTOR. EXCEPT AS EXPRESSSL Y SET FORTH HEREIN, CONTRACTOR DISCLAIMS ALL WARRANTIES, EXPRESSED OR IMPLIED, INCLU DING BUT NOT LIMITED TO ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE WITH RESPECT TO THE SERVICES PERFORMED OR THE PRODUCTS, SYSTEMS OR EQUIPMENT, IF ANY, SUPPLIED HEREUNDER. 13. Indemnity. To the fullest extent permitted by law, C ustome r sha ll indemnify, defend, protect, and hold harmless Contractor and all of its agents, employees, indep endent contractors and subcontractors from any damage, deficiency. loss, cost, action (through the appellate process), claim, judgment or expense, including without limitation reasonable attorneys' fees and costs, aris ing from (a) any negligent act or omission or willful mi sco nduct of Customer, its agents, employees, independen t contractors, subcontractors and representatives; (b) Customer's breach of any provision of th is Custome r Work Order and (c) damages resulting from the exposure of Contractor's employees, age nts or subcontractors to ha zardous conditions whether or not Customer pre-notifies Contractor of the existence of said hazardous conditions. Customer acknowledges that its duty to indemnify, defend, protect and hold hannless shall arise whether the damages, deficiencies, los s, costs, action, c laim , judgment or expense incurred as a re sult of actions or inaction s are caused in whole or in part by the Customer, whether such claims are based upon contract, warranty, tort (including but not limited to active or passive negligence) strict liability or otherwise. Contractor sha ll have the right to select counsel to represent it in any such action. I4. Water Supply. Co ntractor makes no claims and/or representations as to the presence currently or in the future of corrosion inducing matter, i.e. microbiological organisms, contained within the water supply. Contractor recommends that the water supply be tested and, as needed, treated. Testing and treatment of the water supply and cos ts associated therewith are the sole responsibility of Customer. Any such testing must be pursuant to a separate written agreement. 15. Affiliates. The terms and conditions set forth in this C ustome r Work Order shall inure to the benefit of all parents, subsidiaries and affiliates of Contractor, whether direct or indirect, Contractor's employees, subcontractors, age nts, officers and directors. 16. Prevailing Party. The prevailing party in any law suit that may arise out of this agreement shall be entitled to the recovery of all legal fees. As a condition precedent to any claim or lawsuit against Contractor, all outstanding invoices must have been paid in full when due, without comprom ise on amounts owed. WHERE ALLOWED BY LAW, CUSTOMER AGREES TO A WAIVER OF A JURY TRIAL ON THOSE ISSUES SO TRIALBLE. 17. Severability. In the event any part of this agreement shall be found void or unenforceable all other provisions shall remain va li d and enforceable. 18. Wnivcr. The provisions of the Customer Work Order may be waived only by means ofa writing that is signed by both parties. No delay or omission by either party to exercise any remedy or right accruing on default impairs any remedy or right under th is Customer Work Ord er. An express, wr itten waiver by eit her party of any breach of any provision of the Customer Work Order by the other party may not be deemed to be a waiver of the breach of any other provision or of any subsequent breach of the waived provision. 19. Entire Agreement. l11is Customer Work Order constitutes the entire agreement between the parties with respect to its subject matter. All previous negotiations, understandings, or written or oral agreements have been merged in the Customer Work Order. SCOPE: Re-design, re-fabricate and install the new roof layout due to the proposed design not able to be built. N/C for design part and calc's to date. We could not install what was "engineered" in the original bid documents as there was no physical way to suppo1t and secure the piping. The original plan showed 1 feed to the roof, now we have 2 smaller ones to assist in the hiding of the vertical piping behind the columns. The head count added by (1) below the hanging flock of seagull's fixture. The hole will need to be drilled by others to allow us to run piping to the hole from the roof. The new piping will need to be fabricated to keep the slim line look as continuous piping with minimal fittings. PRICING BREAKDOWN: )> Material ..................................................................................... $ 2,556.00 )> Fabrication ................................................................................ $ 1,781~00 )> Delivery-........................................................................................ $ 525.00 ~ Additional Labor for the head below cloud .............................. $ 280.00 ~ Plan revision to Collier County ................................................ $ 595.00 EXCLUSIONS: The following are not included: + As outlined in original proposal and contract BASE CONTRACT .............................................................................. $ 54,715.00 Previous Change Orders ........................................................................ $ 4,892.75 This Change Order add or (Deduct) ..................................................... $ 5, 737.00 NEW CONTRACT AMOUNT ............................................................ $ 65,344.75 TERMS: Per contract/PO terms. NOTE: This proposal may be withdrawn by Wiginton Fire Systems if not accepted within fifteen (15) days or if a contract agreeab le to both parties cannot be negotiated. WIGINTON FIRE SYSTEMS Bill Behringer Branch Manager Fire Protection Contractor II 17958000012010 December 31, 2019 West Construction 820 North 4th Street Lantana, Florida 33462 Re: Marco Airport Michael Christiano Michael, Florida Licenses: Fire Sprinkler: FPC11-000047 Alarm: EF-0000869 Extinguisher: FED11-000021 Pre-Engineered: FEDU ·000022 12621 Corporate Lakes Dr Suite 1 Ft. Myers, Florida 33913 Tel: 239-278-5955 Fax:866-350-7471 In response to the architect's comments on Clearstory Head Revisions, we would like to dispute the "facts" as presented in the letter dated 12/9/19. The facts that I brought up was the fire protection "engineer" had a design that in no way would or could work as shown on the bid documents for the clearstory area. There were many reasons that it would not work, least of which there was no legal way to suppo1t, install or work on the piping as shown. As we did the "layout" for the building in our original submittal we had the piping drawn, fabricated and was ready for installation when we inquired to West Construction how they wanted us to go from 2"d floor ceiling to the clearstory with our feed piping. It was then the architect realized mistakes that were made and brought to light by Wiginton. We then did a complete redesign and submitted it to the chain of command. This included 2 feeds up to the roof, adding another head below the floating cloud. We are ready to install all the pipe as we have in the building as was proposed on our first submittal. We are asking for the additional funds in the change order as we must scrap all material that was fabricated, delivered and now re-fabricate all the piping as the architect has agreed to. This includes material, fabrication & delivery, breakdown to follow. Any questions, please contact me. Witliam Belu'inge1· Branch Manager Wiginton Corporation DBA Wiginton Fire Systems Fire Protection Contractor II 17958000012010 ~ WE SUPPORT AND ENCOURAGE NICET CERTIFICATION SCHENKELSHULTZ D 0 D A R C H I T E C T U R E 0 0 0 M E M 0 R A N D U M DATE: January 9, 2020 TO: Mr. Michael Christiano Project Manager West Construction, Inc. FROM: Gary Krueger, AJA SchenkelShultz RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements Clerestory Fire Protection COMM.NO. 1620729 With respect to Wiginton Fire Systems letter dated December 31, 2019 to West Construction and received from West Construction January 7, 2020 regarding SchenkelShultz's recent review ofrequested additional construction costs relative to the clerestory sprinkler protection (CPR #052), please clarify the following in order to appropriately respond: • I have attached partial copies of the fire protection bid documents and sequence of shop drawings for reference. As stated within the Wiginton letter, I do agree that it was necessary to more accurately analyze the installation of the sprinkler piping relative to the unique configuration and construction of the clerestory ceiling. Through the shop drawing process, Wiginton assisted in understanding the logistics of coordinating the required piping in conjunction with the proposed installation based upon the existing and proposed construction conditions, material capabilities, code issues and with respect to the intent of the original document design. • In evaluation of the submitted additional pricing (CPR #052) and as described within my letter of December 9, 2019 requesting pricing clarification, it is unclear as to what had been originally bid relative to the requested additional costs. Shop drawings 210000.01, 210000.02 and 210000.04 attached (210000.03 is void due to an error in the submittal numbering sequence) do not accurately reflect full coverage of the ceiling area as required and contrary to the bid documents. The design team is subsequently requesting confirmation that the original bid price included full coverage of the clerestory area. • Material that may be presently on hand as referenced with the Wiginton correspondence likely would not be compatible with the physical conditions and required coverage based upon the initial shop drawing submittals received regarding the installation. • The design team feels that there has not been adequate information provided to substantiate the request for added costs based upon project requirements and the information that has been provided. As requested within the December 9, 2019 CPR response and herein, please itemize the added costs with respect to the original bid as well as the appropriate required coverage as determined in the final submittal (210000.01.05) regarding the clerestory area. ATTACHMENTS: Construction Document Bid Drawing, Clerestory Area Shop Drawing Submittals 210000.01, 210000.02, 210000.04 and 210000.01.05, Clerestory Area Wiginton Fire Systems letter, December 31, 2019 CC: Kevin McCauley/ Atkins North America Justin Lobb/ Airports Manager Zemp Pepper/ Avcon, Inc. Mary Carroll/West Construction, Inc. II '"T1 1 1 1 /2" L , I I I 1 1/4" 1 1/4" . 1 1/i ' - 1" II 1" I , ,I FIRE PROTECTION BID DOCUMENTS >PRINKLER .OOgpm 1.2 .3 FOR DESIGN AREA TWO, 2nd FLOOR LOBBY : PRE ENGINEERED ME TAL JOIST/STEEL BEAM CON STRUCION . LIGHT HAZARD, 225sqft MAXIMUM SPRINKLER SPACING. DESIGN AREA HYDRAULICALLY CALCULATED .10/lSOOs qft (ACTUAL .10/1570sqft) w/ 100gpm HOSE ADDED. l'/ALKWAV 9'·0" CLG OPEN BAI.CONY 13• .. 1• CLG ====::.i_~ OPEU BALCO UY 13'·4 .. Cl G 2nd FLOOR FIRE SPRINKLER PLAN ~ I 9 ,..... SCAlf l/8"a l'-o• ~ I 7,155sqrt r.t NORTH SHOP DRAWING SUBMITTALS 210000 .01.01 AND 210000.01 .02. DESIGN AREA TWO, 2nd FLOOR LOBBY : PRE ENGINEE RED METAL JOIST/STEEL BEAM CONSTRUCION. LIGHT HA ZARD, 22 5s qft MAXIMUM SPRINKLER SPACING. DESIGN AREA HYDRAULICALLY CALCULATE D . 10/1500sqft (ACTUAL , 10/1570sqft) w/ 100gpm HOSE A DDED . I ~'>----.--------..--(/ n ___ __, ~ bd I====== -l -/-;i-_..1r-... -.. _-__ -_-_----------ri ""'I 1sHOP DRAW ING SUBMITIAL 210000.01 .04 2nd FLOOR FIRE SPRf NKl f I 9 t ~ 7 1s s sqft ,._-.. I >METAL XIM UM SPRINKLER sqft w/ 100gpm d . 11.2.3.2 .3 FOR DESI GN AREA TWO, 2nd FLOOR LOBBY: PRE ENGINEERED METAL JO IST/STEE L BEAM CONSTRU CION . LIGHT HAZARD, 225sqft MAXI MUM SPRINKLER SPACING. DESI GN AREA HYDRAULICALLY CALCULATED .10/lSOOs qrt (ACTUAL .10/1670sq ft) w/ 100g pm HOSE ADDED. OPEN OALCOllY j\ BELOW ~ ll'·4"CLG . "' @ ' OPEN BALCONY OELOIV 13'·4 .. Cl.C I I I ' clN 4x 3·4 io ISJFL od/\-1 loo I I 10'·0" CLG I '~ I I i.:. I I ~ LOOR FIRE SPRINKLER PLAN t • sCN.E 1;s·=r-o· ~ I 7,155sqft NORTH SHOP DRAWING SUBMITTAL 210000.01 .05 Project Information Project# 18-1305 MARCO ISLAND AIRP Tltle MARCO ISLAND AIRPORT NEW TERMINAL Address 2005 Mainsail Dr. City, State, Zip Naples, Florida Country Originated By Conta ct Company Addre ss City, State, Zip Coun try Phone Fax Request Request for Information (RFI) Request for Information RFI# 00201 Issue Date 12-Nov-2019 Pri ority A.SAP. Subject Sprinkler at 200A and 200B Reason Add illonal lnfonnatlon Roforonces and Schcdulc/Flnanclal Impact Prime Contract Subcontract Drawing Spe c. Section Location Other Impac t: Schedule Days co sco Flnanclal $0.00 Sidewa ll Sp rinkle r heads are shown on th e approved spri nkler plans al th e North and South walls of Balcony 200A an d 200B. The sidewall heads must be placed within 12' of the celling. In thi s cas e th e sprinkler wou ld have to be place d about 8' above the bottom of the TB8 Concre te beam (Reference S103R/S200). Please advise whe th er a 2 Inch hole can be cored In the TB 8 abou t 8' above the bottom of the beam . Suggestion Respondents Contact Inform ation Contact Company Phone Scotty Bakowski Atkins -Fort Lauderdale 954-903-3605 Response Due Date 19-Nov-2019 Resoonded 19-Nov-201 9 A 2" diameter hole ca n be co red Into the tie beam to accommodate the sprinkler piping. Care sh all be taken not to damage the Interna l steel sti rrup rei nforcement within the beam . As an altern ate to co ri ng the beam, rou te the spri nkler piping over the top of th e tie beam from wi thin the adjacent truss spa ce, extend the piping as exposed over the top of the ba lcony celllng fram ing and drop the heads as celling mounted In lieu of sldewall . Verify with the sprinkler hydrauli c ca lculallon s as to wh ether both required heads are able to be fed from one pipe run or If It Is necessary to feed each head from Individua l piping run from ea ch sid e of the balcony. Page l of1. Request for Information (RFI) Projoot lnfonn nllon Roquost for lnfornrntlon Project# 18·1305 MARCO ISLANDAIRP RFI# 00201 Drawing Tiiie MARCO ISLAND AIRPORT NEW TERMINAL Date 12·NOV·2019 Speo. Seollon Address 2005 Malnsall Dr. Due Date 19·NOV·2019 Location Other City, State, Zip Naples, Florida Priority A.S.A.P. Country Subject Sprlnkler at 200A and 2008 Rea eon AddlUonal Information From Contact Mary Carroll Contact Scolty Bakowski Company West Constmcllon, lno. Company Atkins • Fort Lauderdale Address 020 North 4th St. Addreae 3230 West Commercial Blvd . Suite 100 City, State, Zip Lantana, FL 33462 City, State, Zip FT. Lauderdale, FL 33309 Country United States Country USA Phone 661-500·2027 Phono 954-903·3605 Fro< 661-502·9419 FaK Request Sidewall Sprinkler heads are shown on the approved sprinkler plans at th e North and South walls of Balcony 200A and 2008. The sidewall heads must be pl aced wllhln 12" of the celling. In this case the 11prfnklerwould have to be placed about O" above the bottom ofthe TBO Co ncre te beam (Reference S103R/S200). Plea se advise whether a 2 Inch hole can be cored In the TBD about o• above the bottom of the beam. · Suggestion Rosponsc A 2" diameter hole can be cored Into the tie beam lo accommodate the so rlnkl er ololno. Care shall be taken not lo damaoe the Intern al steel sllrrup reinforcement with in the beam . As an allernate to coring th e beam, route the sprlnkler piping over the top or th e lie beam rrom within the adjacent truss space extend the plolng as exoosed over the too of the balconv celllno framlno and droo th e heads as celllna mounted In lleu or sidewall. Verify with the sprinkler hydraullo calculallons as to whether both required heads are able to be fed from one pipe run or If ll ls necessarv lo feed each head from lndl vldual ololno run from each side or the balconv. Gary Krueger/SchenkelShultz -1111 B/19 Signature Page1 of1 · SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 January 7, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #054 Revised – Balcony Light Fixtures Commission No. 1620729 Dear Kevin: The project design team has reviewed the Change Proposal Request referenced above. The revised CPR is in response to SchenkelShultz’s letter of December 30, 2019 requesting clarification regarding initial pricing received. The electrical contractor’s revised CPR back-up documentation has deleted the reference to the installation of the light fixtures per the original bid documents, with the costs now relative only to the relocation and installation of one of the light fixtures deleted from the other exterior balconies in RFI #0210 response. With respect to contract time impact, the CPR form indicates that contract time due to the change is to be determined at a later date in lieu of stating a specific period of time delay or no time delay as required by the contract. However, due to the nature of the work to be provided based upon the status of the construction, proceeding with the remaining contract work would not be impacted by the one light fixture relocation and therefore there should be no impact to the contract time based upon this CPR. Based upon the revised description related to the submitted cost and the requested scope of work, SchenkelShultz recommends acceptance of the subject CPR by the Owner provided that the Owner is in agreement with the relocation of the light fixture per the RFI #0210 response. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Attachment: West Construction CPR #054 Revised Cc: Justin Lobb/Airports Manager MKY Project lnfonnation Project# Title Address City, State, Zip Country 18-1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Michael Christiano Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana , FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request (CPR) Change Proposal Request Contract# CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 001 054R3 08-Jan-202 0 Balco ny Lighting Fixt ures Pursuant to RFI# 210 Response Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamiami Trail East Naples, FL 341 12 Revise the recessed lighting and relocate one of the DL6W fixtures Pursuant to RFI# 21 O Response and as outlined In Contractor's proposal attached . Net Amount of this Proposed Change: $621.60 The Contract time due to this Change Proposal Request Is to be determined at a later date. This document , when fully executed as accepted, shall constitute authorization to proceed with the work described herein. Response: D AcceptO Do Not Accept COLLIER COUNTY BOARD OF CNTY COMM ISSIONERS Company By Date By Pro osed Items LS 2 LS Date I e • 596.12 596.12 25.48 25.48 Subtotal = $621.60 Tax= $0.00 Total = $621.60 Page 1 of1 TO: Alpha Elect.ric §ervice•~ Inc. 935 Hosea coun. Naples. Fl 34104 • Phone: l239l 465-2181 • Fax: l239l 261-7994 January 8, 2020 West Construction, Inc. CHANGEORDER: Alpha PC0-004 (MKY-RFI #00210) The following is our proposed change proposal for Marco Island Executive Airport, Marco Island, FL project, per the qualifications listed below. SCOPE OF WORK The following items have been included: • Relocate one of the DL6W fixtures to the outdoor balcony off of Conference Room 219 . • Carried sales tax on material WORK EXCLUDED The following items have been excluded: • Lighting fixtures. GENERAL CONDITIONS 1 Alpha Electric shall not be held liable for errors or emissions in designs by others, nor inadequacies in equipment or materials specified or furnished by the others. 2. Equipment and materials supplied by Alpha Electric are warrantied only to the same extent as warrantied by the manufacturer. 3. Anything (verbal or written) expressed or implied elsewhere, which is contrary to these conditions shall be null and void. CHANGEORDER PRICE The price for this proposed change order is: Sincerely, Andres Borroto Alpha Electric Services $ 596.12 A LPHA E L EC T RIC Estimating S umm ary Sheet ~Direct Productive Labor Hours Pricing Description Gen. Foreman Journeyman Apprentice Branch Name: 1uate Prepared: Sheet January 3, 2020 6 Quote/Contract/Change Order No. Marco PC0·004 (RFI #00 210 ) Proj ect Name: Start Date: Pricing Sheet Totals b Projec t Location: Completion Date: Adj ustments Start-up MATERIAL Subtotal Hours b Pricing Description Cost Project admini stration Sheet I JObSlt e support 57.00 Total Direct hours (200) b Electrical Labor Dollars Description Rat e Hours Cost Ge neral Foreman ~/'l,ilUlllf u Pric ing Sheet Total 57.00 Journeyman $74.50/hr 6 452.50 Material Esca lation/D iscount 0% Apprentice ~l'l.OUtnr u Subtotal material :ir.uu Freight Travel Total (100) 57.00 Expenses Subcontracts/Quotes Tota l Labor Dollars (300) 452.50 Name Actual Cost jNonProaucttveLabor Uescnpt1 on Kate Hours cost General Foreman ~l'l.OUtnr u Foreman ~74.5umr 0 Journeyman ~74.oumr 0 Travel Expenses Total Non Produc tive (300) O.OI Margins and Totals (Enter "Actual Amount" only if contract is used .) I Net Project Costs ou:i.:>U Total subcontracts (500) 2 Materials warranty Percent: DJE Direct Job Expenses 3 Additi onal warranty am ount: Pennits, fees, li censes, and insurance 4 Total warranty Storage Container 5 Tool & Equipment Rental 6 Lifts 7 Total estimated j ob cost <JU:>.OU Parlcing expense 8 uvernead lU"/o Tota l DJE (600) 9 Materials ma rk-up : 10% :>U.!!:> Overhead Labor 10 Quotes mark-up: 10% Desc ript ion Rate Hours Cos t II DJ E mark-up: io•/o Project Manager ;i,oo.u umr u 12 Ove rhead Labor mali<-up: 10·1. Project Estimator ~oo.uumr u 13 Direct labor mark-up: 15% Project Coordinator $75 .0 0/hr 0 14 Average mark-up : Drafting (as-built s) ~ro.uu111r u 15 Total mark-up: Cle ri cal $40.00/hr 0 16 Total Margin (mark-ups & overhea d) 17 Esti mated se ll price oou .b:> 18 Bond 0.00% O.OOo/c o.u~ Expenses 19 Sal es tax (materi al & quotes) 7.00 o/c 35 .or Tota l Overhead (700) U.Ul 20 Sales tax (labo r) 0.00 •1c 0.00 Approvals 21 Estimated by: C hecked by: 22 Project Square Ft. c 23 Price per Sq uare Ft.(ifappl ic ab le) Approved by : Approved by : 24 25 SELL PRICE $ 596 .12 Projo ot l11fo111rnllo11 ProJeotll Tfllo Adclross City, State, Zip Country Orlgltmtod By Contact Comp11ny Address City, State, Zif> Country Phone Fax Request 10·1305 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Molnseli Dr. Naples, Florido Alpha Eleclrlo Services, lno. ll31i Rosen Court Naples, FL 34104 USA 230-465·2701 Request for Information (RFI) Roquost for l11fottn nt1011 RFI# Issue Date Priority Subject Reason 00210 05·Dec-2019 A.SAP. Electrical Ligh t Fixtures Balconies 200A end 2008 Addlllonnl lnfonnallon Roforo11cos ancl Scllochtlo/Fltinnolnl ltnpaol Prime Contract Subcontract Drawing Spoo . Section Location Other Impact: Schedulo Days co sco Flnenolnl $0.00 Electrlcol Drnwlng E302·R shows the DL6WE fixture oontered In the celllno above Balconlos 200A and 200B. Those fixtu res are In conOlct with the Structural Drawing S103R which allows a C6X0.2 Channel In tho some locollon preventing the light fixture from being Installed (see eltechecl photo from Balcony 200B slmllor condition at 200A). Please advise where the DL6WE fixture should be pieced. Suggestion Respondents Contnut l11fo111111!1011 Contact Company Phone Scolly Bekowsld Alkins· Fort Lauderdale {)54·903·3606 Rospon so Due Date 12-Dec-2019 Responded 10·Dec-2019 Due to the structural framing lntorferenoo, revise tho recessed lighting at Bslconles 200A end 2008 from three to two fixtures as Indicated on the attached sketch . one each DL6W end DL6WE es shown ot each of the balconies. Relocate one of the DLOW fixt ures to the outdoor ba lcony off of Conference Room 219 as also shown. Circuit the light fixture to circuit E·H-LP3. Pagel ofl rroJoot lnfo11nnllon ProJootfl Tltlo Addroaa City, Stnto, Zip country From Contnot Compnny Addroeo Olly, Stnto, Zit> couutry Phono Fnx 10·1306 MARCO ISLAND AIRP MARCO ISLAND AIRPORT NEW TERMINAL 2006 Molnaall Dr. Napfoa, Florido MnryCnrroll Weal Conelrucllon, !no. 020 North ~lh st. l.onlono, FL 33~02 Unllod Slnlos !i01 ·fl00·2027 li01·fl02·0~19 Request for Information (RFI) Roq110Ht flll' lnfon11nt1011 Rl11fl Onto DuoDnto Priority SubJoct Ronson Oontnol Oompnny Addroeo Olly, Stnto, Zit> Counhy Phono Fnx 00210 O!l-Deo-2010 12-0eo-2010 A.S.fl.P. Drnwlng Spoo. soollon Looatlon Othor Eleclrlcnl light Fixtures Bolconlos 200A end 2008 Additional lnronnallon Scolly Bolmwakl AU1lns • Fort Lnudordnlo 3230 Wo st Commorcinl Blvd. Sulla 100 FT. Lnudordolo, FL 33300 USA OM·ll03·3001l Request Eloctrlcol Dmwlna 1:302-R ohows !ho DLGWI! fixture contorod In tho colllno ebovo Bnlconloa 200A and 2008. Thoso nxturos nre In conflict vAth tho Slructurnl Dmwlno S103R which shows a COX0.2 Channel In tho anmo lo cnllon provonllno tho lloht nxturo rrom bolno lnalalled (eoe n!lnched photo rrom Balcony 2000 elmlln r condlllon 11t 200A). Plonao advise whoro tho DLGWE fixture should bo plncod. SU{llJGStlon Rosponso Duo to tho etru otural framlno lntorforonco rovlso the recessed llnhlln1111t B11lconles 200A end 2008 from three to two fixtures es Indi ca ted on the e!leched ske tch. Ono ench DL6W end DL6WE as shown nt each or the belconlos. Relocate one of the DL6W fixtures to the outdoor bolconv off of Conlerence Room 210 ea also shown . Circuit the llnhl fixture lo circuit E·H·LP3. Gary l<rueoer/SohenlcelShutlz • 12/0/1 O slunnturo PngeJ. of1 -; ·1 ~_=! oq I ~ KZl. './ -_[ --. -·-A22. . ,Ot.6$ I x I -~ 0 lf'J', J A22. = <>-" A22.W2d!! Ir@.! . n ~-~OL5··. OLSS)! ·-~\~~~ J ~ .. I ll.SS -. = OL6S ---l ~· ~'-: __ ~-)-I -.\ I ~-6 ~ l "--------! !ZFI. -%-azro !2{~/1~ SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 January 20, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #055 Revisions 1 – Additional Exterior Light Fixtures Commission No. 1620729 Dear Kevin: The project design team has reviewed the Change Proposal Request referenced above. The costs are associated with Supplemental Instruction No. 10 which requested pricing for the addition of three exterior wall mounted light fixtures and relocation of one of the second floor balcony down light fixtures deleted in RFI response #210. In response to SchenkelShultz letter of December 31, 2019 noting the requirement to provide the new light fixtures, Alpha Electric has resubmitted the costs to include the purchase of the fixtures to be installed. Additionally, there has been a decrease to the labor hours originally projected for the installation noted to be considered as excessive in the December 31, 2019 correspondence. Based upon the revised pricing submitted, SchenkelShultz recommends acceptance by the Owner of the additional costs based upon the added scope. With respect to contract time impact, the CPR form indicates that contract time due to the change is to be determined at a later date in lieu of stating a specific period of time delay or no time delay as required by the contract. However, due to the nature of the work to be provided based upon the status of the construction, proceeding with the remaining contract work would not be impacted and therefore there should be no impact to the contract time based upon this CPR. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Attachment: West Construction CPR #055 Cc: Justin Lobb/Airports Manager MKY Project lnfonnation Project# Title Address City, State, Zip Country 18-1305 MARCO ISLANDAIRP MARCO ISLAND AIRPORT NEW TERMINAL 2005 Mainsail Dr. Naples, Florida Prime Contract Company Contact Michael Christiano Company West Construction, Inc. Address 820 North 4th St. City, State, Zip Lantana, FL 33462 Country United States Phone 561-588-2027 Fax 561-582-9419 Description of the proposed change: Change Proposal Request (CPR) Change Proposal Request Contract# CPR# Issue Date Subject Owner Contact Company Address City, State, Zip Country Phone Fax 001 055 Rt.lf)icJt--1 I 16-Jan-2o20 Additional Light Fixtures Pursuant to Sl-10 Barbara Lance COLLIER COUNTY BOARD OF CNTY COMMISSIONERS 3295 Tamiami Trail East Naples, FL 34112 Addition of three (3) WP light fixtures on the exterior fac;:ade of the building and the relocation of one (1) DL6W light Fixture. Center the DL6W fixture on Door 1088, pursuant to Supplemental Instruction (SI) No. 10. Net Amount of this Proposed Change: $4,049.04 The Contract time due to this Change Proposal Request is to be determined at a later date. This document, when fully executed as accepted, shall constitute authorization to proceed with the work described herein. Submitted By Response : D AcceptO Do Not Accept COLLIER COUNTY BOARD OF CNTY COMMISSIONERS Company Date By Proposed Items .. 2 **PM I APM time rights reseNed. Owner pending respon se from County. LS LS Date 3,884.05 164.99 Subtotal = $4,049 .04 Tax= $0.00 Total= $4,049.04 Pag e t of1 TO: Alpha Electric !iervices~ Inc. 935 Hosea coun. Naples, Fl 34104 • Phone: 12391465-2781 • Fax: 12391 261-7994 January 15, 2020 West Construction, Inc. CHANGEORDER: Alpha PC0-006 (MKY-Sl-10) The following is our change proposal for Marco Island Executive Airport, in Marco Island, FL, per the qualifications listed below. SCOPE OF WORK The following items have been included: • Furnish three (3) WP light fixtures on the exterior fa9ade of the building as indicated on the sketch attached to Sl-10. Connect to E-H-LP3-8. • Relocate one (1) DL6W light fixture on Door 1088. Connect to E-H-LP3-8. WORK EXCLUDED The following items have been excluded : • DL6W light fixture. GENERAL CONDITIONS 1) Alpha Electric shall not be held liable for errors or emissions in designs by others, nor inadequacies in equipment or materials specified or furnished by the others. 2) Equipment and materials supplied by Alpha Electric are warrantied only to the same extent as warrantied by the manufacturer. 3) Anything (verbal or written) expressed or implied elsewhere, which is contrary to these conditions shall be null and void. CHANGEORDER PRICE The price for this proposed change order is: Sincerely, Andres Borroto Alpha Electric Services $3,884.05 ALPHA ELECTRIC Estimating Summary Shee t Direct Productive Labor Hours Pricing Description Gen . Foreman Joumeyman Apprentice Branch Na me: I u ate l'reparea: Sheet January 15, 2020 z:i Q uote/Co ntract/C hange Order No. Marco PCO-OOG Proj ect Name: Start Date: Pricing She et Totals z:i Proj ect Location: Completion Date: Adjustments Start-up MATERIAL Sub tota l Hours :.!5 Pricing Desc ription Cos t Project admi nis tration Sheet Jobs1te support 239 .60 Total Direct hours (200) LO 1,197.87 !Electrical Labor Dollars Description Rate Hours Cost Genera l Foreman :tif4.;;iumr u Pricing Shee t Total lJ~.tiU Joumeym an $74.50/hr 25 1862.50 Material Esca lati onfDiscount Oo/c Apprent ice ;i>/'l,;)Ufnr u Subtota l ma teria l l ,4Jf.4f Freight Travel Total (100) 1,4 37.47 Expenses Subcontracts/Quotes Total Labor Dollars (300) 1862.50 Name Actua l Cost 1Non rrooucuve Labor uescnpu on Kate Hours Lost Genera l Foreman :tif4,;;iumr u Foreman $74.:ium r 0 Joumeyman ;i.1'1.::>umr u Travel Expe nses Total Non Productive (300) U.uu Margins and Totals (E nter "Actual Amount" only if contract is us ed.) I Net Project Costs J ,1.::1::1.~f Total subcontracts (SOO) 2 Materials wananty Pen:ent: IDJE Direct Job Expenses 3 Additional warranty amount: Permi ts, fees, li censes, and insurance 4 Tota l warranty Storage Container s Too l & Equipm ent Rental 6 Lift s 7 Total estimated job cost J,1.::1::1.81 Park ing expense 8 1uve rn eaa lU"/o Total DJE (600 ) 9 Materials mark-u p: 1U 'ro .u::i.88 Overhead Labor 10 Quot es ma rk-up: 5·1. Descript ion Rate Hours Cost ll DJE mark-up : 15% Proj ec t Manager :Stl5.uumr u 12 Overhead Lab or mark-up: 15"/o Project Est im ator :ti55.uumr u 13 Direct labor mark-up: 1:J'ro Project Coo rdinator $75.00/hr 0 14 Average mark-up: Drafting (a s·builts) ;iir::>.uumr u IS Total mark-up: Cleri cal $40.00/h r 0 16 Tot al Margin (mark-ups & overhead) 17 Estimated sell price J,OL~.8ti 16 Bond O.OOo/c u.uu Expenses 19 Sa les tax (material & quotes) 7.00 °/c .l;)'f.U::I Total Overhead (700) U.uu 20 Sales tax (labor) 0.00o/c 0.00 Approvals 21 Estimated by: Checked by: 22 Project Square Ft. 23 Pri ce per Square Ft. (if applicable) Approved by: Approved by: 24 2S SELL PRICE $3,884.05 To: Attn: Phone: Fax: Email: Notes: Item 100 ALPHA ELECTRIC SERVICES INC ALPHA ELECTRIC SERVICES INC 935 ROSEACT NAPLES FL 34104-4437 JOHAN 239-465-2781 ~ GnwJ>aR. 800 INDUSTRIAL BLVD NAPLES FL 34104-3619 Phone: 239-643-4000 Fax: 239-643-3137 Date: Proj Name: GB Quote#: Release Nbr: Purchase Order Nbr: STEVEN.LLORCA@GRAYBAR.COM Additional Ref# Valid From: Valid To: Contact: Email: Proposal 01/06/2020 MARCO ISLAND AIRPORT ADD 0234421903 01/06/2020 02/05/2020 STEVEN LLORCA steven.llorca@graybar.com We Appreciate Your Request and Take Pleasure in Responding As Follows * PLUS FREIGHT ltemrrype Quantity Supplier Catalog Nbr 3 EA LITHONIA LTG WST LED P1 40K VF 277 PE DNAXD Description Price Unit Ext.Price $399.29 1 $1,197.87 Total in USO (Tax not Included): $1,197.87 This equipment and associated lnslallalion charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more lnformallon call 1-800-241-7408 lo speak with a leaslng specialist. To learn more about Graybar, visit our website at www.graybar.com 24-Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and cond!Uons set forth In this document. Unless otherwise noted,frelght terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship dale wlll be determined at the time of order placement. Page 1 of 2 To: Attn: ALPHA ELECTRIC SERVICES INC ALPHA ELECTRIC SERVICES INC 935 ROSEACT NAPLES FL 34104-4437 JOHAN Date: Proj Name: GB Quote#: Proposal 01/06/2020 MARCO ISLAND AIRPORT ADD 0234421903 We Appreciate Your Request and Take Pleasure In Responding As Follows ¥/MM~ AN.lj1c::E&fg1f18~~b~~ALE I. suppliers. 2. 'n the cise, ieduction..!11ay be made from credits issued to cover cost ofhandling. Returns will not be accepted for services or any ~g~~~1!T.TID:es now or hereafter imposed upon sales, shipments or services Will be ndded !o the purchase price. Buyer lkate. ~s'R'~~~es~ ~~J% ~ogg~e\i~r1e8'~;~a~c~g'\~~ff r~~ :~lf c~n~:q'u[~/!~{~~fJ~f~PJJ~~g~~ ~Wfi~~ ?~~e:n~11 d~r.i~i~r p~~v1;fJricgFs~~~~.b;llii~ent Signed: ______________ _ This eqllipmanl and associated Installation charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more lnformaUon call 1-800-241·7408 lo speak with a leaslng speclallst. To learn more about Graybar, visit our website at www.graybar.com 24-Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth In this document. Unless otherwise noted,frelght terms are F.O.B. shipping point prepaid and blll. Unless noted the estimated ship date wlll be determined at the time of order placement. Page 2 of 2 ATKINS Atkins North America DBPR Certificate of Authorization No. 24 SI No.: Sl-10 SUPPLEMENTAL INSTRUCTION (SI)/ FIELD ORDER DATE: 12/19/2019 TRANSMITTAL TO: Mr. Justin Lobb Airport Manager Collier County Airport Authority 2005 Mainsail Drive, Suite 1 Naples, FL 34114 RE: Marco Island Executive Airport Terminal TO: Mr. Michael Christiano Project Manager West Construction, Inc. 820 North 4th Street Lantana , FL 33462 New Terminal and Associated Improvements (Collier County Contract No. 16-6561) ATKINS WE ARE TRANSMITIING TO YOU THE FOLLOWING WHICH IS DESCRIBED BELOW FOR YOUR REVIEW, CONCURRENCE AND APPROPRIATE ACTION: Supplemental Instruction (SI) No. 10 (SI performed under CA Services) is issued to address the addition of three (3) WP light fixtures on the exterior fa~ade of the building and the relocation of one (1) DL6W light Fixture. Center the DL6W fixture on Door 108B. ATTACHMENTS: No. Coples Dated Type 1 PDF 12/12/19 Partial Plan 1 PDF 12/19/19 Partial Plan E.COPY CCAA -Debra Bru eg geman West -Steve Aks, Mary Carroll Atkins -Scotty Bakowski, Gary Krueger Description Proposed location of 3 WP light fixtures. Connect to E-H-LP3-8. Proposed relocation of DL6W fixture. Connect to E-H-LP3-8. Kevin D. McCauley, PE -Atkins If enclosure are not as noted, kindly notify us at once. A22E .F-4 _____ .:..__'A22E l I E-L-QP4 -31 VIA 'LCP' E-H-LP3 -1 !·''' II C4E I I 'D WP PARTIAL FIRST FLOOR PLAN I I 12/19/19 1 I I I i 1 F4E UPTO ~i=r.nNn ---~---------------------------··-· DL6W A22 ....-----.---<-. ( DL6WE -------~-;~--1-Bt-x1~ A22 · A22E ------.------------1--I -·~ A22 ----n------------A22 A22 -----...,..,...,..,-----DL6WE A22E _DL~ n· PARTIAL FIRST FLOOR PLAN 12/19/19 -- Airport Authority WORK DIRECTIVE ClIANGE CONTRACT# /PRO.JECT NAME: 18-7240 MKY Terminal CHANGE# JO DATE OF ISSUANCE: l /2l/2020 EFFECTIVE DATE: 1/21 /2020 OWNER: Collier County Board of Commissioners PROJECT#: 33484 CONTRACTOR: West Con struction Inc. ENGINEER/DESIGN PROFESSIONAL: Atkins/Schenke1Shul1z You are directed to proceed promptly with the following change(s): Description: • Modify fire protection/add sprinkler heads and feeder pipes per attached CPR #052 Revision l /RFI 0020L at an estimated cost of$5 ,995.18. • Add three (3) WP light fixtures on the exterior fa .c;ade of the building and relocate one (1) DL6W light fixture per attached CPR #055 Revision I/Sl-10, at an estimated cost of $4,049.04 • Remove 170 SY of sid \\al from lh1: xo.i.££.t scope per attached Sl-13. for a credit of $9.999.40 (c· -8 8' 1 1S' v · 17() S"-'\ ,))c . .,_,,IX ,)J)• Purpose of Work Directive Change: Direct contractor to proceed with installation of sprinkler beads and associated feeder pipes , and the .installation and relocation light fixtures to continue with construction of the building, and removal of 170 SY of sidewalk from project scope. Attachments : CPR #052Rl /RFI #00201 , CPR#055R1 /Sl-l 0, SI-13 If a claim is made that the above chauge(s) have affected Contract Price or Contract Times any claim t'or a Change Order based thereon will involve one or more of the following methods of determining the effect of tbe changes( s). Method of determining change in Contract Price: ~ Unit Prices D Lump Sum D Other Method of determining change in Contract Times: D Contractor's records [gJ Engineer"s record D Other Estimated change in Contract Time: 0 days -No time impacts 01 /21/20 12:27 PM _________________________ ._ ......... -.. ----·----... - Atkins North America DBPR Certificate of Authorization No. 24 If enclosure are not as noted, kindly notify us at once. RE: Marco Island Executive Airport Terminal New Terminal and Associated Improvements (Collier County Contract No. 16-6561) WE ARE TRANSMITTING TO YOU THE FOLLOWING WHICH IS DESCRIBED BELOW FOR YOUR REVIEW, CONCURRENCE AND APPROPRIATE ACTION: Supplemental Instruction (SI) No. 13 (SI performed under CA Services) is issued to remove the portion of the sidewalk north of the northern access road. This scope of work has been added to the Phase 2 Apron Project. ATTACHMENTS: No. Copies Dated Type Description 1 PDF 1/20/2020 V1 Drawings Rev 13 – CL.02.01, CL.02.03, CL.04.01, CL.04.03 E.COPY CCAA – Debra Brueggeman West – Steve Aks, Mary Carroll Atkins – Scotty Bakowski, Gary Krueger Kevin D. McCauley, PE - Atkins SUPPLEMENTAL INSTRUCTION (SI) / FIELD ORDER TRANSMITTAL SI No.: SI-13 DATE: 1/20/2020 ATKINS Emailed 1/20/2020 TO: Mr. Justin Lobb Airport Manager Collier County Airport Authority 2005 Mainsail Drive, Suite 1 Naples, FL 34114 TO: Mr. Michael Christiano Project Manager West Construction, Inc. 820 North 4th Street Lantana, FL 33462 P 702+00703+00800+00801+00PROPOSED TERMINALF.F.E.= 7.00B/L "PARKING LOT 3"B/L "PARKING LOT 1"DUMPSTER ENCLOSURE(SEE NOTE 6)CL.03.011CL.03. 0 2 2 CL.03.121TYPE D CURB (TYP.)DETECTABLE WARNINGSAND SIDEWALK CURBRAMPS (TYP.) (SEE NOTE 7.)CL.03.121TYPE D CURB (TYP.)CONCRETE WHEELSTOP (TYP.)CL.08.114CL.02.01FBPR CA NO. 24DRAWING SCALE:SHEET NO.DESCRIPTIONREVSHEET TITLE:PROJECT NAME:DATENEW TERMINAL FACILITYAND ASSOCIATEDIMPROVEMENTSJOB NO.:DATE:DRAWN:DESIGN:CHECKED:100052867NOTE: GENERAL CONTRACTOR'S (GC) BIDDING SHALL PROVIDE WRITTEN VERIFICATION WITHTHEIR BIDS THAT ALL OF THEIR SUBCONTRACTOR'S BIDDING THIS PROJECT HAVEBECOME FAMILIAR WITH ALL CONSTRUCTION DRAWING SHEETS & PROJECT MANUALSPECIFICATIONS TO ENSURE THE GC AND SUB-CONTRACTOR'S CONSTRUCTION BIDSSHALL PROVIDE THE TOTALITY OF THE ENTIRE CONTRACT DOCUMENT REQUIREMENTS.APRIL 2018KEVIN D. MCCAULEY, PEFL P.E. No.: 67477ASR, BJGWABTER/KDMDATE:MARCO ISLANDEXECUTIVE AIRPORTCOLLIER COUNTY, FLORIDA1514 BROADWAY, SUITE 201, FT MYERS, FL 33901TELE: (239) 334-7275 │ FAX: (239) 334-7277www.atkinsglobal.com/northamerica.comCONFORMED DOCUMENTSENGINEER OF RECORD:VOLUME 1LEGENDNOTES1.SEE CL.03 SERIES FOR TYPICAL SECTIONS ANDPAVING DETAILS.2.SEE CL.04 SERIES FOR STAKING PLAN.3.SEE CL.05 SERIES FOR GRADING AND DRAINAGEPLAN.4.SEE CL.08 SERIES FOR PAVEMENT MARKING ANDSIGNAGE PLAN.5.SEE CU.01 SERIES FOR UTILITY PLAN.6.SEE FDOT INDEX 304 FOR DETECTABLE WARNINGSAND SIDEWALK CURB RAMPS. THE COST OFDETECTABLE WARNINGS SHALL BE INCLUDED IN THEBID ITEM PRICE FOR THE SIDEWALK.7.SEE VOLUME 2 PLANS FOR SIDEWALK PAVERSDETAILS. THE COST OF THE SIDEWALK PAVERSSHALL BE INCLUDED IN THE BASE BID PRICE FORTHE TERMINAL BUILDING.6.SEE VOLUME 2 PLANS FOR DUMPSTER ENCLOSUREDETAILS. DUMPSTER ENCLOSURE WALL, CONCRETEPAD, BOLLARDS, GATE, AND ANY OTHER WORKREQUIRED TO CONSTRUCT THE DUMPSTERENCLOSURE SHALL BE INCLUDED IN THE BASE BIDPRICE FOR THE TERMINAL BUILDING.CONCRETE SIDEWALK(SEE DETAIL 2, SHEET CL.03.12)LANDSCAPE(SEE LL.01 SERIES)PARKING LOT PAVEMENT(SEE DETAIL 2, SHEET CL.03.02)CONCRETE PAD(SEE SHEET S101, VOLUME 2)COMPACTED BASE(SEE DETAIL 3, SHEET CL.03.01)PAVERS SIDEWALK(SEE NOTE 8 BELOW)ACCESS ROAD PAVEMENT(SEE DETAIL 2, SHEET CL.03.01)SCALE IN FEET20'10'5'0MATCHLINE, SEE SHEET CL.02.03MATCHLINE, SEE SHEET CL.02.02 PAVING PLANMATCHLINE, SEE INSET SHEET CL.02.031/20/2020 SI #13 NORTH SIDEWALK REMOVAL1313 T 704+00705+00503+00 B/L "PARKING LOT 2"CL.05.12 2CL.03.121TYPE D CURB (TYP.)CL.03.121TYPE D CURB (TYP.)B/L "TERMINAL"MAINS A I L D R INSTALL 30 LFCONCRETE SLABPER DETAILCW 700+00 CL.02.03FBPR CA NO. 24DRAWING SCALE:SHEET NO.DESCRIPTIONREVSHEET TITLE:PROJECT NAME:DATENEW TERMINAL FACILITYAND ASSOCIATEDIMPROVEMENTSJOB NO.:DATE:DRAWN:DESIGN:CHECKED:100052867NOTE: GENERAL CONTRACTOR'S (GC) BIDDING SHALL PROVIDE WRITTEN VERIFICATION WITHTHEIR BIDS THAT ALL OF THEIR SUBCONTRACTOR'S BIDDING THIS PROJECT HAVEBECOME FAMILIAR WITH ALL CONSTRUCTION DRAWING SHEETS & PROJECT MANUALSPECIFICATIONS TO ENSURE THE GC AND SUB-CONTRACTOR'S CONSTRUCTION BIDSSHALL PROVIDE THE TOTALITY OF THE ENTIRE CONTRACT DOCUMENT REQUIREMENTS.APRIL 2018KEVIN D. MCCAULEY, PEFL P.E. No.: 67477ASR, BJGWABTER/KDMDATE:MARCO ISLANDEXECUTIVE AIRPORTCOLLIER COUNTY, FLORIDA1514 BROADWAY, SUITE 201, FT MYERS, FL 33901TELE: (239) 334-7275 │ FAX: (239) 334-7277www.atkinsglobal.com/northamerica.comCONFORMED DOCUMENTSENGINEER OF RECORD:VOLUME 1LEGENDNOTES1.SEE CL.03 SERIES FOR TYPICAL SECTIONS ANDPAVING DETAILS.2.SEE CL.04 SERIES FOR STAKING PLAN.3.SEE CL.05 SERIES FOR GRADING AND DRAINAGEPLAN.4.SEE CL.08 SERIES FOR PAVEMENT MARKING ANDSIGNAGE PLAN.5.SEE CU.01 SERIES FOR UTILITY PLAN.6.SEE FDOT INDEX 304 FOR DETECTABLE WARNINGSAND SIDEWALK CURB RAMPS. THE COST OFDETECTABLE WARNINGS SHALL BE INCLUDED IN THEBID ITEM PRICE FOR THE SIDEWALK.7.SEE VOLUME 2 PLANS FOR SIDEWALK PAVERSDETAILS. THE COST OF THE SIDEWALK PAVERSSHALL BE INCLUDED IN THE BASE BID PRICE FORTHE TERMINAL BUILDING.6.SEE VOLUME 2 PLANS FOR DUMPSTER ENCLOSUREDETAILS. DUMPSTER ENCLOSURE WALL, CONCRETEPAD, BOLLARDS, GATE, AND ANY OTHER WORKREQUIRED TO CONSTRUCT THE DUMPSTERENCLOSURE SHALL BE INCLUDED IN THE BASE BIDPRICE FOR THE TERMINAL BUILDING.CONCRETE SIDEWALK(SEE DETAIL 2, SHEET CL.03.12)LANDSCAPE(SEE LL.01 SERIES)PARKING LOT PAVEMENT(SEE DETAIL 2, SHEET CL.03.02)CONCRETE PAD(SEE SHEET S101, VOLUME 2)COMPACTED BASE(SEE DETAIL 3, SHEET CL.03.01)PAVERS SIDEWALK(SEE NOTE 8 BELOW)ACCESS ROAD PAVEMENT(SEE DETAIL 2, SHEET CL.03.01)SCALE IN FEETMATCHLINE, SEE SHEET CL.02.01MATCHLINE, SEE SHEET CL.02.04 20'10'5'0PAVING PLANMATCHLINE, SEE SHEET CL.02.01INSET75/03/2019SI #7 DRAINAGE MODS1/20/2020 SI #13 NORTH SIDEWALK REMOVAL1313 P 702+00703+00800+00801+00PROPOSED TERMINALF.F.E. = 7.00B/L "PARKING LOT 3"B/L "PARKING LOT 2"5.00 FT.(TYP.)5.00 FT.(TYP.)R8.00 FT.R3.00 FT.R38.00 FT.R3.00 FT.R3.00 FT.R3 . 0 0 FT .R3 . 0 0 F T .R3.00 FT.R3.00 FT.R13.00 FT.R25.00 FT.R3.00 FT. R8. 0 0 F T .R5.00 FT.R5.00 FT.R5 . 0 0 F T .R3.00 FT.R25.00 FT.R5.00 FT.R5.00 FT.R5.00 FT.9.00 FT.DUMPSTER ENCLOSURE,SEE DETAILS ON SHEETCL.03.11 FOR ADDITIONALINFORMATIONB/L "PARKING LOT 2"STA. 702+27.7212.00 LTB/L "PARKING LOT 2"STA. 702+39.0840.00 LTB/L "PARKING LOT 2"STA. 702+54.0840.00 LTB/L "PARKING LOT 2"STA. 702+57.0837.00 LTB/L "PARKING LOT 2"STA. 702+38.5885.50 LTB/L "PARKING LOT 2"STA. 702+54.0876.00 LTB/L "PARKING LOT 2"STA. 702+57.0879.00 LTB/L "PARKING LOT 2"STA. 702+84.5440.00 LTB/L "PARKING LOT 2"STA. 702+81.5437.00 LTB/L "PARKING LOT 2"STA. 702+99.0840.00 LTB/L "PARKING LOT 2"STA. 702+99.0894.00 LTB/L "PARKING LOT 2"STA. 702+84.0894.00 LTB/L "PARKING LOT 2"STA. 702+81.0897.00 LTB/L "PARKING LOT 2"STA. 702+81.08100.00 LTB/L "PARKING LOT 2"STA. 702+57.08100.00 LTB/L "PARKING LOT 3"STA. 800+25.3630.00 LTB/L "PARKING LOT 3"STA. 800+25.3615.36 LTB/L "PARKING LOT 3"STA. 800+21.5712.46 LTB/L "PARKING LOT 2"STA. 703+09.7612.00 LTB/L "PARKING LOT 2"STA. 703+05.3712.00 LTB/L "PARKING LOT 3"STA. 800+58.7430.00 LTB/L "PARKING LOT 3"STA. 800+58.7415.00 LTB/L "PARKING LOT 3"STA. 800+61.7412.00 LTB/L "PARKING LOT 3"STA. 800+64.7412.00 LTB/L "PARKING LOT 3"STA. 800+67.7415.00 LTB/L "PARKING LOT 3"STA. 800+67.7430.00 LTB/L "PARKING LOT 3"STA. 801+25.4230.00 LTB/L "PARKING LOT 3"STA. 801+25.4215.03 LTB/L "PARKING LOT 3"STA. 801+28.7512.00 LTB/L "PARKING LOT 3"STA. 801+43.1012.00 LTB/L "PARKING LOT 3"STA. 801+48.2917.01 LTB/L "PARKING LOT 3"STA. 801+40.2512.00 RTB/L "PARKING LOT 3"STA. 801+35.7616.93 RTB/L "PARKING LOT 3"STA. 801+54.2917.00 RTB/L "PARKING LOT 3"STA. 801+49.2912.00 RTB/L "PARKING LOT 3"STA. 800+92.6615.00 RTB/L "PARKING LOT 3"STA. 800+89.6612.00 RTB/L "PARKING LOT 3"STA. 800+86.6612.00 RTB/L "PARKING LOT 3"STA. 800+83.6615.00 RTB/L "PARKING LOT 3"STA. 800+56.6630.00 RTB/L "PARKING LOT 3"STA. 800+32.9729.96 RTB/L "PARKING LOT 3"STA. 800+32.5416.97 RTB/L "PARKING LOT 3"STA. 800+23.4312.00 RTB/L "PARKING LOT 3"STA. 800+63.7935.53 LTB/L "PARKING LOT 3"STA. 801+37.6535.50 LTB/L "PARKING LOT 3"STA. 801+45.4648.68 LTB/L "PARKING LOT 3"STA. 801+37.2730.50 LTB/L "PARKING LOT 3"STA. 801+37.9712.50 LTB/L "TERMINAL DRIVE"STA. 500+76.2211.98 RTB/L "TERMINAL DRIVE"STA. 500+81.5839.09 RTB/L "TERMINAL DRIVE"STA. 500+00.0012.72 RTB/L "PARKING LOT 2"STA. 703+04.2624.86 LTB/L "TERMINAL DRIVE"STA. 500+76.2224.67 RTB/L "TERMINAL DRIVE"STA. 500+67.8711.98 RTB/L "TERMINAL DRIVE"STA. 500+33.5864.87 RTB/L "TERMINAL DRIVE"STA. 500+46.8364.87 RTB/L "PARKING LOT 2"STA. 704+75.47111.66 LTB/L "PARKING LOT 2"STA. 704+68.89110.59 LTB/L "PARKING LOT 2"STA. 702+27.7220.40 LTB/L "PARKING LOT 2"STA. 702+28.3023.74 LTB/L "PARKING LOT 2"STA. 702+38.0036.16 LTB/L "PARKING LOT 2"STA. 702+34.0138.75 LTB/L "PARKING LOT 3"STA. 801+48.2930.00 LTB/L "PARKING LOT 2"STA. 702+56.58118.13 LTB/L "TERMINAL DRIVE"STA. 500+41.8364.87 RTB/L "TERMINAL DRIVE"STA. 500+41.8361.05 RTB/L "TERMINAL DRIVE"STA. 500+46.8361.05 RTB/L "TERMINAL DRIVE"STA. 500+00.00106.50 RTB/L "PARKING LOT 2"STA. 702+33.5876.50 LTB/L "PARKING LOT 2"STA. 702+18.0076.50 LTB/L "TERMINAL DRIVE"STA. 500+09.9512.72 RTB/L "TERMINAL DRIVE"STA. 500+00.0010.57 RTB/L "TERMINAL DRIVE"STA. 500+56.8362.89 RTB/L "TERMINAL DRIVE"STA. 500+51.8362.89 RT24.00 FT.12.00 FT.B/L "PARKING LOT 3"STA. 800+54.609.98 RTB/L "PARKING LOT 2"STA. 702+83.0412.00 RTB/L "PARKING LOT 2"STA. 703+38.0012.00 RTB/L "PARKING LOT 2"STA. 703+51.0912.00 RTB/L "PARKING LOT 2"STA. 703+60.4912.00 RTB/L "PARKING LOT 2"STA. 703+67.1912.00 RTB/L "PARKING LOT 2"STA. 702+82.3714.50 RTB/L "PARKING LOT 2"STA. 702+83.0414.50 RTB/L "PARKING LOT 2"STA. 702+83.0427.17 RTB/L "PARKING LOT 2"STA. 702+57.7027.17 RTB/L "PARKING LOT 2"STA. 702+58.3714.50 RTB/L "PARKING LOT 2"STA. 702+57.7012.00 RTR 3 . 0 0 F T .B/L "PARKING LOT 2"STA. 702+56.5885.50 LTB/L "PARKING LOT 2"STA. 702+33.5890.50 LTB/L "PARKING LOT 2"STA. 702+33.5881.50 LTB/L "PARKING LOT 2"STA. 702+32.7212.00 LTB/L "PARKING LOT 2"STA. 702+57.7014.50 RTB/L "TERMINAL DRIVE"STA. 500+56.8364.87 RTB/L "TERMINAL DRIVE"STA. 500+51.8364.87 RTB/L "PARKING LOT 3"STA. 801+80.2912.00 LTB/L "PARKING LOT 3"STA. 801+72.2920.00 LTB/L "PARKING LOT 3"STA. 801+72.2921.00 LTB/L "TERMINAL DRIVE"STA. 501+09.2612.50 RTB/L "TERMINAL DRIVE"STA. 500+85.2621.50 RT9.00 FT.R62.00 FT.B/L "PARKING LOT 3"STA. 800+27.1112.00 RTB/L "PARKING LOT 3"STA. 800+50.351.51 RTB/L "PARKING LOT 3"STA. 800+15.7322.15 RTB/L "PARKING LOT 2"STA. 702+39.0876.00 LTB/L "PARKING LOT 2"STA. 702+51.5890.50 LTB/L "PARKING LOT 2"STA. 702+28.5839.50 LT5.00 FT.(TYP.)R10.00 FT.24.00 FT.(TYP.)B/L "PARKING LOT 2"STA. 702+79.3725.50 RTB/L "PARKING LOT 2"STA. 702+73.3725.50 RTB/L "PARKING LOT 2"STA. 702+67.3725.50 RTB/L "PARKING LOT 2"STA. 702+61.3725.50 RTB/L "PARKING LOT 3"STA. 801+43.0417.00 LTB/L "PARKING LOT 3"STA. 801+68.2930.00 LTB/L "PARKING LOT 2"STA. 702+84.9036.65 LTB/L "PARKING LOT 2"STA. 702+99.2624.86 LTB/L "PARKING LOT 2"STA. 702+53.5836.80 LTB/L "PARKING LOT 2"STA. 702+53.7379.35 LTB/L "PARKING LOT 2"STA. 702+37.6219.95 LTB/L "PARKING LOT 2"STA. 703+06.5437.00 LTB/L "PARKING LOT 3"STA. 800+64.7415.00 LTB/L "PARKING LOT 3"STA. 800+22.3615.36 LTB/L "PARKING LOT 3"STA. 800+25.0025.00 LTB/L "PARKING LOT 3"STA. 800+61.7415.00 LTB/L "PARKING LOT 3"STA. 800+64.7415.00 LTB/L "PARKING LOT 3"STA. 801+28.7515.00 LTB/L "PARKING LOT 3"STA. 801+80.2920.00 LTB/L "PARKING LOT 3"STA. 801+77.2921.00 LTR20.00 FT.B/L "PARKING LOT 2"STA. 703+67.2014.98 RTB/L "PARKING LOT 3"STA. 800+23.4320.00 RTB/L "PARKING LOT 3"STA. 800+27.1117.00 RTB/L "PARKING LOT 3"STA. 800+86.6615.00 RTB/L "PARKING LOT 3"STA. 800+89.6615.00 RTR3.00 FT.R80.00 FT.CL.04.01FBPR CA NO. 24DRAWING SCALE:SHEET NO.DESCRIPTIONREVSHEET TITLE:PROJECT NAME:DATENEW TERMINAL FACILITYAND ASSOCIATEDIMPROVEMENTSJOB NO.:DATE:DRAWN:DESIGN:CHECKED:100052867NOTE: GENERAL CONTRACTOR'S (GC) BIDDING SHALL PROVIDE WRITTEN VERIFICATION WITHTHEIR BIDS THAT ALL OF THEIR SUBCONTRACTOR'S BIDDING THIS PROJECT HAVEBECOME FAMILIAR WITH ALL CONSTRUCTION DRAWING SHEETS & PROJECT MANUALSPECIFICATIONS TO ENSURE THE GC AND SUB-CONTRACTOR'S CONSTRUCTION BIDSSHALL PROVIDE THE TOTALITY OF THE ENTIRE CONTRACT DOCUMENT REQUIREMENTS.APRIL 2018KEVIN D. MCCAULEY, PEFL P.E. No.: 67477ASR, BJGWABTER/KDMDATE:MARCO ISLANDEXECUTIVE AIRPORTCOLLIER COUNTY, FLORIDA1514 BROADWAY, SUITE 201, FT MYERS, FL 33901TELE: (239) 334-7275 │ FAX: (239) 334-7277www.atkinsglobal.com/northamerica.comCONFORMED DOCUMENTSENGINEER OF RECORD:VOLUME 1NOTES1.STAKING POINT PROVIDED ARE FOR EDGE OFPAVEMENT OR SIDEWALK AND NOT THE CURB.2.SEE CL.05 SHEET SERIES FOR STAKING PROPOSEDDRAINAGE INFORMATION3.SEE CU SHEET SERIES FOR STAKING PROPOSEDUTILITY INFORMATION.SCALE IN FEET20'10'5'0MATCHLINE, SEE SHEET CL.04.03MATCHLINE, SEE SHEET CL.04.02 INSET, SEE SHEET CL.04.03STAKING PLAN131/20/2020SI #13 NORTH SIDEWALK REMOVAL13 704+00705+00503+00 B/L "PARKING LOT 2"R3.00 FT.R5.00 FT.R3. 00 FT . R 5 . 0 0 F T .R5.00 FT.B/L "TERMINAL DRIVE"STA. 503+51.5726.06 RTB/L "TERMINAL DRIVE"STA. 503+49.1325.96 RTB/L "TERMINAL DRIVE"STA. 503+52.396.14 RTB/L "PARKING LOT 2"STA. 704+30.5715.00 RTB/L "PARKING LOT 2"STA. 704+33.5712.00 RTB/L "PARKING LOT 2"STA. 704+39.5730.00 RTB/L "PARKING LOT 2"STA. 705+06.3533.19 RTB/L "PARKING LOT 2"STA. 704+39.5715.00 RTB/L "PARKING LOT 2"STA. 705+08.5818.44 RTB/L "PARKING LOT 2"STA. 705+11.6215.96 RTB/L "TERMINAL DRIVE"STA. 502+34.1614.89 RTB/L "PARKING LOT 2"STA. 704+36.5712.00 RTB/L "PARKING LOT 2"STA. 704+49.9212.00 LTB/L "PARKING LOT 2"STA. 704+46.9212.00 LTB/L "PARKING LOT 2"STA. 704+43.9215.00 LTB/L "PARKING LOT 2"STA. 704+52.9215.00 LTB/L "PARKING LOT 2"STA. 704+16.9217.15 LTB/L "PARKING LOT 2"STA. 704+10.3112.00 LTB/L "PARKING LOT 2"STA. 705+10.9612.00 LTB/L "PARKING LOT 2"STA. 705+05.5217.06 LTB/L "PARKING LOT 2"STA. 705+22.6412.00 LTB/L "PARKING LOT 2"STA. 705+27.6417.00 LTB/L "PARKING LOT 2"STA. 704+10.3117.00 LTB/L "PARKING LOT 2"STA. 704+15.0330.00 RTR3.00 FT.R3 . 0 0 F T .R3.00 FT.R 2 5 . 0 0 F T .B/L "PARKING LOT 2"STA. 704+30.5730.00 RTB/L "TERMINAL DRIVE"STA. 502+32.7833.15 RTB/L "PARKING LOT 2"STA. 705+07.2240.46 RTB/L "PARKING LOT 2"STA. 705+11.2918.94 RTB/L "PARKING LOT 2"STA. 704+36.5715.00 RTB/L "PARKING LOT 2"STA. 704+33.5715.00 RTR80.00 FT.B/L "PARKING LOT 2"STA. 703+69.5030.00 RTB/L "PARKING LOT 2"STA. 704+49.9215.00 LTB/L "PARKING LOT 2"STA. 704+46.9215.00 LTB/L "PARKING LOT 2"STA. 705+10.9617.00 LTB/L "PARKING LOT 2"STA. 705+22.6417.00 LTR241.00 FT.R12.50 FT.B/L "TERMINAL DRIVE"STA. 502+32.762.47 RTR259.00 FT.18.00 FT.(TYP.)CENTER OF RADIUSOUTSIDE PLAN VIEWB/L "PARKING LOT 2"STA 701+69.46145.40 RTCENTER OF RADIUSOUTSIDE PLAN VIEWB/L "PARKING LOT 2"STA 701+70.38148.36 RTB/L "TERMINAL DRIVE"STA. 502+20.262.47 RTB/L "TERMINAL DRIVE"STA. 501+65.2617.36 RT17.36 FT.MINOR R.MAINSA I L D R B/L "PARKING LOT 3"STA. 801+39.6543.00 RTB/L "PARKING LOT 3"STA. 801+49.2943.00 RTB/L "PARKING LOT 3"STA. 800+86.6645.00 RTB/L "PARKING LOT 3"STA. 800+89.6645.00 RTFLAG POLE #1B/L "TERMINAL DRIVE"STA. 501+73.815.25 RTENTRANCE SIGNB/L "TERMINAL DRIVE"STA. 502+43.234.00 RT24.00 FT.(TYP.)CW 700+00B/L "PARKING LOT 2"STA. 700+50.0012.00 LTB/L "PARKING LOT 2"STA. 700+50.0012.00 RT24.00FT.(TYP.)CL.04.03FBPR CA NO. 24DRAWING SCALE:SHEET NO.DESCRIPTIONREVSHEET TITLE:PROJECT NAME:DATENEW TERMINAL FACILITYAND ASSOCIATEDIMPROVEMENTSJOB NO.:DATE:DRAWN:DESIGN:CHECKED:100052867NOTE: GENERAL CONTRACTOR'S (GC) BIDDING SHALL PROVIDE WRITTEN VERIFICATION WITHTHEIR BIDS THAT ALL OF THEIR SUBCONTRACTOR'S BIDDING THIS PROJECT HAVEBECOME FAMILIAR WITH ALL CONSTRUCTION DRAWING SHEETS & PROJECT MANUALSPECIFICATIONS TO ENSURE THE GC AND SUB-CONTRACTOR'S CONSTRUCTION BIDSSHALL PROVIDE THE TOTALITY OF THE ENTIRE CONTRACT DOCUMENT REQUIREMENTS.APRIL 2018KEVIN D. MCCAULEY, PEFL P.E. No.: 67477ASR, BJGWABTER/KDMDATE:MARCO ISLANDEXECUTIVE AIRPORTCOLLIER COUNTY, FLORIDA1514 BROADWAY, SUITE 201, FT MYERS, FL 33901TELE: (239) 334-7275 │ FAX: (239) 334-7277www.atkinsglobal.com/northamerica.comCONFORMED DOCUMENTSENGINEER OF RECORD:VOLUME 1NOTES1.STAKING POINT PROVIDED ARE FOR EDGE OFPAVEMENT OR SIDEWALK AND NOT THE CURB.2.SEE CL.05 SHEET SERIES FOR STAKING PROPOSEDDRAINAGE INFORMATION3.SEE CU SHEET SERIES FOR STAKING PROPOSEDUTILITY INFORMATION.SCALE IN FEETMATCHLINE, SEE SHEET CL.04.01MATCHLINE, SEE SHEET CL.04.04 20'10'5'0STAKING PLANMATCHLINE, SEE SHEET CL.04.01INSET86/03/2019RFI-140131/20/2020SI #13 NORTH SIDEWALK REMOVAL13 Airport Authority WORK DIRECTIVE CHANGE CONTRACT# /PROJECT NAME: 18-7240 MKY Terminal CHANGE# 7 DATE OF ISSUANCE: 10/23/19 EFFECTIVE DATE: 10 /2 3/1 9 OWNER: Collier County Board of Commissioners PROJECT#: 33484 CONTRACTOR: West Construct ion lnc. ENGINEER/DESIGN PROFESSIONAL: Atkins You are directed to proceed promptly with the following change(s): Description: Substitute Sherwin Williams weather barriers for Prosocco weather barrier system specified in Specification Section 07250 of specifications, per attached contractor's substitution request. Purpose of Work Directive Change: Direct contractor to proceed with requested weather barriers substitution. Attachment: Contractor's Substitution Request If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes( s). M ethod of determining change in Contract Price : D Unit Prices !ZI Lump Sum D Other Estimated decrease in Contract Price: ($55 ,000) ENDED: Method of determining change in Contract Times: 0 Contractor's records 0 Engineer's record D Other Estimated change in Contract Time: 0 days AUTHORIZED: By: /~ (/s';ii[lobb, Owner's Representative 10 /24 /1 9 8:43 AM MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS TECHNICAL SPECIFICATIONS SECTION 016010 PRODUCT SUBSTITUTIONS CONTRACTOR'S SUBSTITUTION REQUEST FORM Instructions: Complete this form and, if required, attach separate sheets to fully explain each answer provided. PROJECT: ___________ DATE: __ _ SPECIFICATION SECTION: ______ ITEM(S): ______ _ SPECIFIED MANUFACTURER: ___________ _ SPECIFIED MODEL NO: ________________ _ PROPOSED MANUFACTURER: ______________ _ PROPOSED MODEL NO: ________________ _ REASON/SFOR ___________________ _ REQUEST FOR------------------- SUBSTITUTION ___________________ _ Attach complete technical data, including laboratory tests, if applicable, in duplicate. A. Will approval affect dimensions shown on Drawings in any way? No __ Yes __ Explain (Attach drawings if necessary):-------------------- B. Will the Contractor pay for any changes to the building design including engineering and detailing costs caused by the approval? No __ Yes __ Explain: C. Will approval affect the work of other trades? No __ Yes __ Explain:------------------------------ D. Manufacturer's guarantees of the proposed and specified items are: Same __ Different_ Explain:------------------------------ E. Does the proposed item meet all applicable Codes, Ordinances and regulations for this specific application? No __ Yes __ VOLUME 3 -BID DOCUMENTS 016010 -3 NON-FAA SPEC ITEM MARCO ISLAND EXECUTIVE AIRPORT NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS TECHNICAL SPECIFICATIONS SECTION 016010 PRODUCT SUBSTITUTIONS Explain : to the best of our knowledge this product meets applicable codes and ASTM requirements F. Has proposed item been used locally in similar applications? No __ Yes~ Explain : Yes Sherwin Williams has used this product throughout Florida for over 15 years G . If approved , will the Owner receive a credit for the proposed alternate material? No_ Yes. x Explain : Atter djscussjons between WCI and Owner WCI js proffering a credit jn the amount of $55 000 00 The ?year warranty is also included and represents added value to the Owner at no additional cost. H. Does the proposed alternate material meet the same applicable standards (ASTM, ANSI, UL, FS.) as the specified item? No __ Yes~ Explain : __ A_S_T_M_D_1_6_53_,_A_S_T_M_D_4_1_2_, A_S_T_M_D_57_o ___ . _____________ _ It is the Contractor's responsibility to provide all information necessary to determine the proposed alternate material is equal or better than the specified item. Th is includes any test reports , product data , manufacturer's specifications , color samples , product samples or the like as may be required for an evaluation. Note: Architect and Owner will not be required to prove any product is not equal or suitable for use in the Project. SUBMITTED BY Michael Christiano, Project Manager West Construction Inc Firm: 820 North 4th Street I antana El 33462 Address : -------·-----------------~--------- Michael Christiano Date : 10/15/19 Signature : FOR ARCHITECT'S USE: Not Acceptable Date : 10-16-2019 1. roducts and systems submitted are acceptable . 2. There shall be no time impact to the project as the result of this change . 3 . All applied products shall be in accordance with the manufacturer's specification requirements for application , wet and dry millage coverage and sealant installation . Confirmation and verifi cation of the applications as specified shall be documented by West Construction at the time of warranty delivery to the Owner. 4 . 3 .4# self.furred paperback metal lath shall be utilized on all sheathing areas ; product cut sheet incorporated for record . 5. Lo xon Concrete and Masonry Primer/Sealer and Loxon XP Waterproofing System cut sheets have been incorporated into the information provided tor record and reference . VOLUME 3. BID DOCUMENTS 016010-4 NON-FAA SPEC ITEM FINISHING 116.15 C඗ඖFඔඍච™ Flexible Concrete Waterproofer - Textured (formerly Sher-Crete Flexible Concrete Waterproofer) CF15W0051 Extra White CF15W0053 Deep Base SPECIFICATIONS 2 coats of the ConFlex Flexible Concrete Waterproofer at 10 - 12 wet mils per coat and a surface with 10 or less pinholes per square foot is required for a waterproofing system. Coverage will vary depending on the porosity and texture of the substrate. For maximum protection and washability, 2 coats of the following clear coats are recommended: Interior and Exterior Use Low/Medium traffic pedestrian areas H&C™ Clarishield™ Waterbased Wet Look Sealer If a stucco finish is to be applied over the ConFlex Flexible Concrete Waterproofer, follow the stucco manufacturer’s recommendations. PHYSICAL PROPERTIES Extra White CF15W0051 (may vary by base) Abrasion Resistance: ......... .01 gram loss ASTM D4060-01 (1,000 cycles) 24 hr cure Water Vapor Permeance: ..... 12.0 perms Based on ASTM D1653 Elongation: ....................................... 57% ASTM D412 without mesh Tensile Strength: ......................... 100 psi ASTM D412 without mesh Static Coefficient of Friction: ................. CF15W51 1.13 CF15W53 1.09 Kinetic Coefficient of Friction: ................ CF15W51 .81 CF15W53 .81 Flexibility: .................................... Passes ASTM D522-1/8" Mandrel @77°F,28 days Water Absorption: ........................ 17% ASTM D570-24 hr immersion Shelf Life: ............. 36 months unopened CHARACTERISTICS ConFlex™ Flexible Concrete Waterproofer Textured is an interior/ exterior flexible and breathable waterproof coating based on a unique combination of acrylic resin and mineral aggregate. It is used to waterproof all types of above -or on-grade concrete and masonry including foundations, block walls, balconies, window and door openings, walkways, parapets, planter boxes, and vertical or horizontal concrete substrates. Advantages • Apply to concrete (less than 28 days old) • Can be applied on pH (up to 13) substrates • Primer not typically required over properly prepared surfaces. Color: Most colors Coverage: 125 to 150 ft² per gal. 10 - 12 mils wet per coat Drying Time, @ 77°F, 50% RH: temperature and humidity dependent Touch: 1 hour Recoat: 4 hours For foot traffic 24 hours Finish: Flat Tinting with CCE: Base oz/gal Strength Extra White 0-6 SherColor Deep Base 4-12 SherColor Extra White CF15W0051 (may vary by base) VOC (less exempt solvents): <50 g/L - 0.42 lb/gal As per 40 CFR 59.406 Volume Solids: 52 ± 2% Weight Solids: 68 ± 2% Weight per Gallon: 12.72 lb Flash Point: N/A Vehicle Type: Acrylic 04/2019 www.sherwin-williams.com continued on back APPLICATION Vertical Wood Window & Door Jambs Apply one coat of ConFlex Flexible Concrete Waterproofer at a rate of 70 – 90 square feet per gallon, achieving a total dry film thickness of 10 – 12 mils. Embed Sher-Crete 6” Blue Repair Mesh to reinforce the lower corners over the sill, across the sill, and up both sides of the lower corners approximately 4”. Apply a second coat of the waterproofer over the mesh and around the window opening, in the return to the window flange. Apply at temperatures between 50°F and 100°F. Do not reduce. Brush - Use a nylon/polyester brush. Avoid over-brushing which causes air bubbles. Roller - Use a ¾" to 1½" nap synthetic roller cover. Avoid rapid rolling which causes bubbling. Notched squeegee with backroll Use proper finish roll application technique to avoid roller tracking. Texture Sprayer-Low Pressure Tip orifice ............................................... 4 OVER-COATING ConFlex Flexible Concrete Waterproofer can be used as a stand-alone product or may be over-coated to provide a surface that will be smoother and easier to keep clean and to improve the abrasion resistance in areas that see significant foot traffic. Over-coating should be done after the ConFlex has dried for at least 4 hours (77°F and 50% RH) and before it is exposed to any use. Follow all application and dry time information found on the label and data page for the specific over-coat. Slip Resistance Some surfaces may require a slip resistant additive for safety. Add H&C SharkGrip® Slip Resistant Additive to the final coat applied following label directions. This product should not be used in place of a non-skid finish. As of 04/25/2019, Complies with: OTC Yes LEED® 09 NC CI Yes OTC Phase II Yes LEED® 09 CS Yes SCAQMD Yes LEED® v4 & v4.1 EmissionsNo CARB Yes LEED® v4 & v4.1 VOC Yes CARB SCM2007 Yes Canada Yes MPI Yes The information and recommendations set forth in this Product Data Sheet are based upon tests conducted by or on behalf of The Sherwin-Williams Company. Such information and recommendations set forth herein are subject to change and pertain to the product offered at the time of publication. Consult your Sherwin-Williams representative or visit www.paintdocs.com to obtain the most current version of the PDS and/or an SDS. CAUTIONS Protect from freezing. Not recommended for roofing applications or as a primary waterproofing over occupied space. Not recommended for bridging joints or dynamic cracks in concrete. Not for use in areas subject to vehicle traffic. Before using, carefully read CAUTIONS on label. CRYSTALLINE SILICA ZINC: Use only with adequate ventilation. To avoid overexposure, open windows and doors or use other means to ensure fresh air entry during application and drying. If you experience eye watering, headaches, or dizziness, increase fresh air, or wear respiratory protection (NIOSH approved) or leave the area. Adequate ventilation required when sanding or abrading the dried film. If adequate ventilation cannot be provided wear an approved particulate respirator (NIOSH approved). Follow respirator manufacturer's directions for respirator use. Avoid contact with eyes and skin. Wash hands after using. Keep container closed when not in use. Do not transfer contents to other containers for storage. FIRST AID: In case of eye contact, flush thoroughly with large amounts of water. Get medical attention if irritation persists. If swallowed, call Poison Control Center, hospital emergency room, or physician immediately. DELAYED EFFECTS FROM LONG TERM OVEREXPOSURE. Abrading or sanding of the dry film may release crystalline silica which has been shown to cause lung damage and cancer under long term exposure. WARNING: This product contains chemicals known to the State of California to cause cancer and birth defects or other reproductive harm. DO NOT TAKE INTERNALLY. KEEP OUT OF THE REACH OF CHILDREN. HOTW 04/25/2019 CF15W0051 24 48 FRC, SP, KOR CLEANUP INFORMATION Clean spills, spatters, hands and tools immediately after use with soap and warm water. After cleaning, flush spray equipment with a compliant cleanup solvent to prevent rusting of the equipment. Follow manufacturer’s safety recommendations when using solvents. FINISHING C඗ඖFඔඍච™ Flexible Concrete Waterproofer - Textured SURFACE PREPARATION CMU Remove all dirt, dust, mildew, loose particles, laitance, foreign material, peeling and defective coatings, chalk, form release agents, moisture curing membranes, etc. All new surfaces must be cured according to the supplier’s recommendations—usually about 30 days. If painting cannot wait 30 days, allow the surface to cure 7 days at 75°F and prime the surface with Loxon Block Surfacer to fill block. Fill bugholes, air pockets, cracks, and other voids with an elastomeric patch or sealant. Rough surfaces can be filled to provide a smooth surface. Mildew Prior to attempting to remove mildew, it is always recommended to test any cleaner on a small, inconspicuous area prior to use. Bleach and bleaching type cleaners may damage or discolor existing paint films. Bleach alternative cleaning solutions may be advised. Remove before painting by washing with a solution of 1 part liquid bleach and 3 parts water. Apply the solution and scrub the mildewed area. Allow the solution to remain on the surface for 10 minutes. Rinse thoroughly with water and allow the surface to dry before painting. Wear protective eyewear, waterproof gloves, and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin. Do not add detergents or ammonia to the bleach/water solution. SURFACE PREPARATION WARNING! Removal of old paint by sanding, scraping or other means may generate dust or fumes that contain lead. Exposure to lead dust or fumes may cause brain damage or other adverse health effects, especially in children or pregnant women. Controlling exposure to lead or other hazardous substances requires the use of proper protective equipment, such as a properly fitted respirator (NIOSH approved) and proper containment and cleanup. For more information, call the National Lead Information Center at 1-800-424-LEAD (in US) or contact your local health authority. Remove all surface contamination by washing with an appropriate cleaner, rinse thoroughly and allow to dry. Existing peeled or checked paint should be removed. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system. Caulking Gaps between windows, doors, trim, and other through-wall openings can be filled with the appropriate caulk after priming the surface. Concrete, Stucco On tilt-up and poured-in-place concrete, commercial detergents and sandblasting may be necessary to remove sealers, release compounds, and to provide an anchor pattern. Concrete and mortar must be cured at least 7 days at 75°F. Fill bugholes, air pockets, cracks, and other voids with an elastomeric patch or sealant. Rough surfaces can be filled to provide a smooth surface. Stripe coat all inside and outside corners and edges with ConFlex Flexible Concrete Waterproofer. S1 will remain relatively unchanged over a temperature range of -40° F to 180° F. 3/2018 LOXONTM S1 One Component Smooth Polyurethane Sealant LIMITATIONS Not recommended for: a)Porous substrates subjected to continuous water immersion. b)Joints contaminated with grease, wax, corrosion, bitumen or cement laitance. c) Horizontal joints in floors or decks where abrasion or physical abuse is encountered. d) Special architectural finishes without proper testing. LOXONTM S1 sealant should be dry tooled. Tooling techniques using solvents or soapy solutions are not recommended. All surfaces must be evaluated for adhesion prior to use. Not designed as a glazing sealant in which the adhesive bond to glass is exposed to sunlight. The user or specifier should establish that any application in glazing will not expose the glass bond to appreciable amounts of ultraviolet radiation. The surface of LOXONTM S1 sealant, when exposed to UV rays and sunlight, will yellow and not retain its gloss. This may occur within a few weeks after exposure. The change of color is limited to the surface layer of the seal and should not compromise the sealing properties of the LOXONTM S1 if the dimensions of the joint are proper and the sealant is otherwise properly applied. In areas where color retention is critical, please refer to LOXONTM H1. LOXONTM S1 will remain tacky for a few hours and attract dust and dirt from the jobsite which may affect the appearance of the sealant. Check tack-free time to prevent dirt pickup. Dampness and porous substrates with high moisture will trigger extensive curing of the sealant within a very short period of time. This may cause an excess of bubbling and foaming within the sealant and at the bottom of the bead. During the cure time of LOXONTM S1, do not expose to curing silicone sealants, curing LOXONTM H1, alcohol based materials or solvents, acids, or solvent-based materials. Until the sealant is fully cured, do not expose the sealant to any mechanical stress. Uncured sealant will not respond properly to cyclic expansion and contraction of the joint specified for the cured sealant only. LOXONTM S1 must not be used to seal narrow joints, fillet joints, and face nail holes. Smearing and feathering LOXONTM S1 over joints is not recommended. Lower relative humidity and temperature will significantly extend the curing time. Confined areas, deep joints and moisture barrier substrates may also extend the cure time. TECHNICAL DATA: LOXONTM S1 exhibits excellent weatherability when exposed to ultraviolet radiation, atmospheric hydrocarbons and extremes in temperature. Joints designed to accommodate 70% total joint movement will not affect the seal or adhesion bond. Joints properly designed and sealed will extend and compress a total of 70% of the installation width with no more than 35% movement in a single direction. Cured sealant can be painted with emulsion or synthetic enamel paints. LOXONTM S1 will be virtually unaffected by contact with water after cure on non-porous substrates. On porous substrates, priming is recommended if the sealant will be subjected to prolonged periods of immersion. PRECAUTIONS: IF THIS PRODUCT IS USED IN DIRECT CONTACT WITH ANY OTHER SEALANT OR ELASTOMER A COMPATIBILITY TEST MUST BE CONDUCTED, BY PURCHASER OR USER, PRIOR TO ACCEPTANCE. LOXONTM S1 SEALANT IS NOT COMPATIBLE WITH OXIME CONTAINING SILICONE SEALANTS. INSTALLATION: JOINT DESIGN AND PREPARATION Joint design depends on a variety of factors, such as the maximum expansion and contraction of the substrate from thermal change. Recommended maximum joint width should not exceed 1-1/2" (1.50") (3.81cm) and the maxi- mum joint depth should not exceed ½” (0.500") (12.69mm). Minimum joint width should not be less than ¼” (0.250") (0.34mm). The sealant depth should be ¼” (0.34mm) for joints ¼” in width. For joints over ¼” in width, depth should be ½ of the joint width but should not exceed ½” (0.500") (12.69mm) in depth. In order to obtain the recommended sealant mass, the joint should be filled with closed cell backer rod first, leaving the proper depth to be filled with sealant. Desirable backer rod materials are polyethylene or polyethylene non-gassing foamed rod. Do not prime or puncture the closed cell structure of polyethylene rod as bubbles could form and migrate to the surface of the curing sealant. The use of open cell backer rod is not recommended. In situations where joint depth does not allow for use of backer rod, bond breaker (polyethelene strip) should be used to prevent three-sided adhesion. SURFACE PREPARATION: Old sealant should be completely removed. Concrete and masonry surfaces must be free of foreign matter and contaminants. Dust and loose particles should be blown out of joints. A clean, dry, sound and uncontaminated surface is mandatory. Stone surfaces must be cohesively sound, dry and free of contaminants. Granite, limestone, marble and sandstone must be pre-tested for adhesion prior to sealant installation. Mill finish aluminum may contain an invisible oil film or oxide. Clean with an appropriate solvent. The use of solvents may be hazardous to your health. Use only in well ventilated areas. KEEP AWAY FROM OPEN FLAME. Read all labeling before use and follow solvent manufacturer’s recommendations and instructions for safe handling. Many high-performance coatings or unusual surface treatments may require abrasion of the surface with steel wool or fine emery paper during preparation. a)Priming of masonry or other porous substrate joints is recommended only if the joints will be subjected to prolonged immersion. Joints subjected to intermittent immersion or vertical joints subjected to rain should perform without the need of a primer. PRIMING: Certain situations or substrates may require a primer. Ensure compatibility before using primers. See primer PDS for details (SUPRIQD13). 3/2018 pg 2 of 4 LOXONTM S1 One Component Smooth Polyurethane Sealant c)LOXONTM S1 sealant is compatible with most coatings and treatments, but due to the vast numbers of, and types of surface coatings available, Sherwin- Williams recommends pre-testing LOXONTM S1 sealant on the surface in question. Follow manufacturer's recommended recoat times for application of LOXONTM S1 sealant to primers or treatments. Check primer or treatment for surface contaminants prior to application of sealant. METHOD OF APPLICATION: All surfaces must be structurally sound, clean, dry, and fully cured. A field adhesion (pull test) in test joints is recommended, before application. Apply LOXONTM S1 sealant in a continuous operation, using a professional grade caulking gun and positive pressure adequate to properly fill and seal the joint. TOOLING: LOXONTM S1 sealant should be dry tooled. Tooling techniques using solvents or soapy solutions are not recommended. Tooling of freshly applied sealant is necessary for proper adhesion. Tool the sealant with adequate pressure to spread the sealant against the back-up material and onto the joint surfaces.If joint surfaces have been masked, remove masking tape immediately after tooling. PAINTING: Exercise caution if painting. When painting over LOXONTM S1 sealant with primers, top-coats or treatments, cracking or peeling of these coatings could occur because of joint movement. In general, oil-based paints are not recommended because of their relatively poor elastic properties and because of their potential interaction with the sealant chemistry, which may create non-curing conditions for the painted sealant. Do not paint over LOXONTM S1 sealant until it has fully cured. Cure is dependent on temperature and humidity and may take 7 or more days. LOXONTM S1 sealant when applied in a typical 1/2" x 1/4" bead and backed with a suitable bond-breaker at 75°F and 50% RH, will be acceptable for painting with breathable coatings within 48 hours and non-breathable coatings after 72 hours. Warmer, more humid conditions will allow LOXONTM S1 sealant to cure more quickly and conversely, cooler and/or drier conditions will lengthen the cure time. A small test area is strongly recommended. CLEANING: Cured sealant is very difficult to remove. Excess sealant and smears should be dry-wiped from all surfaces while still uncured, followed with a commercial solvent such as xylol, toluol or methyl ethyl ketone. The use of these solvents (or other solvents) may be hazardous to your health. KEEP AWAY FROM OPEN FLAME. Read all labeling before use, and follow solvent manufacturer’s recommendations and instructions for safe handling. Tool and application equipment may also be cleaned with the same solvents. The dried sealant can be removed by cutting with a sharp-edged tool; thin films by abrading. CAUTIONS It is recommended that all surfaces be pre-tested with LOXONTM S1 sealant to determine if cleaning will be necessary to remove surface contamination. In the case of some exotic coatings, priming or other surface treatment may be necessary. b) 3/2018 pg 3 of 4 When using this reference chart, you MUST consider the physical limitations of the product you are using. Not all products can be used in the gap sizes shown. Danger. Harmful if inhaled. May cause an allergic skin reaction. May cause allergy or asthma symptoms or breathing difficulties if inhaled. May cause cancer. May damage fertility or the unborn child. May cause damage to organs through prolonged or repeated exposure. Prevention: Obtain special instructions before use. Do not handle until all safety precautions have been read and understood. Use only outdoors or in a well-ventilated area. Do not breathe dust. Avoid breathing vapors. Contaminated work clothing should not be allowed out of the workplace. Wear protective gloves. Use personal protective equipment as required. In case of inadequate ventilation wear respiratory protection. Response: IF ON SKIN: Wash with plenty of soap and water. Wash contaminated clothing before reuse. IF INHALED: If breathing is difficult, remove victim to fresh air and keep at rest in a position comfortable for breathing. IF exposed or concerned: Get medical attention. Get medical attention if you feel unwell. If skin irritation or rash occurs: Get medical attention. If experiencing respiratory symptoms: Call a POISON CENTER or physician. Storage: Store locked up. Disposal: Dispose of contents and container in accordance with all local ,regional, national and international regulations. Please refer to the SDS for additional information. Do not transfer contents to other containers for storage. VAPOR AND SPRAY MIST HARMFUL. Gives off harmful vapor of solvents and isocyanates. DO NOT USE IF YOU HAVE CHRONIC (LONG-TERM) LUNG OR BREATHING PROBLEMS, OR IF YOU HAVE EVER HAD A REACTION TO ISOCYANATES. USE ONLY WITH ADEQUATE VENTILATION. WHERE OVERSPRAY IS PRESENT, A POSITIVE PRESSURE AIR SUPPLIED RESPIRATOR (NIOSH approved) SHOULD BE WORN TO PREVENT EXPOSURE. IF UNAVAILABLE, AN APPROPRIATE PROPERLY FITTED APPROVED NIOSH VAPOR/PARTICULATE RESPIRATOR MAY BE EFFECTIVE. Follow directions for respirator use. Wear the respirator for the whole time of spraying and until all vapors and mists are gone. If you have any breathing problems during use, LEAVE THE AREA and get fresh air. If problems remain or happen later, IMMEDIATELY call a doctor - If not available get emergency medical treatment. Have this label with you. WARNING: This product contains chemicals known to the State of California to cause cancer and birth defects or other reproductive harm. FOR INDUSTRIAL USE ONLY. Percentage of the mixture consisting of ingredient(s) of unknown toxicity: 99.5%. LOXONTM S1 One Component Smooth Polyurethane Sealant When using this reference chart, you MUST consider the physical limitations of the product you are using. Not all products can be used in the gap sizes shown. 3/2018 pg 4 of 4 Prevent LoxonTM S1 from coming into contact with oil-based sealants, uncured silicone sealants, polysulfides, or fillers that contain oil, tar or asphalt. Protect unopened containers from direct sunlight and heat. In cool or cold weather, store container(s) at room temperature for at least 24 hours, before using. LoxonTM S1 can be applied below freezing temperatures only if: substrates are completely dry and free of moisture, and clean. Do not apply over freshly treated wood; treated wood must have been weathered for at least six months. Do not use in swimming pools or other submerged conditions where the sealant will be exposed to strong oxidizers/chlorine. Avoid submerged conditions where water temperatures will exceed 120˚ F (50˚ C). Substrates such as stainless steel, copper, and galvanized steel typically require the use of a primer. LoxonTM Quick Dry primer SUPRIQD13 is acceptable. LoxonTM Quick Dry primer SUPRIQD13 can also be used for Kynar 500 based coatings. An adhesion test is recommended for any questionable substrate. LoxonTM S1 should not be used in glazing applications. Do not apply on glass or plastic glazing panels. SW9 • • • • • • • • Performance Tips: LOXONTM S1 sealant will not adhere to previously applied silcone sealants. • SHELF LIFE: LOXONTM S1 sealant will exhibit a 12 month shelf life from the date of manufacture when stored at room temperature. LIMITED WARRANTY LIMITED WARRANTY: Sherwin-Williams warrants for one year from date of use if used as directed and within product shelf life (as set forth in the current Sherwin-Williams Product Data Sheet (the “PDS”) for this product) that this product will be free from manufacturing defects and meet the specifications set forth in the product PDS. Sherwin- Williams makes no warranty as to appearance or color. If this product fails to meet the foregoing warranty, as your sole remedy, upon proof of purchase, we will replace the product at no cost or refund the original purchase price. Labor or costs associated with labor not included. This warranty is made to the original purchaser and is not transferable. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING MERCHANTABILITY, WHICH ARE ALL DISCLAIMED AND/OR LIMITED IN DURATION TO THE EXTENT PERMITTED BY LAW. WE SHALL NOT BE LIABLE FOR INDIRECT, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES (INCLUDING LOST PROFITS) FROM ANY CAUSE WHATSOEVER. GREENGUARD GOLD certification – the strictest standard for indoor air quality (UL / independent lab tested). 06/08/2018 Conflex Flexible Waterproofer Application Guide for Window Openings 2-Coat Application Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 1. Surface Preparation of Window Opening: Photo 1 Photo 2 A. Concrete and mortar must be cured at least 7 days at 75°F. C. All surfaces are to be clean, dry and dull. D. Remedy any discrepancies in concrete, block , mortar or sills. Make repairs to concrete using the appropriate materials such as SherCrete Repair Mortars (see Photo 1). B. All surfaces are to be brushed to obtain a sound substrate and to remove all loose surface contamination, salt deposits, construction residue and mildew. NOTE: Special attention should be paid to insure that all bonding inhibiting materials are removed exposing a sound substrate (see Photo 2). Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 2. Installation of Buck and Sealant to Openings: Photo 3 Photo 4 A. Prior to the installation of the buck, apply a 3/8" nominal diameter bead of Sherwin- Williams Loxon S1 Polyurethane Sealant directly to the backside of buck that is going to be installed against the masonry surface(see Photo 3). Make sure that sealant is applied as to create a barrier or gasket to prevent liquid from passing through and between the buck and the CMU. Completely seal the sill end of the wood buck with sealant to insure a liquid barrier through the end cuts as well. The recommended application of sealant to the backside of buck would be to apply a "Z" bead down the middle of the buck (see Photo 4). This process needs to be completed for the installation of any and all buck material to window openings. Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 Photo 5 Photo 6 B. Once the bucks have all been attached and anchored to the CMU per local code. Apply a 3/8" nominal diameter bead of Sherwin-Williams Loxon S1 Polyurethane Sealant to all exterior facing 90 degree joints and all inside sill facing 90 degree joints (see Photo 5 & 6). Do not apply sealant to interior facing 90 degree joints. It is recommended to apply a bead of sealant to the interior 90 where the buck meets the block. Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 Photo 7 Photo 8 C. After all joints have a bead of Sherwin-Williams Loxon S1 Polyurethane Sealant applied, then tool all joints to create a smooth cant or butter bead (see photo 7 & 8). Tooling of freshly applied sealant is necessary for proper adhesion. Tool the sealant with adequate pressure to spread the sealant against the back-up material and onto the joint surfaces. Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 3. Application of Conflex Flexible Waterproofer: Photo 9 Photo 10 A. Once bucks and sealant are installed apply two coats of Conflex Flexible Waterproofer as per recommended application instructions and at the spread rate of 100-125 square feet per gallon to achieve a total dry film thickness of 10-12 mils per coat. Allow 4 hours to cure between coats. Apply Conflex Flexible Concrete Waterproofer to bucks and concrete surfaces using a brush or a ¾”- 1” nap roller (see Photo 9 & 10). Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 Photo 11 Photo 12 B. Apply Conflex Flexible Concrete Waterproofer from the interior side of the window buck to the outside opening around the window perimeter 9" up on sides of all window openings (see Photo 11 & 12). Use enough material to completely cover the block pores, completely bridge cracks and completely cover mortar joints. Conflex Flexible Waterproofer Application Guide for Window Openings (Pre Window Installation) 2 coat Application 06/08/2018 Photo 13 OPTIONAL: For maximum flexibility embed Uniflex 6” Repair Mesh into first wet coat of Conflex to reinforce the lower corners over the sill, across the sill, and up both sides of the lower corners approximately 4” (see Photo 13). Apply second coat of Conflex over mesh and entire area to be waterproofed. Mesh is not needed for a warranty providing a quality polyurethane sealant such as Loxon S1 Sherwin Williams Co. Conflex Application over Densglass and Metal stud framing systems 1. Apply S-1 Sealant between Densglass and Metal stud Framing (24 Hour Cure time on S-1) 2. Apply 1st coat of Conflex paint system over metal stud densglass and mesh strip 3. While still wet, wrap Densglass and Metal Stud with Uniflex fiber- mesh 4” wide strip, (2” outside, 2” inside) of window opening. Sherwin Williams Co. 4. Apply 2nd coat Conflex paint system over metal stud densglass and mesh strip to cover the mesh. 5. Install windows per drawings 6. Apply paper back lath over densglass and Conflex Waterproof coating 7. Apply stucco stops and expansion joints as required. 8. Apply stucco system over paper back lath per stucco manufacturers specifications. 9. Stucco system cure time 30 days 10. Apply Loxon S1 Sealant between Window and Stucco. Allow min 24 hrs. to cure. 11. Paint with Loxon primer 12. Apply 1st coat of Loxon XP 13. Apply 2nd coat of Loxon XP ~ ' .6 SHERWIN \MLLIAMS. As of 12/??1?n14 IYlm"1ies with : OTC Yes LEE D® 09 Ci Yes SCAOMD Yes LEED® 09 NC Yes r.ARB YP-~ LEEml OCl C~ Y~s CARS SCM2007 Yes LEED® H Yes MPI Yes NGBS Yes DESCRIPTION Loxon Concrete & Masonry Primer/ Sealer is an acrylic coating specifically engineered for interior and exterior , above-grade, masonry surfaces requiring a high performance primer. It is highly alkali and efflorescence resistant and can be app lied to surfaces with a pH of 6 to 13 . • Seals and adheres to concrete , brick , stucco and plaster • Conditions porous masonry surfaces • Use on above grade masonry surfaces for a long-lasting finish • Apply to masonry and concrete surfaces that are at least 7 days old . • Prevents harm to subsequent coatings by alkal ies in the substrate For use on these surfaces: • Concrete • Concrete Block • Brick • Stu cco • Fiber Cement Sid ing • Plaster • Mortar • EIFS Exterior Wall Cladding PHYSICAL PROPERTIES Flexibility ...... .... ... Passes ASTM 05 22 -Method B, 180 ° bend , 1/8" mandrel Alkali Resistance ....................... Passes Based on ASTM 01308 Mildew Resistance .................. Passes ASTM 03273/D327 4 12/2014 108.36 LOXON® Concrete & Masonry Primer/Sealer Inter ior/Exterior Latex A24W8300 CHARACTERISTICS Color: Coverage : White 200 -300 sq ft/gal 5.3 -8.0 mils wet 2.1 -3.2 mils dry Coverage on porous & rough stu cco 80 square feet per gallon Drying Time,@ 77°F, 50% RH: Touch : 4 hours Recoa t: 24 hours Drying and re coat time s are tempe ra ture. hum idity and fi lm thic kness de pendent. Finish : 0-10 units@ 85° Flash Point: NIA Veh ic le Type: Acrylic A24W08300 voe (less exempt solvents): <50 g/L; 0.42 lb /ga l As pe r 40 CFR 59.406 and SOR /2009-264 , s. 12 Volume Solids: 41 ± 2% Weight So lids: 55 ± 2% Weight per Gallon: 10 .92 lb WVP Perms {US) 22 .3 grains/(hr ft 2 in Hg ) Tinting -For best topcoat color development, use the recom mended "P"- shade primer. If desired , up to 4 oz per gallon of ColorCast Ecotoners can be used to approximate the topcoat color. Check color before use . When spot priming on some surfaces , a non-uniform appearance of the final coat may result , due to differe nces in holdout between primed and unprimed areas. To avoid this , prime the entire surface ra ther than spot priming . For optim al performance , this primer/ sealer must be topcoated with a latex , alkyd/o il, water based epox y , or solvent based epoxy coating on architectural applications . For exterior use , this primer/sealer must be topcoated within 14 days to prevent degradation due to weathering . www.sherwin-williams.com SURFACE PREPARATION WARNING! Removal of old paint by sanding , scraping or other means may generate dust or fumes that contain lead. Exposure to lead dust or fumes may cause brain damage or other adve rs e health effects , especially in children or pregnant women . Controlling exposure to lead or other hazardous substances requires the use of proper protective equipment , such as a properly fitted res pirator (NIOSH approved) and proper containment and cleanup. Fo r more information , call the National Lead Information Center at 1-800-424-LEAD (i n US ) or contact your local health authority . Remove all surface contamination by w ashing with an appropriate , cleaner, ri nse tho rough ly and allow to dry. Scrape and sand peeled or checked pain t to a sound surface . Sand glossy surfaces dull. Masonry /Concrete/Stucco All new surfaces mus t cure for at least 7 days . Remove all form release and curing agents . Pre ssure clea n to remove all dirt , dust , grease . oil , loose particles , laitance , foreign material , peeling and defective coatings , chalks , etc. Allow the surface to dry before proceeding . Repair cracks , voids , and other holes with an appropriate patc hing compound or sealant. continued on back ~ .. 6 SHERWIN WILLIAMS. SURFACE PREPARATION Mil dew Remove before painting by washing with a solution of 1 part liquid bleach and 3 parts water. Apply the solution and scrub the mildewed area . Allow the solution to remain on the surface for 10 minutes . Rinse thoroughly with water and allow the surface to dry before painting. Wear protective eyewear , waterproof gloves , and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin . Do not add detergents or ammonia to the bleach/water solution . Caulking Fill gaps between windows , doors , trim, and other through-wall openings with the appropriate caulk after priming the surface. 108.36 LOX ON® Concrete & Masonry Primer/Sealer Interior/Exterior Latex A24W8300 APPLICATION Apply at temperatures above 50°F. No reduction necessary. Do not paint in direct sun or on a hot surface . May be applied to damp but not to wet surfaces . Brush Use a nylon/polyester brush Roller Use a 1/2" to 1-1/2" nap synthetic cover Airless Spray Pressure ..................... 2000-2700 psi Tip ............................................. 019" Spray and backroll on porous & rough stucco to achieve required film build and a pin-hole free surface. CLEANUP INFORMATION Clean spills , spatters , hands and tools with soap and warm water . After cleaning, flush spray equipment with compliant cleanup solvent to prevent rusting of the equipment. Follow manufacturer's safety recommendations when using solvents. CAUTIONS Protect from freezing . Non-photochemically reactive. LABEL CAUT IONS CAUTION contains CRYSTALLINE SILICA and ZINC . Use only with adequate ventilation. To avo id overexposure . open windows and doors or use other means to ensure f resh air entry during application and drying . If you experience eye watering , headaches , or dizziness , increase fresh air . or wear resp iratory protection (NIOSH approved) or leave the area . Adequate ventilation requ ired when sanding or abrading the dried film . If adequate ventilation cannot be provided wear an app roved particulate respirator (N IOSH approved). Follow respirator manufacture r's directions for respirator use . Avoi d contact with eyes and skin . Wash hands after using . Keep container closed when not in use . Do not t ransfe r contents to other containers for storage . FIRST AID: In case of eye contact. flush thoroughly with larg e amounts of water. Get medical attent io n if irritation persists . If swallowed. call Po ison Control Center , hospita l emergency room. or physician immediate ly . DELAYED EFFECTS FROM LONG TERM OVEREXPOSURE. Abrading or sanding of the dry film may release crystall ine si lica which has been shown to cause lung damage and cancer under long term exposu re. WARNING: This product contains chem icals know n to the State of Ca liforn ia to cause cancer and birth defects or other reproductive harm . DO NOT TAKE INTERNALLY. KEEP OUT OF THE REACH OF CHILDREN. HOTW 12122120 14 A24W08300 33 44 KOR, SP , FR , Viet The information and recommendations set forth in this Product Data Sheet are based upon tests conducted by or on behalf of The Sherwin-Will iams Company . Such information and recommendations set forth here in are subject to change and perta in to the product offered at the bme of publ icat ion . Consult your Sherwin-Will iams representative or vis it www.paintdocs .com to obtain the most current version of the PDS and /or an MSDS. SHERWIN WILLIAMS . As of 11121 /2016 . Comolies with : OTC Phase II Yes LEED* 09 cs NIA SCAOMD Yes LEED9 09 H NIA CARS YP~ LE E()& v4 Emissions NIA CARS SCM 2007 Yes LEED8 v4 VOC Yes MPI Yes CHARACTERISTICS Loxon XP is an exterior, high build coating that provides excellent flexibility , durability and weather resistance. This product will protect against wind-driven ra in when used on concrete , CMU , stucco and shotcrete/gu nite . It is highly alkali and efflorescence resistant. This may be appli ed to a surface with a pH of 6 to 13 . • Apply directly to fresh concrete (at least 7 days old ) • Shotcrete/gunite surfaces may be painted after 3 days • Can be applied over high pH (up to 13) substrates • No primer required • Improved roller appearance • Can be applied down to 35°F PHYSICAL PROPERTIES Wind-Driven Rain Test .............. Passes ASTM 06904-03 2 els Lo xon XP@ 6.4-8.3 mils dft/ct Water Vapor Permeance ... 17 .9 6 perms Based on ASTM 0 1653 2 cts Loxon XP at 6 .5 mils dft/ct 14 day cure@ 77°F & 50% RH Elongation .................................... 275% ASTM 02370 1 ct Loxon XP at 9.4 mils dft 14 day cure@ 77 °F & 50 % RH Tensile Strength ......................... 285 psi ASTM 02370 1 ct Lo xon XP at 9.4 mils dft 14 day cure@ 77 °F & 50% RH Flexibi lity ................................ Passes ASTM 0522 Alkali Resistance .. ........... Passes Based on ASTM D1 308 Mildew Resista nce ..................... Passes ASTM 03273/03274 C02 Diffusi o n (anti-carbonation) ASTM F2476 ......................... 344 meters Equ ivalent A ir Thickness >50 meters to pass ........................................ 8 .0 glm 2 /24 hrs Ch lo ride Io n Permeab il ity .... 243 coulombs "Very Low" Permeab ili ty Class Cra c k Bri d gi ng ............................ Class AS EN 10 62-7 Method A ............. up to 2.5 mm@ -10°C 11/2016 102.39 LoxoN®XP Waterproofing System A24-1400 Series SPECIFICATIONS Color: Most colors 1 c oat system, brush, ro ller, or spray appl ied, coverage per coat: 14-18 mils wet 6 .5-8.4 mils dry 90 -115 sq ft/gal Can be applied up to 40 mils wet. Coverage will vary with the substrate and the texture . Coverage on porous & rough stucco 80 square feet per gallon . Drying Time, @ 50% RH: te mperatu re and humidity dependent @ 35-45°F @ 45°F+ Touch: 6 hour 4 hours Recoat: 24-48 hours 24 hours Dry ing and recoat time s are temperature , humidity , and film thickness dependent. Flash Point: NIA Finish: 0-10 units@ 85 ° Tinting with CCE on ly: Base oz/gal Strength Extra White 0-5 100% Deep Base 4-12 100% Ultradeep 4-12 100% Light Yellow 4-12 100% Vehic l e Type: Styrene Acrylic A24W01451 voe (less exempt solvents}: <50 g/L; <042 lb/ga l As pe r 40 C FR 59.406 and SOR/2009-264, s.12 Volume Solids: 47 ± 2% Weight Solids: 61 ± 2% Weight per Gallon: 11.47 lb Mi l dew Resistant This coating contains agents which inhibit the growth of mildew on the surface of this coating film. www.sherwin-williams.com SPECIFICATIONS For proper waterproofing performance and to resist alkalies, 2 coats of the coating MUST be applied between 14 .0 - 18.0 mils wet per coat. A total dry film thickness of 13 -16.8 mils of topcoat and a surface with 1 O or less pinholes per square foot is required for a waterproofing system . For extremely porous block a coat of Loxon Block Surfacer may be required to achieve a pinhole free surface . For rehabilitating existing concrete water tanks , additional products may be used. Concrete, Stucco, Concrete Block, CMU , Split-face Block, and other Cementitious surfaces 1 ct. Loxon Block Surfacer (if needed) or 1 ct Loxon Conditioner (if needed) 1-2 cts Loxon XP Spray and backroll on porous & rough stucco to achieve required film bu ild and a pin-hole free surface . Previously Coated in good condition After power washing , apply 1 coat of Loxon XP over the surface . Waterproofing System • Two coats of topcoat • 6 .5 to 8.4 mils dft per coat • 13 to 16 .8 mils total dry film thickness • 10 or less pinholes per square foot Incidental Wood: 1 ct. Exterior Latex Wood Primer 1-2 cts Loxon XP Incidental Meta l: (steel, galvan ized , or aluminum): 1 ct. Pro Industrial Pro-Cryl Primer 1-2 cts Loxon XP continued on back ~ SHERWIN WILLIAMS. SURFACE PREPARATION WARN IN G! Removal of old paint by sanding , scrap ing or other means may generate dust or fumes that contain lead . Exposure to le ad dust or fumes may cause brain damage or other adverse health effects , especially in children or pregnant women. Controlling exposure to lead or other hazardous substances requires the use of proper protective equipment , such as a properly fitted respirator (NIOSH approved ) and proper containment and cleanup . For more information , call the National Lead Information Center at 1-800- 424-LEAD (in US ) or contact your local health authority . Remove all surface contamination by washing with an appropriate cleaner , rinse thoroughly and allow to dry . Scrape and sand peeled or checked paint to a sound surface . Sand glossy surfaces dull. Seal sta in s from water, smoke , ink , pencil , grease . etc . wi th the appropriate primer/ sealer . Recogn ize tha t any surface prepa ration short of total removal of the old coating may compromise the service length of the system . Concrete , CMU, Stucco On til t-up and poured-in-place concrete . commercial detergents and sandb las ting may be necessa ry to remov e sealers , release compounds , and to provide an anchor pattern . Concrete and mortar must be cured at least 7 days at 75°F. Fill bugholes , air pockets , cracks , and other voids with an elastomeric patch or sealan t. Rough surfaces can be filled to provide a smoo th surface . Incidental Metal Wash to remove any oil , g rea se , or other surface contamination . All corrosion must be removed with sandpaper , steel wool , or other abrading method . Incidental Wood Sand any exposed wood to a fresh surface . Patch all holes and imperfections with a wood filler or putty and sand smooth . All patched areas must be primed. 102.39 LOXON®XP Waterproofing System A24-1400 Series SURFACE PREPARATION Sealing and Patching-After cleaning the surface thoroughly , prime any bare surface with Loxon XP , apply an elastomeric patch or sea lant if needed , allow to dry , then topcoat. To improve the performance consider: • Use caution when preparing the substrate to create a uniform surface. • Cracks, c revices , and through-wall openings must be patched with an elastomeric patch or sealant. • Fill voids and openings around window and doors with an elastomeric patch or sea lant. • Strip e coat al l inside and outside corners and edges with 1 coat of Loxon XP coating . APPLICATION When the a ir temperature is at 35 °F, substrates may be colder ; prior to painting , check to be sure the air, surface , and material temperature are above 35 °F and at least 5°F above the dew point. Avoid using if rain or snow is expected within 2-3 hours. Do not apply at a ir or surfa ce temperatures below 35°F or when air or surface tempe ratures may drop below 35 °F within 48 hours . Do not reduce . Brush -Use a nylon/polyester brush . Roller -Use a Yi" to 1 Yi" nap synthetic ro ll er cover . Airless Spray Pressure , minimum ............. 2300 psi Tip , minimum .............................. 021" The su b strate a nd its conditio n will determine the application procedure. Cons iderations to minim ize pinholes : • 2 coat application with overnight drying between coats • Spray application with backrolling • Power rolling Spray and backroll on porous & rough stucco to achieve required film build and a pin-hole free surface. CLEANUP INFORMATION Clean spills , spatters , hands and tools immediately after use with soap and warm water. After cleaning , flush spray equipment with a compliant cleanup solvent to prevent rusting of the equipment. Follow manufacturer's safety recommendations when using solvents . CAUTIONS For exterior use only . Protect from freezing. Non-photochemically reactive . Not for use on horizontal surfaces (floors , roofs . decks , etc .) whe re water will collect . Not for use below grade . Will not withstand hydrostatic pressure . Before using , carefully read CAUTIONS on label. HO TW 11 /21 /2016 A24W0 1451 19 00 FRC ,SP The information and recom mendatio ns set forth in this Product Data Sheet are based upon tests con- ducted by or on behalf of The Sherwin-Wi ll iams Com- pany . Such information and recommendations set forth herein are subject to change and pertain to th e prod uct offered a t the time of publi cation . Consult your Sherwin-Will iams representa tive or vis it www.paintdocs .co m to obtain the most current ver- sion of the PDS and /or an SOS. Marino\ WARE® Product Submittal Data PRODUCT NAME: PAPERBACKED SELF-FURRING DIAMOND MESH LATH PROPERTIES: Width (in) Length (in) 27 97 Finish G60 CODES & STANDARDS • ASTM C847 Compliant • ICC ES ESL-1005 Weight (lbs/yd21 Bundle Qty. • Galvanized steel sheet meets ASTM A 1003 & A 653 3.40 10 09 22 36 • Paper meets Federal Specification UU -B-790A, Type 1, Grade D, Style 2 GREEN INFO LEED ® v3 Available LEED ® points in the following categories : •MR Credit 2 -Con struction Waste Management (1-2 points) •MR Cr edit 4 -Recycled Content (1 -2 points) •MR Credit 5 -Regional Materials (1-2 points) •Total Recycl ed Content : 36 .9% •Post Consumer Content: 19 .8% •Pre Consumer (Po st Industrial) Content : 14.4% ICC~. Fs., \.§LISTED MARINO \'..'li;f§i) For more information, please contact Marino\ WARE Technical Services at 866-545 -1545. www.marinoware.com This technical Information reflects t he most current Information available and supersedes any and all publications, effective 4/1/2015 !.t>Copyright 2015 by Ware Industries, Inc. All rights reserved CHANGE ORDER Contract Modification Work Order Modification Contract#: 18-7240 Change#: 3 Purchase Order#: 4500186238 Project#: 33484 Contractor/Firm Name: West Construction, Inc. Project Name: MKY New Terminal&Associated Improvements Project Manager Name: Justin Lobb Department: Airport Authority Original Contract/Work Order Amount $ 9,396,263.10 2/ 13/18 14A1 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount 9,337,421.27 2/25/20 16G1 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 9,337,421.27 4/30/2019 SAP Contract Expiration Date (Master) Dollar Amount of this Change 115,412.08 0.60% Total Change from Original Amount Revised Contract/Work Order Total 9,452,833.35 1.24% Change from Current BCC Approved Amount Cumulative Changes 56,570.25 1.24% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 4/30/18 Original 4/30/19 Last Approved 4/30/19 Revised Date 4/30/19 Date Completion Date Date Includes this change) of Days Added 0 Select Tasks ® Add new task(s) ® Delete task(s) ®Change task(s) Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and 1 or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. As a result of conditions revealed in the field during construction, modifications needed to be made to specifications/plans for several building elements: Add/utilize color as requested by Architect(CPR 20),add bent plate at clerestory and tower truss and bent metal &wood fascia (CPRs 26 and 30), add metal studs and plywood at elevated walkway(CPR 28), revised service yard and equipment pads(CPR 29), revise eyebrow framing at entry(CPR 38),add concrete slab extension over structural steel floor beam adjacent to the lobby grant stair(CPR 39),add deck support for high roof( CPR 41),add column wraps at the second floor and south atrium (CPR 45), furnish 2 new circuit breakers and 800 feet of cable for HVAC units (CPR 57), furnish and install intermediate support framing at the tube steel truss overhangs (CPR 50). Additionally, construction of the eastern portion of the south access road was eliminated from the project (W/D 1), and quantities for borrow excavation are being increased and unsuitable muck decreased due to conditions encountered in the field. 2. Necessary revisions to the plans and specifications, supported by contractor submittals and requests for information, once construction was underway resulted in increases in metals/support trusses, drywall, millwork, concrete/masonry, and electrical. After construction commenced it was determined that the south access road would not be necessary.Additional borrow excavation is required to account for additional embankment needed to backfill the unsuitable muck material removed from beneath the terminal foundation and the south drainage pond structures. The cubic yardage of unsuitable muck material is being reduced because less unsuitable material was encountered than anticipated,per the attached. 3. If this change order is not processed, the contractor will be unable to complete construction of the building and required components,and invoice accordingly for these valid scope-related changes. Collier County is not waiving or altering its rights to enforce all terms and conditions of the contract by processing this Change Order, is not waiving any rights regarding sovereign immunity and is not establishing any grounds for estoppel,including arguments seeking to establish a course of dealing between the parties.This Change Order shall have no effect or influence, factually or legally, on any matters,claims or disputes other than those addressed herein. Prepared by:_ r Date: 3/ 19/2020 Ju-Fobb, tort Authority Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/ Consultant/ Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: Matthew West,AIA,Vice Preside ,West Construction, Inc. Approved by: Date: 3 12S 120 20 Kevin McCauley, PE,Atkins Project Manager CA ShueGene Digitally signed by ShueGene Approved by: Date:2020-03.23 13:28:39-04'00' Date:Gene Shue•; . r, :«. ,G Maaagen nt Department Approved by: r/af J 30Date: 1} Thaddeus ohen,Department Head.Growth Management p pa ent Digitally signed by Sc hneebergerSara Approved by:S c h n e e b e r g e r S a r a Date:2020.03.24 10:01:59-04'00' Date:Sara Schneeberger,Procurement Specialist, Procurement Services Division AS TO THE COUNTY: Board of County Commissioners ofAttest: Collier County, FloridaCrystalK. Kinzel, Clerk of Courts and 4 Comptrolle,[ f,1,ir, 44"/z By: cce.fia Burt L. Saunders, Chairman l•—•' blesTs a Sty Clerk Ilrti y. 44, . 1,1 o d as to Form nd Legality: q e i.., Scott R.Teach Deputy County Attorney Page 2 of 2 Agreement 18-7240 CO# 2 I.JrGA 0 N CO C N N ae g COa° N N ae ae 0 NC a N. a. 0 C 00 0 qWONUlmNco0DN00COU1NNOnOmnco000100O0OZr1OON.1 O O 00 N m N V O v 8 01 oi .4-1 m m .i N N 8QONCN01IueIAONON N m O .. 8 O m 01 01 n ID N O O $ O O 8 0 8 0DNOnON0NVIOrCOnOCON N O GO NWCOnN ev. v1 Ni O N coOD N pp n N Vl N O ..1 y 0 oD O 0 O O CO toQNOmCOmOV) m co CO m 10 O to 00 N 'n O 00 P.N m n N 0 m op1 O en t0 tO Q 01 R 01 n C CO N a an 00 NOui06triN1001Np00OLAil0tpOOt000C00t0Le101NO ..1OO04nO00mofmtO .mi LA m 01 m O of .-1 N CO .moi m NCO_ 01 10 .J N m O b01 01144CNmnNmm00100OO O 8 O O 2nmNNOl0NmONcoOOtoui8SNOOQtoNmCO .J 00 Itt Om0 tototoo n tO t. 00 n n ` coxCO aOmKi .ti 4 i csiC CO v 00 n; tv viVNmNNNNr00 8 SpO m C f 4 N O 6 S u -o to IA CO V1 V1 O y N .— u 01a m-. 8 u' 10 n t0 O N t0 m o1 N n m 0 0+ t0 t0 00 01 O1 n Ct 01 00 O N 01 N tO Ct CO CO O n N to CO O 01 0.1M a N CO l0 a0o M ri c N a in 8 G1a O .w o O 0aa pp prypn8 ON CO S 0 tmh b N t0/ 1 T n ti CO O O1 tri Cyt N V'n P. ..i tri n V1 V nOl Q1 01 co co Ut CO LAt V it N to N n O tO 0 V1 O 0 00 N ON o V1 R OD N- 1 n 4 V nUN L m Tr OeraOOn S S O OOOS S S 8 S OOtl .i N1.11 n8D Q W co n m Di ni n co CO n O 03 V O ti N 1 0OO0 n O O O O 0t .•1 tG tD n 8 si t0 tD v 0 00 to O 0 0 of n o CO O o Z D n Dt O CO .•. N N - m O1 N V1 ti O O ti n to VI O N n O n of LD •N n O N N N N Vi O p N 01 Q O O mrc > u> N of N N H 00 m LA m .'1 tD 10 01 L-1 0 to N m CO N V1 N N 1 Oy f _ 0O Q0 0 s s0 0 000sgg0s 0 s s 0 g 0Z00 f Q ,i N t y N ni en CC Mi ni O. O N O F 0IA et 01 O S O S O m 1D a0 O ut OSO to tiry S S cr,o OO to O n Cr nCO U 01 n +00 N N. a 00 V NC n ea to tit 06 ~ tom 10 n 0 t.6 t O tD .-n VN 01 .i -i K Q1 .i lD n m O uN N On .Jm o1 N O to Vl to N VT WVVV} 1.41 v V vv t 0// ./ N Ot0 N N.+ N tiCON Z N Vf an N Vt Vt M yy11 11 V1 VV11 ty/1 VVff UUff VV11 tV/. VV11 VV11 VV11 yy11 VV11 ./ ty/1 y/1 yy yy V1 W J J J J J J J J J J J J J J J J S N J an VAI o 1.1 V V J 1 V O J N a 0. d W it tO Li CO I-Om M Q IA to w g a riat 3 r o[NS Oa ea u LL C L ,0 0 O c re LA i a LL Z Lao CC O V .c O - O mwQZ 3-L....C Q y a C V O) ;0! C 0 O Q W 3 d'F R O. -0 « - - C N 0 C oYc z x to K m d v ~ a m Nr I- 0O D z o 0 z ca 0 3 e = o ov x o utab O 3 z oa O z c - u '10 r1 «. c W c 0 0 LA CC 0 I, Z 5 Q2 O iJ w v CO Z n re ' tee A C00 >. z of CO 5 W V. z Q u>ii+ m . 1 . r. to x .moi. k e1 z a W K F- L 1- 2 m U_ 2 tdi Q' - >C W a. Q V E Z t' Z z tri 4 t~i1 Q 0 a n ¢w as N c .e a 3 7 3 - Std 0 O Z ON 1-- cccc LT re O O ).- 0 Z W E Q w O _ c E a a O n ` O 1- CU J W O Q Q C V d 7 N O O ti 6 N O J O O W 0 u f u o o Q 1n to LA--x w m Q H m 2 m f Z J J .J Q m N b LA lal N m N CM z Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q < Q "• Vl Q N m N N N N it 2 Z Z Z Z 2 Z Z 2 2 2 Z Z Z 2 Z Z Z on 1- Z .= Q F N .Ni m'• Z r., 6/ F O O O 0 d d d0 00 C tri v M O LO I.) y Z F- g" OO Q of O .y n 00 C ni d .ri o n eo Di of ttri n m iZ0 O O Z i .-i .-1 .t .. Z D t m m v u Contract 18-7240 - West Construction, Inc. Project: 33484 Change Order #3 PO: 4500186238 BID NO.ITEM NO.DESCRIPTION OF WORK UNIT UNIT PRICE ESTIMATED QUANTITY ORIGINAL VALUE CO #1 CO #2 Revised Qty CO #2 CO #3 Revised Qty CO #3 REVISED VALUE % CHANGE NEW N/A Lav Dump Station EA 1.00 25,248.23 25,248.23 100% 1.0 N/A GENERAL CONDITIONS, INSURANCES, & OH&P LS $979,944 1.00 $979,944 (11,570.00)968,374.00 -1.2% 3.0 N/A CONCRETE LS $691,749 1.00 $691,749 3,596.72 695,345.72 0.5% 4.0 N/A MASONRY LS $106,300 1.00 $106,300 4,299.75 3,115.35 113,715.10 4.0% 5.0 N/A METALS LS $698,569.00 1.00 698,569.00 8,795.00 25,083.15 51,800.27 784,247.42 12.3% 6.0 N/A CARPENTRY, MILLWORK, CABINETRY & WALL PANELS LS $227,173.00 1.00 227,173.00 539.22 227,712.22 0.2% 7.2 N/A ROOFING, FLASHING & SHEET METAL LS $329,200.00 1.00 329,200.00 15,830.93 345,030.93 4.8% 8.1 N/A DOORS, FRAMES & HARDWARE LS $74,740 1.00 $74,740 12,413.20 1,199.00 88,352.20 18.2% 9.1 N/A DRYWALL, STUCCO & EXTERIOR FINISH SYSTEMS LS $416,853 1.00 $416,853 7,692.55 (52,259.68)32,692.63 404,978.51 -2.8% 9.3 N/A ACOUSTICAL CEILINGS LS $36,516 1.00 $36,516 (1,084.00)35,432.00 -3.0% 10.0 N/A SPECIALITIES LS $94,728 1.00 $94,728 2,612.50 97,340.50 2.8% 11.2 N/A SUN CONTROL DEVICES LS $20,450 1.00 $20,450 13,197.45 33,647.45 64.5% 15.1 N/A FIRE SPRINKLERS LS $58,875 1.00 $58,875 5,997.60 1,790.29 66,662.89 13.2% 15.2 N/A Plumbing LS $156,400 1.00 $156,400 235.79 156,635.79 0.2% 15.3 N/A HVAC LS $685,000.00 1.00 685,000.00 (34,517.53)650,482.47 -5.0% 16.1 N/A ELECTRICAL, FIRE ALARM, TEL/DATA, & SECURITY LS $1,401,150 1.00 $1,401,150 (72,491.16)4,670.64 1,621.38 1,334,950.86 -4.7% New N/A SI- 0 9 - Revise Drainage Plan LS 1.00 16,453.22 16,453.22 100.0% 66.0 D-701-3 30" Reinforced Concrete Pipe, Class III LF $177.11 170.00 $30,108.70 8,855.50 38,964.20 29.41% 77.0 FDOT-522-1 Concrete Sidewalk, 4-inch depth SY $58.82 930.00 $54,702.60 (170.00)(9,999.40)44,703.20 -18.3% BLDG ALT 6 N/A Furnish and Install all Freestanding Furniture and Appliances as indicated on the drawings LS $232,696.00 1 232,696.00 (34,237.36)198,458.64 -14.7% 29 FDOT-160-1 Subgrade Stabilization, 12-Inch Depth (100% Compaction SY $5.00 3,900 19,500.00 (540.00)(2,700.00)16,800.00 -13.8% 30 FDOA-285-1 FDOT Index No. 514, Optional Base Group 5 SY $16.43 3,900 64,077.00 (540.00)(8,872.20)55,204.80 -13.8% 31 FDOT-334-1 Superpave Asphaltic Concrete TON $118.00 900 106,200.00 (125.00)(14,750.00)91,450.00 -13.9% 17 P-152-2 Borrow Excavation (Select Material Offsite)CY $11.50 10,500 120,750.00 2,500.00 28,750.00 149,500.00 23.8% 18 P-152-3 Muck Unsuitable Excavation CY $15.00 2,000 30,000.00 (500.00)(7,500.00)22,500.00 -25.0% 61 P-152-2 Borrow Excavation (Select Material Offsite)CY $13.77 -10,000 (137,700.00)500.00 6,885.00 (130,815.00)-5.0% NEW N/A Master Meter LS 1 23,176.21 23,176.21 100.0% NET CHANGE AMOUNT (56,945.15)(1,896.68)115,412.08 CPR #Bid No. CPR 020 15.1 Fire Sprinklers 1,790.29 CPR 026R 5.0 Bent plate at Roof Celerestory (East Coast Metals)46,396.47 CPR 028 9.1 Drywall, Stucco - Mineral Wool Thermafiber per RFI 139 (KBM Southcoast)3,980.13 CPR 029 3.0 Concrete: Service Yard & Equipment Pads (Southern Gulf Construction)3,596.72 CPR 030 7.2 Roofing: Bent Metal & Wood Fascia (Crowther)15,830.93 CPR 038 9.1 Drywall, Stucco - Mineral Wool Thermafiber per RFI 139 (KBM Southcoast)591.10 CPR 039 9.1 Drywall (KBM)3,498.75 CPR 039 6.0 Carpentry, Millwork, Cabinetry (5-Star Millwork)539.22 CPR 039 10.0 Specialties (Bella Stair)2,612.50 CPR 039 4.0 Masonary (Southern Gulf)3,115.35 9,765.82 CPR 041 5.0 Metals (East Coast Metals)5,403.80 CPR 045 9.1 Drywall (KBM)2,615.10 CPR 050 9.1 Drywall (KBM)22,007.55 CPR 057 16.1 Electrical (Alpha Electric)1,621.38 WD #1 29 FDOT-160-1 Subgrade Stabiliation (2,700.00) WD #1 30 FDOT-285-1 Optional Bse Course 5 (8,872.20) WD #1 31 FDOT-334-1 Superpave Asphaltic Contrete (14,750.00)(26,322.20) N/A 17.0 P-152-2 Borrow Excavation 28,750.00 N/A 18.0 P-152-3 Muck Unsuitable Excavation (7,500.00) N/A 61.0 P-152-2 Borrow Excavation 6,885.00 115,412.08 CPR #Sub-Contractor Materials & Labor Cost Mark-up (10%)Tax Freight West Mark- Up (5%)* West Mark- Up (10%)*Credit Total 020 Cover Plates(Fire Sprinklers)1,556.77 155.68 77.84 1,790.29 026R Bent Plate (Metal)40,209.70 4,020.97 155.31 2,010.49 46,396.47 028 Studs & Plywood (Drywall)4,711.00 471.10 189.53 (1,391.50) 3,980.13 029 Service Yard & Equip.3,127.58 312.76 156.38 3,596.72 030 Roofing 22,641.20 2,264.12 293.55 1,132.06 (10,500.00) 15,830.93 038 Framing (Drywall)514.00 51.4 25.70 591.10 041 Deck Suppoerts (Metals)3,876.00 387.6 46.62 900.00 193.80 5,403.80 045 Drywall 2,274.00 227.40 113.70 2,615.10 050 Sructural Support (Drywall)19,137.00 1,913.70 956.85 22,007.55 057 Electric 1,329.00 132.90 93.03 66.45 1,621.38 103,833.46 SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 February 24, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #026 Revised – Addition of Flashing Plate and Angles at Clerestory and Stair Tower Eaves Commission No. 1620729 Dear Kevin: Pursuant to my prior correspondence dated January 30, 2020 regarding the review of support documentation submitted relative to the time and material costs associated with the subject CPR, SchenkelShultz offers the following: A notation was included within the previous response as to the acceptance of the labor and material costs. It was also noted at that time that documentation was required for the paint and jobsite freight charges indicated. On February 4, 2020 West Construction forwarded cost information regarding paint purchase and mileage quotes. The additional information was reviewed and it was determined that the information did not support the specific costs listed within the cost itemization offered by East Coast Metals dated September 30, 2019. Therefore, SchenkelShultz recommends that the Owner accept the labor and material costs as previously stated and omit the paint and freight charges per the attached modified East Coast Metal Structures Change Order Request due to insufficient support documentation required by Collier County. The paint and freight costs may be reconsidered upon receipt of specific documentation in support of the charges. The work associated with the CPR was complete on September 12, 2019. The Owner’s team has determined that, based upon the status of the construction progress at that time relative to the current state of construction, there has been no impact to construction time by the implementation of this modification to the project. Should there be any question regarding this recommendation, please do not hesitate to contact me. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Attachment: West Construction revised CPR #026 Revised SchenkelShultz response letter date January30, 2020 Cc: Justin Lobb/Airports Manager MKY SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 February 24, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #029 – Service Yard Equipment Pads and Dumpster Enclosure Walls Commission No. 1620729 Dear Kevin: Two RFI’s were issued by West Construction regarding clarification of grading and elevations of the equipment pads within the equipment service yard and foundations of the dumpster enclosure walls. Contractor costs submitted as the subject CPR included structural steel reinforcement of the equipment pads and modification to the dumpster walls foundations made within the RFI response. Regarding the structural steel reinforcement of the equipment pads, the CPR review response issued July 2, 2019 noted the location of the specified reinforcement within the construction drawings and therefore rejected the associated costs as additional. With respect to the dumpster enclosure foundations, review of the subject CPR indicated that the contract time for the general contractor to submit a claim regarding added cost and/or extended time following determination of a project scope difference had expired. At the Owner’s request, the CPR has been reconsidered with respect to the circumstances involving the proposed modifications and associated costs have been revisited. Cost associated with the foundation modifications are subsequently recommended for acceptance by the Owner with the adjustment of fees per the construction contract and at no time impact to the construction schedule due to the current status of the construction. Should there be any question regarding this recommendation please do not hesitate to contact me. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Cc: Justin Lobb/Airports Manager MKY Attachment: West Construction CPR #029 SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 February 24, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #041 – Deck Support for High Roof Commission No. 1620729 Dear Kevin: West Construction issued an RFI for clarification as to the support of the roof deck at the hips and ridge of the clerestory roof area. The RFI response identified structural tube framing members required to provide the necessary support. Costs submitted were initially rejected on the basis of the roof configuration having been indicated in the drawings and the contractual necessity to provide a means of support to accommodate the configuration as shown. At the Owner’s request, the CPR has been reconsidered with respect to the labor and material involved with providing the necessary support and associated costs have been revisited. Costs are subsequently recommended for acceptance by the Owner at no time impact to the construction schedule due to the current status of the construction. Should there be any question regarding this recommendation please do not hesitate to contact me. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Cc: Justin Lobb/Airports Manager MKY Attachment: West Construction CPR #041 SCHENKELSHULTZ – Fort Myers • 12561 New Brittany Blvd. • Fort Myers, Florida 33907 Phone 239-940-2332 • Fax 407-872-3303 • www.schenkelshultz.com • Architectural License AA-C000937 March 9, 2020 Mr. Kevin McCauley Project Manager, Aviation Atkins North America 3250 West Commercial Blvd., Suite 120 Ft. Lauderdale, FL 33309 RE: Marco Island Executive Airport New Terminal Facility and Associated Improvements CPR #050 Revision #3 – Intermediate Support Structure at Clerestory and Stair Tower Soffits Commission No. 1620729 Dear Kevin: The subject CPR costs are associated with RFI #0200, which identified intermediate framing between the structural steel roof frame members at the clerestory and Stair Tower 133 to support the soffit. Sub-contractor pricing was initially received November 25, 2019, and revised December 13, 2019 with respect to the metal framing engineering data requested in the prior response from SchenkelShultz dated December 9, 2019. Note that the CPR transmittal Description by West Construction has not been updated per the latest KBM documentation, Revision #3, to reflect the current engineering information. The required delegated structural engineering submittal No. 092116.03.01 received from KBM noted that the hat channel design and connections are by others. Pursuant to the request for clarification as stated in the SchenkelShultz response letter of December 17, 2019, it was confirmed by Mr. Michael Major of KBM at the Owner’s meeting held February 7, 2020 that the hat channels are included within the additional scope as noted in the KBM Change Order back-up documentation. Mr. Major stated that the engineer’s reference to be “by others” was relevant to the structural analysis as only associated with the supplemental light gage metal framing required to support the soffit construction, which includes the channels. Submitted pricing also included equipment costs associated with the installation however did not include support documentation. In the SchenkelShultz correspondence dated February 24, 2020, labor, material and engineering costs per the revised CPR documentation were recommended for acceptance by the Owner. Equipment cost was deleted from the CPR. West Construction has subsequently submitted equipment costs for consideration. A quote from Sunbelt Rentals has been included relative to the rental of the manlift required for complete installation of the soffits. Equipment costs listed within the KBM Change Order Form reflect a period of time and related costs associated with the use of the lift relative to the additional framing. The CPR does not reference project time impact for the change that is a contract requirement when submitting a change proposal request. However, there is not considered to be any impact to the progress of the construction based upon implementation of this change and the current status of the ongoing exterior finish work. Sincerely, Gary F. Krueger, AIA Partner SchenkelShultz Architecture Attachment: West Construction CPR #050 Revision #3 Cc: Justin Lobb/Airports Manager MKY AVCON, INC. ENGINEERS & PLANNERS MEMO Date: February 12, 2020 To: Kevin McCauley, P.E. Justin Lobb Gary Krueger Sean Day, P.E. From: Zemp Pepper, P.E. Re: Marco Island Executive Airport MKY-CPR 57 Recircuiting of PFB-2 and PFB-11 Change Proposal Request Review A Change Proposal Request has been submitted by the contractor for the recircuiting of VAV Boxes PFB- 2 and PFB-11. We have reviewed the CPR submitted by West/Alpha Electric. The cost related to providing 3 phase circuiting for PFB-2 and PFB-11 noted in the Proposal Request appears to be within industry standards. END OF MEMORANDUM 5555 E. Michigan St., Suite 200 Orlando, FL 32822-2779 Phone: (407) 599-1122 Fax (407) 599-1133 www.avconinc.com 05/17/18 11:42 AM Airport Authority WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: 18-7240 MKY Terminal CHANGE # 1 DATE OF ISSUANCE: 5/18/18 EFFECTIVE DATE: 5/18/18 OWNER: Collier County Board of Commissioners PROJECT#: 33484 CONTRACTOR: West Construction Inc. ENGINEER/DESIGN PROFESSIONAL: Atkins You are directed to proceed promptly with the following change(s): Description: Eliminate construction of the eastern portion of the south access road (between future terminal and existing parking lot), as highlighted on the attached drawing. Official revised drawings to be provided by Atkins. This will result in an estimated cost savings of $26,322, as follows: FDOT-160-1 Subgrade Stabilization -540 SY @ $5/SY = ($2,700) FDOT-285-1 Optional Base Course 5 -540 SY @ $16.54/SY = ($8,872) FDOT-334-1 Superpave Asphaltic Concrete -540 SY = 125 Tons @ $118/Ton = ($14,750) Purpose of Work Directive Change: After construction commenced is was determined that the south access road would not be necessary, which will aim to expedite site and building construction activities. This Work Directive #1 is being issued to eliminate the eastern portion of the south access road. This portion of the road was intended to be temporary until the apron contractor removed this portion of the road to construct the new apron in this same area. Note the demolition of Mainsail Drive between the future terminal building and existing parking lot will remain unchanged as per the current plans/specs. Attachments: Marked up sketch/drawing. If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times: Unit Prices Contractor’s records Lump Sum Engineer’s record Other Other Estimated decrease in Contract Price: Estimated change in Contract Time: ($26,322) Increase or decrease by 0 calendar days. RECOMMENDED: AUTHORIZED: By: By: Engineer Owner’s Representative LOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYCCT P S P ED W E P PLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYLOW-EMITTING &FUEL-EFFICIENTVEHICLES ONLYHHHHHHHHH HH HH HH HH HH HH HH HH HHHHHHHH HHHHHTRUCK MODEL: RENAULT TITAN SEMI-REMORQUE PREMIUM 270.19SPEED: 5 - 8 MPH From:LobbJustin To:BrueggemanDebra Subject:FW: CO#03 Site Quantity Adjustments Date:Tuesday, February 25, 2020 12:49:26 PM     Justin E. Lobb | Executive ManagerCollier County Airport Authority2005 Mainsail Drive | Naples, FL 34114 tel (239) 642-7878 | fax (239) 394-3515 website | map | email | flyMKY flyIMM       From: McCauley, Kevin D <Kevin.McCauley@atkinsglobal.com>  Sent: Monday, February 24, 2020 6:36 PM To: LobbJustin <Justin.Lobb@colliercountyfl.gov> Subject: CO#03 Site Quantity Adjustments   EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Justin,   The following can be used for the site quantity adjustments related to CO #3:   Additional borrow excavation cubic yardage is required in the site base bid in order to account for additional embankment necessary to backfill the unsuitable muck material removed from beneath the terminal foundation.   The reduction in cubic yardage of unsuitable muck material in the site base bid is due to less unsuitable material being encountered outside of the terminal footprint within the main access roadway area.   Additional borrow excavation cubic yardage is required in the site bid alternate in order to account for additional embankment necessary to backfill the unsuitable muck material removed from beneath the south drainage pond structures 29 & 29A.   Kevin McCauley P.E. - FL, CA Sr. Project Manager, Aviation North America Engineering, Design and Project Management    954-903-3605     310-986-7131     1514 Broadway, Suite 202, Fort Myers, FL, 33901 Main Banner Image  Company       This email and any attached files are confidential and copyright protected. If you are not the addressee, any dissemination of this communication is strictly prohibited. Unless otherwise expressly agreed in writing, nothing stated in this communication shall be legally binding. The ultimate parent company of the Atkins Group is SNC-Lavalin Group Inc. Registered in Québec, Canada No. 059041-0. Registered Office 455 boul. René-Lévesque Ouest, Montréal, Québec, Canada, H2Z 1Z3. A list of Atkins Group companies registered in the United Kingdom and locations around the world can be found at http://www.atkinsglobal.com/site-services/group-company-registration-details Consider the environment. Please don't print this e-mail unless you really need to. Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public recordsrequest, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. :HVWWRDGMXVW629SHUDWWDFKHG Digitally signed by LobbJustin DN: dc=net, dc=colliergov, dc=bcc, ou=Divisions, ou=BCC, ou=BCC Airport Authority, ou=Airport Authority User Accounts, cn=LobbJustin, email=Justin.Lobb@colliercountyfl.gov Date: 2020.03.18 17:07:18 -04'00'