Loading...
Agenda 02/23/2021 Item #11J (Solicitation #20-7791)02/23/2021 EXECUTIVE SUMMARY Recommendation to award Solicitation No. 20-7791 Vanderbilt Drive Underground Utility Conversion Phase IV, to MasTec North America, Inc. in the amount of $1,765,869.40, and authorize the Chairman to execute the attached agreement. OBJECTIVE: To provide hurricane hardening and improve the beautification along Vanderbilt Drive, from Bluebill Avenue to the Cocohatchee River by burying overhead utility lines. CONSIDERATIONS: The Vanderbilt Beach Beautification Municipal Service Taxing Unit (MSTU) has taken on the tremendous task of burying all the overhead utility lines within the district over the last eight (8) years. This is the fourth and final phase of the utility burial project and when completed, there will be approximately ten (10) miles of aerial utilities buried within the MSTU boundaries. On September 3, 2020, Procurement Services released notices for Invitation to Bid (ITB) #20-7791 Vanderbilt Drive Underground Utility Conversion Phase IV to thirty-one thousand seven hundred thirty- three (31,733) vendors. There were ninety-seven (97) views of the bid package and on October 6, 2020, the County received three (3) bid responses as summarized below. Staff reviewed the bids received and found all three (3) bidders to be responsive and responsible. Staff determined that MasTec North America is the lowest responsive and responsible bidder. The attached November 10, 2020, correspondence from Harry Sells, MSTU Project Manager, and Designated Design Professional confirms that MasTec North America, Inc. is the lowest responsible bidder and approximately thirty-three percent (33%) less than the project's Opinion of Probable Construction cost of $2,994,850. This cost includes bid alternates for subaqueous crossing and cost contingencies to cover modifications that might be required in the field. On December 3, 2020, the Vanderbilt Beach MSTU Advisory Committee voted 4-0 to recommend approval of the award to MasTec North America, Inc. in the amount of $1,765,869.40. Resparndents3E company- CW ccmtyk Sti! Base-Bidsk AJt s it Base-Bidplus- Respansi ImeV AJtemate•ix tire/ Respansi NO MasTec_ Tamparl dj gr- FU Sertion•10•-$1,042,475.737 Alternate•1-S41,200.11• $1,765,869.40V Yes/YeSrl Narth- 1 Sertian-11--$4U3,258.17----J Uscountl Amerim,•hr-- Sertion•12•-$136,574.737 Alternate•2-•$234,000.00W Senian-13--$224,250.8& dgMM- Tampall Brwmrd[E FL31 Section-10-51,529,834.0n Alternate-1-S11B,843.91- $2,GM,563.451 Yes/yesi! Inc-tE Section- 11•-$653,507-191 Discount¶ tE Sertion•12-4217,913.17M Alternate-2-S30,004.CM 3enian-13—$316,149_0Dr Danella- +7akland- Brawar& FU Senion-10—$1,836,474_0M Alternate-1—N/A-Disoauntl N/M YESPesl! Utility Paft Sertiarrll—$1,104,452207 Alternate•2—S30,40C.M0 Constructions Serytiarr12—$770,496.7M Inn-V 3ertiarr13—NirB'& Staff recommends award to MasTec North America, Inc. for the total amount of $1,765,869.40, the Packet Pg. 388 11.J 02/23/2021 number of base bids for Section 10, 11, 12, and 13 plus alternate 1 and reserve the right, if alternate 2 is required to implement Alternate 2 for the amount of $234,000. Prior to and during the construction, coordination will occur with Collier County Stormwater Management to minimize impacts to the existing Stormwater Management system and where the alignment is within the roadside Water Management areas, the depth of coverage will be reviewed by Collier County Stormwater Management. Additionally, coordination meetings will be held with all stakeholders to resolve field conflicts as they arise prior to construction in congested areas of the project. The responsibility for maintenance will be that of the respective utility company upon completion of the project. FISCAL IMPACT: Funds in the amount of $1,765,869.40 are available within the established Vanderbilt Beach MSTU Fund (143) budget. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SAA RECOMMENDATION: To award Solicitation No. 20-7791 Vanderbilt Drive Underground Utility Conversion Phase IV, to MasTec North America, Inc. in the amount of $1,765,869.40, and authorize the Chairman to execute the attached agreement. Prepared By: Harry Sells, MSTU Project Manager, PTNE Division ATTACHMENT(S) 1.20-7791 - NORA executed (PDF) 2. [linked] 20-7791 MasTecNorthAmerica VendorSignedwbonds (PDF) 3.20-7791 MasTecNorthAmerica CP Insurance 12-15-20 (PDF) 4.20-7791 MasTecNorthAmerica Insurance 12-15-20 (flat) (PDF) 5. 20-7791 - Bid Tab (PDF) 6.20-7791 - DELORA 11.10.20 (PDF) Packet Pg. 389 11.J 02/23/2021 COLLIER COUNTY Board of County Commissioners Item Number: 11.J Doe ID: 14451 Item Summary: Recommendation to award Solicitation No. 20-7791 Vanderbilt Drive Underground Utility Conversion Phase IV, to MasTec North America, Inc. in the amount of $1,765,869.40, and authorize the Chairman to execute the attached agreement. (Michelle Arnold, Director, Public Transit & Neighborhood Enhancement Division) Meeting Date: 02/23/2021 Prepared by: Title: Project Manager — Public Transit & Neighborhood Enhancement Name: Harry Sells 12/ 16/2020 11:01 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh — Public Transit & Neighborhood Enhancement Name: Michelle Arnold 12/16/2020 11:01 AM Approved By: Review: Board of County Commissioners Jim Flanagan Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sue Zimmerman Additional Reviewer Community & Human Services Lisa Oien Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Operations & Veteran Services Kimberley Grant Additional Reviewer Public Transit & Neighborhood Enhancement Caroline Soto Public Transit & Neighborhood Enhancement Michelle Arnold Public Services Department Todd Henry Public Services Deapartment Public Services Department James C French PSD Dept Head Review County Attorney's Office Sally Ashkar Level 2 Attorney Review Procurement Services Todd Henry Additional Reviewer Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Ed Finn Additional Reviewer Transportation Engineering Jay Ahmad Additional Reviewer Completed 01/05/2021 9:27 AM Completed 01/05/2021 11:15 AM Completed 01/05/2021 12:48 PM Completed 01/05/2021 2:40 PM Completed 01/05/2021 3:41 PM Completed 01/05/2021 4:20 PM Additional Reviewer Completed Additional Reviewer Completed Completed 01/20/2021 2:52 PM Completed 01/25/2021 9:50 AM Completed 02/10/2021 9:39 AM Skipped 12/21/2020 9:17 AM Completed 02/10/2021 9:47 AM Completed 02/10/2021 9:55 AM Completed 02/11/2021 12:21 PM Completed 02/12/2021 10:57 AM Packet Pg. 390 02/23/2021 Public Utilities Planning and Project Management Michelle Arnold Capital Project Planning, Impact Fees, and Program Management Amy Patterson County Manager's Office Dan Rodriguez Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Additional Reviewer Skipped Additional Reviewer Completed Completed 02/16/2021 12:09 PM 02/23/2021 9:00 AM Packet Pg. 391 DocuSign Envelope ID: 204B74EA-B8F3-42E7-9DBB-8FAE4FCE58F8 001[iev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: #20-7791 Title: Vanderbilt Drive Underground Utility Conversion Phase 4 Due Date and Time: October 6, 2020 @ 3:00 PM Respondents: Company city county s Base Bids Alternate(s) Base Bid plus Responsive Name t Alternate 1 Responsible MasTec Tampa Hillsbor- F Section 10 $1,042,975.75 Alternate 1- $1,765,869.40 Yes/Yes North ough L Section 11 $403,268.17 $41,200.11 Discount America, Inc. Section 12 $136,574.73 Alternate 2 - Section 13 $224,250.86 $234,000.00 Hypower, Inc. Tampa Broward F Section 10 $1,529,834.00 Alternate 1- $2,698,563.45 Yes/Yes L Section 11 $693,507.19 $118,843.91 Discount Section 12 $277,917.17 Alternate 2 - Section 13 $316,149.00 $30,000.00 Danella Oakland Broward F Section 10 $1,836,974.00 Alternate 1- N/A Yes/Yes Utility Park L Section 11 $1,104,952.20 N/A Discount Construction Section 12 $770,496.70 Alternate 2 - Inc. Section 13 No Bid $30,400.00 Utilized Local Vendor Preference: Yes 0 No = N/A Recommended Vendor(s) For Award: On September 3, 2020 Procurement Services released notices for Invitation to Bid #20-7791 Vanderbilt Drive Underground Utility Conversion Phase 4 to thirty-one thousand seven hundred thirty-three (31,733) vendors. Vendors viewed ninety-seven (97) bid packages and on October 6, 2020, the County received three (3) bid responses as summarized above. Staff reviewed the bids received and found all three (3) bidders to be responsive and responsible with one bidder being contacted to resolve a minor irregularity to verify account information. Staff determined that MasTec North America is the lowest responsive and responsible bidder. Staff recommends award to MasTec North America, Inc. for the total amount of $1,765,869.40, the amount of base bids for Section 10, 11, 12 and 13 plus alternate 1 and reserve the right, if alternate 2 is required to implement Alternate 2 for the amount of $234,000.00. Contract Driven = Purchase Order Driven 0 ired Signatures Project Manager: Harry Sells I Ra" St, LS 11/ 1V/ LVLV Procurement Strategist: Lisa Oien I c6-w-0- N 11/ 1V/ LVLV 16F473373478... Procurement Services Director: DocuSigned by: HftU4411/16/2020 'an Fgcffeg�i'e Date LO Packet Pg. 392 I I U.3 I CERTIFICATE OF LIABILITY INSURANCE I DATEIN— 12/14/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA, INC. NAME: PHONE FAX TWO ALLIANCE CENTER(A/C, No Ext : A/C No), 3560 LENOX ROAD, SUITE 2400 E-MAIL ATLANTA, GA 30326 ADDRESS: Attn: Atlanta.CertRequest@marsh.com Fax: 212-948-4321 INSURER(S) AFFORDING COVERAGE NAIC # CN102902330-Mast-POLL-20-21 USG INSURER A: Steadfast Insurance Company 26387 INSURED INSURER B : MasTec North America, Inc. Utility Service Group INSURER C : 7221 E. Martin Luther King Boulevard INSURER D : Tampa, FL 33619 INSURER E: COVERAGES CERTIFICATE NUMBER: ATL-005185691-01 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE1:1 OCCUR DAMAGE TO TED lccurrrence)$ PREMISES(E. occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑PRO JECT ❑ LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑N N/A E.L. EACH ACCIDENT $ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Contractors Pollution CPL 6018243-01 1110111121 1110211111 Limit (Per Occurrence) 10,00( SIR:$1,000,000 Aggregate 10,00( DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 r u7 le r CD N N N V C L 7 N C IL U I M v •L N E Q t O Z v d H N R to CANCELLATION ~ 0 N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI +� THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II d ACCORDANCE WITH THE POLICY PROVISIONS. E t v AUTHORIZED REPRESENTATIVE r of Marsh USA Inc. Q Manashi Mukherjee+LaunoL'L @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Packet Pg. 393 1 11.J.4 I DATE (MMIDDIYYYY) ORS® CERTIFICATE OF LIABILITY INSURANCE 1 121142020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA, INC. NAME: TWO ALLIANCE CENTER (BL�149-Ext) _ FAX No: 3560 LENOX ROAD, SUITE 2400 E-MAIL Atlanta, GA 30326 ADDRESS:__ Attn: Atianta.Cerirequest@marsh.com INSURERS AFFORDING COVERAGE NAIC If CNI02902330-Masi-GAWU-20-21 USG X INSURER A : ACE American Insurance Company 22667 INSURED 43575 MasTec North America, Inc. INSURER e : IndemnityIns Co Of North America Utility Service Group INSURER C : ACE Property & Casualty Insurance Company 20699 7221 E. Martin Luther King Boulevard INSURER D : ACE Fire Underwriters Insurance Company 20702 Tampa, FL 33619 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-M43147D7-16 REVISION NUMBER: 7 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 TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDDNYYY POLICY EXP MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X XSL G11448344 0911512020 09/15/2021 EACH OCCURRENCE $ 3,000,000 CLAIMS -MADE � OCCUR DAMAGE PREM SESOEa RENoccTurrDenca $ 500,000 X MED EXP (Any one person) $ SELF INSURED SIR: $1,000,000 PERSONAL & ADV INJURY $ 3,000,C00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 20,000,000 X POLICY ❑ jE, LOC PRODUCTS -COMPIOPAGG $ 6,000,000 $ OTHER: A AUTOMOBILE LIABILITY ISA H25309261 09/1512020 09/1512021 COMBINED SINGLE LIMIT Ea accident $ 10,000,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY _ $ X UMBRELLA LIAR OCCUR X00 G11557625-002 09/15/2020 09/1512021 EACH OCCURRENCE $ 5,000,000 [I AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MA OE bEb I RETENTION$ $ B A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN OFFICE ANYPROPRIFTOPJPARTNERfEXECUTIVE N (Mandatory In NH) N/A WLR C67464060 (AOS) WLR 067464102 (AZ, CA, MA) WCU C67464187 (FL,GA,NC,TX) 5! 09115/2020 6911512020 6911512021 0911512021 09115l2021 X STATUTE RH E.L. EACHACCI6ENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 if yes, describe under DESCRIPTION OF OPERATIONS below SIR: $2,000,000 FL,NC,TX 1$1M (GA) { ) ( E.L. DISEASE -POLICY LIMIT $ 2,000,000 D Workers Compensation SCF C6746414A (WI) 0911512020 09115/2021 2,001),C00 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space is required) Collier County Board of Counly Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County are included as Additional Insured (except Workers Compensation) where required by written contract or agreement. This insurance is Primary and Nan -Contributory over any existing insurance and limited to liability arising out of the operations of the Named Insured and where required by written contract or agreement. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee �Ln��.caa► t @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Packet Pg. 394 11.J.4 C H U S E31 A1,_6 Policy Ntimber: ISAH25309261 NOTICE TO POLICYHOLDERS NOTICE TO OTHERS — SCHEDULE NOTICE BY INSUREDS REPRESENTATIVE A. It we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Polioy. B. The notice of cancellation, as provided by your representative, is Intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the persons) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellafion date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date LO applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. The provisions of this notice do not apply In the event that you cancel the Policy. ALL-34275 (10111) C d Page 1 of 1 w r Q Packet Pg. 395 Workers' Compensation and Employers' Llabil'Ety Policy 11.14 Named Insured MASTEC, INC. Endorsement Number PVC-1 Soo DOUGLAS RPAD PENTHOUSE Policy Number OORALGABLES FL 33134 Symbal:WM Number. C67464060 Policy Period Effective Bate of Endorsement 09-15-2020 TO 09-15-2021 09-15-2020 Issued By (Name of insurance Company) INDEMNITY IXS8 CO. OF NORTH AMERICA Insart the policy numbar. The Tama€nder of the Information Is to be completed only when this endorsement Is issued subsequent to the preparation of the pelt NOTICE TO OTHERS ENDORSEMENT — SCHEDULE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic or other form of notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the 'ScheduV). You or your representative must provide us with the physical and/or e-mail address of such persons or organizations, and we will utilize such e-mail address or physical address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: I. The beginning of the Policy period, If this endorsement is effective as of such date; or III. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. This endorsement must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail and physical address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions .of this Policy remain unchanged. _ Authorized Representative WC 99 03 70A (08112) Page 1 of 1 LO v a� ti ti O N r c 0 E t U w r Q Packet Pg. 396 C H U ER E2 11.J.4 GIAO Policy Number: XSI, G711148344 NOTICE TO POLICYHOLDERS NOTICE TO OTHERS — SCHEDULE NOTICE BY INSUREWS REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whore we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice of cancellation, as provided by your representative, is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organizafion(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use, D. We will only be responsible for sending such notice to your representative, and your representative will in turn send LO the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. �- E. The provisions of this notice do not apply in the event that you cancel the Policy. ALL-34275 (10111) C d E t Page 1 of 1 w r Q Packet Pg. 397 11.J.5 Solicitation No: 20-7791 PROJECT TITLE: Vanderbilt Drive Underground Utility Conversion Phase 4 BID DATE: 10/6/2020 Bid Tabulation Procurement Strategist: Lisa Olen Notices Issued: 31733 Project Manager: Ham Sells Bid Pkgs Viewed: 97 Bids Responses: 3 Low bid for Section PLACING CONDUIT, PADS AND VAULTS PLACE - 01010 Bidders: MasTec North America, Inc. Hypower, Inc. 40 Danella Utility Construction, Inc. Estimate of Cost General Project Items-01010 Quantity Units Unit Cost Total Unit Cost Total Unit Cost Total * * Unit Cost Total I Maintenance of traffic (MOT) 1 LS $ 33,433.DD $ 33,433.00 $ 29,133.00 $ 29,133.00 $ 13,142.00 $ 13,142.00 $ 2 Mobilization 1 LS $ 7,443.00 $ 7,443.00 $ 40,016.00 $ 40,016.00 $ 133,805.00 $ 133,805.00 $ 3 As -built plans (Provide and maintain per contract documents) 1 LS $ 6,556.00 $ 6,556.00 $ 6,000.00 $ 61000.00 $ 10,020.00 $ 10,020.00 $ 4 Trenching Feet Incl. inst. Of conduit, backfill and compaction 2,000 LF $ 8.01 $ 16,020.00 $ 59.13 $ 118,260.00 $ 39.40 $ 78,S00.00 $ High Voltage Groupin¢ - 01010 - Labor Material (FPL material provided by Owner) (All conduit Includes all fittings, support structure required to Install) - 01010 5 One 2" Conduit 1,000 LF $ 8.91 $ 81910.00 $ 13.00 $ 13,000.00 $ 10.30 $ 10,300.00 $ 6 Two 2" Conduits 1,200 LF $ 9.49 $ 11,388.00 $ 16.00 $ 19,200.00 $ 14.60 $ 17,520.00 $ 7 Three 2" Conduits 1,200 LF $ 10.38 $ 12,456.00 $ 20.00 $ 24,000.00 $ 17.60 $ 21,120.00 $ 8 Six 2" Conduits 200 LF $ 18.44 $ 3,688.00 $ 26.00 $ 5,200.00 $ 24.30 $ 4,860.00 $ 9 one 6" plus six 2" conduits, Sub Aqueous Crossing. Charge for actual length Pt to Pt 300' wire line or equivalent 300 LF $ 66.80 $ 20,040.00 $ 174.75 $ 52,425.00 $ 109.20 $ 32,760.00 $ 10 One 6" Conduit Sub Aqueous Crossing. Charge for actual length Pt to Pt 800' wire line or equivalent 800 LF $ 46.63 $ 37,304.00 $ 117.50 $ 94,000.00 $ 109.20 $ 87,360.00 $ 11 One 6" Conduit 5200 LF $ 18.54 $ 96,408.00 $ 19.00 $ 98,800.00 $ 17.60 $ 91,520.00 $ Low Voltage Grouping - 01010 - Labor 12 Two bores, Two 4", one 3' and one 2" Conduit Sub Aqueous Crossing Charge for actual length Point to point 800' using wire line or equivalent. 1100 LF $ 66.80 $ 73,480.00 $ 160.00 $ 176,000.00 $ 169.80 $ 186,780.00 $ 13 One 3" and one 2" Conduit 6500 LF $ 12.44 $ 80,860.00 $ 25.50 $ 165,750.00 $ 19.40 $ 126,100.00 $ 14 Install one sub aqueous bore with two 4", one 3" and one 2" HDPE Conduit under the northern bridge using wire line or equivalent. Charge actual length. See Alternate 2. 35 Install One 4" and one 3" Stainless steel rigid conduit on West side of Cocohatchee bridge according to prints including all mounting hardware. Charge for actual footage. 450 LF $ 204.00 $ 91,800.00 $ 125.00 $ 56,250.00 $ 512.00 $ 230,400.00 $ 16 Install Two 4" Stainless steel rigid conduit on east side of Cocohatchee bridge according to prints including all mounting hardware. Charge for actual footage Soo LF $ 224.00 $ 112,000.00 $ 135.00 $ 67,500.00 $ 362.00 $ 181,000.00 $ Miscellaneous 17 Remove Concrete Sidewalk 4'x 10' 10 EA $ 51.00 $ 510.00 $ 1,600.00 $ 16,000.00 $ 259.00 $ 2,590.00 $ 18 Remove Concrete Driveway 1.5' x 20' 10 EA $ 137.00 $ 1,370.00 $ 2,000.00 $ 20,000.00 $ 426.00 $ 4,260.00 $ 19 Remove Asphalt 1.5'x 20' 10 EA $ 44.00 $ 440.00 $ 1,500.00 $ 15,000.00 $ 426.00 $ 4,260.00 $ 20 Hand Dig Pit 20 EA $ 433.00 $ 8,660.00 $ 750.00 $ 15,000.00 $ 372.00 $ 7,440.00 $ 21 Soft Dig Pit 20 EA $ 408.45 $ 81169.00 $ 400.00 $ 81000.00 $ 630.00 $ 12,600.00 $ 22 Set Concrete Transformer pads 10 EA $ 627.90 $ 6,279.00 $ 900.00 $ 91000.00 $ 2,047.00 $ 20,470.00 $ 23 Set Vista Switch Concrete Pads 6 EA $ 1,527.75 $ 9,166.50 $ 3,000.00 $ 18,000.00 $ 7,279.00 $ 43,674.00 $ 24 Set Capacitor Bank Concrete Pads 1 EA $ 991.20 $ 991.20 $ 1,800.00 $ 1,800.00 $ 4,531.00 $ 4,531.00 $ 25 Set Concrete Vaults (5' x 5' x 10') 8 EA $ 1,283.10 $ 10,264.80 $ 6,000.00 $ 48,000.00 $ 3,894.00 $ 31,152.00 $ 26 Set Primary Vaults (3' x 3' x 5') 15 EA $ 599.55 $ 8,993.25 $ 1,300.00 $ 19,500.00 $ 3,706.00 $ 55,590.00 $ 27 Set Secondary Vaults (hand hole) 30 EA $ 291.90 $ 8,757.00 $ 500.00 $ 15,000.00 $ 1,853.00 $ 55,590.00 $ Material for Low voltage 28 2" schedule HOPE SDR II (orange) 8,000 1 FT 1 $ 0.81 1 $ 6,480.00 $ 1.25 $ 10,000.00 $ 0.95 $ 7,600.00 $ 29 4" schedule HOPE SDR 11 (Orange) 8,500 FT $ 3.09 $ 26,265.00 $ 5.00 $ 42,500.00 $ 3.20 $ 27,200.00 $ 30 4" schedule HOPE SDR 11(Black/Orange Stripe) 1,600 FT $ 3.09 $ 4,944.00 $ 5.00 $ 8,000.00 $ 3.30 $ 5,280.00 $ 31 4" Stainless conduit 1,500 FT $ 91.22 $ 136,830.00 $ 87.00 $ 130,500.00 $ 95.60 $ 143,400.00 $ 32 3" Stainless Conduit Soo FT $ 86.14 $ 43,070.00 $ 76.00 $ 38,000.00 $ 71.70 $ 35,850.00 $ - 33 Total of all Owners line Items Allowance* $ 892,975.75 $ 1,379,834.00 $ 1,686,974.00 $ 1,500,000.00 $ 150,000.00 $ 150,000.00 $ 150,000.00 $ 150,000.00 PLACING CONDUIT, PADS AND VAULTS -01010 TOTAL BASE BID Total $ 1,042,97S.75 Total $ 1,S29,834.00 * Total $ 1,836,974.00 $ 1,650,000.00 r Lr) r Packet Pg. 398 11.J.5 FPL NETWORK - Aerial to Underground Utility Conversion - 01011 GENERAL PROJECT ITEMS-01011 Quantity Units Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 MAINTENANCE OF TRAFFIC 1 EA $ 31,333.00 $ 31,333.00 $ 19,050.00 $ 19,050.00 $ 7,690.00 $ 7,690.00 $ 2 Mobilization 1 EA $ 3,000.00 $ 3,000.00 $ 10,618.00 $ 10,618.00 $ 183,670.00 $ 183,670.00 $ - 3 AS-BUILT/RECORD PLANS (Provide and maintain per contract documents) 1 EA $ 5,288.00 $ 5,288.00 $ 6,000.00 $ 6,000.00 $ 20,038.00 $ 20,038.00 $ Labor to Maw To Maw (Connect) Aerial Service and Feeders to Underground. Material supplied by FPL- 01011 4 Convert Service (secondary) Risers From Aerial to Underground Including Coordination with FPL Includes cutting back conduit and installing new conduit with cable into a transformer or Hand Hole, disconnecting cable from aerial feed and connecting to buried feed. Test final installation. Requires 2" Conduit 5 EA $ 543.00 $ 2,715.00 $ 3,500.00 $ 17,500.00 $ 2,492.00 $ 12,460.00 $ 5 Convert Feeder Risers From Aerial to Underground Including Coordination with FPL Includes cutting back conduit and installing new conduit into a Vista Switch, Per Vista Switch disconnecting cable from aerial feed and connecting to buried feed. Test f naI installation. Requires 6" Conduit 2 EA $ 3,322.00 $ 6,644.00 $ 5,000.00 $ 10,000.00 $ 4,985.00 $ 9,970.00 $ 6 Convert Primary Risers From Aerial to Underground Including Coordination with FPL Includes cutting back conduit and installing new conduit into a Vista Switch, Per Vista Switch disconnecting cable from aerial feed and connecting to buried feed. Test final installation. Requires 2" Conduit 7 EA $ 2,033.00 $ 14,231.00 $ 4,000.00 $ 28,000.00 $ 3,560.00 $ 24,920.00 $ 7 Install and connect feeder risers to connect newly installed buried feeder cable to existing overhead feeders to activate the buried network. 2 EA $ 3,322.00 $ 6,644.00 $ 6,000.00 $ 12,000.00 $ 7,477.00 $ 14,954.00 $ 8 Trenching Backflll Compaction and Replace Sod IS' per secondary, 15' per primary and feeder) 2,500 FT $ 7.44 $ 18,600.00 $ 77.75 $ 194,375.00 $ 39.30 $ 98,250.00 $ New FPL Buried Network Cost of Labor to Install, Activate, and Test. Material Supplied by FPL Install Ground Rods,transformers, make wiring connections, including all FPL required items and procedures on preinstalled pads - 01011 9 459610029 - TRANSFORMER, PD,DF,3PH,13X23KV,100KVA, 120/240V 1 EA $ 3,033.00 $ 3,033.00 $ 4,000.00 $ 4,000.00 $ 5,355.00 $ 5,355.00 $ 10 459462056 - TRANSFORMER,PD,DF,3PH,13X23KV, 750KVA, 208V LOOP, 55 1 EA $ 5,735.00 $ 5,735.00 $ 5,000.00 $ 5,000.00 $ 5,355.00 $ 5,355.00 $ 11 459462053- TRANSFORMER,PD,3PH,13X23KV, 300KVA, 208V LOOP, SS 1 EA $ 3,308.95 $ 3,308.95 $ 5,000.00 $ 5,000.00 $ 5,355.00 $ 5,355.00 $ 12 459491053 - TRANSFORMER, 1PH PAD 23KV SOKVA 120/24OV, LOW 1 EA $ 641.84 $ 641.84 $ 1,500.00 $ 1,500.00 $ 1,339.00 $ 1,339.00 $ 13 459491053 - TRANSFORMER, 1PH PAD 23KV 25KVA 120/24OV, LOW 2 EA $ 641.84 $ 1,283.68 $ 936.00 $ 1,872.00 $ 1,339.00 $ 2,678.00 $ Install Ground Rods, Capacitor Bank, make all wiring connections, including all FPL required items and procedures on pre installed pad - 01011 14 223388001- CAP -BAN K,URD,25KV, 1200KVAR,FIXED/SW IT- 1 EA $ 3,308.00 $ 3,308.00 $ 4,000.00 $ 4,000.00 $ 10,711.00 $ 10,711.00 $ Install ground Rods, Vista Switch, make all wiring connections, including all FPL required items and procedures on pre installed vault. - 01011 15 279209050-SW,VAC,PM DF SS,25KV 3PH, 600A 422 VISTt 6 EA $ 4,449.63 $ 26,697.78 $ 6,000.00 $ 36,000.00 $ 10,711.00 $ 64,266.00 $ Install ground Rods, PME Switch, make all wiring connections, including all FPL required items and procedures on pre installed pad-01011 16 270682050 - SWITCHGEAR,PAD MOUNT,25KV,200A, PME 1 EA $ 3,544.00 $ 3,544.00 $ 4,564.00 $ 4,564.00 $ 10,711.00 $ 10,711.00 $ Install grounding, all FPL required equipment, and make wiring connections in pre installed feeder splice vauit - 01011 17 162240003- BOX, SPLICE FOR ORD FEEDERS 8 EA $ 1,625.00 $ 13,000.00 $ 2,200.00 $ 17,600.00 $ 2,390.00 $ 19,120.00 $ Install grounding, all FPL required equipment, and make wiring connections in pre installed Primary splice vault - 01011 18 162100007- HANDHOLE,PRECAST CONCRETE I7"x30"x18" 3 EA $ 383.00 $ 1,149.00 $ 1,000.00 $ 3,000.00 $ 1,193.00 $ 3,579.00 $ 19 162122892- HANDHOLE,PRECAST CONCRETE,RECTANG 14 EA $ 553.00 $ 7,742.00 $ 1,300.00 $ 18,200.00 $ 2,390.00 $ 33,460.00 $ 01011 20 100253004 - CABLE, ALUM., 600 V, 4/0 3/cTPLX HM/HD POLY 202 FT $ 10.00 $ 2,020.00 $ 4.89 $ 987.78 $ 5.90 $ 1,191.80 $ 21 100261007 - CABLE, AL, 25KV, 2/C #1/0, 3 PARALLELED 8 FT $ 10.00 $ 80.00 $ 23.42 $ 187.36 $ 5.90 $ 47.20 $ 22 100290007-CABLE,ALUM,25KV,2/C#1/0 One cable per pull 107000 FT $ 0.93 $ 99,510.00 $ 1.56 $ 166,920.00 $ 2.90 $ 330,300.00 $ 23 100298008-CABLE, AL,25KV,2/C 1000 KCMIL.. Three cables per pull 20527 FT $ 2.96 $ 60,759.92 $ 2.15 $ 44,133.05 $ 8.60 $ 176,532.20 $ Total ofall line items $ 320,268.17 $ 610,507.19 $ 1,021,952.20 $ 831,850.00 24 Owners Allowance* $ 83,000.00 $ 83,000.00 $ 83,000.00 $ 83,000.00 FPL NETWORK Aerial to Underground Utility Conversion-01011 Total Base Bid Total $ 403,26917 Total $ 693,507.19 Total $ 1,104,952.20 Total $ 914,850.00 Packet Pg. 399 11.J.5 CENTURYLINK NETWORK Aerial to Underground Utility Conversion -01012 ITEM GENERALPROJECTITEMS-01012 Quantity Units Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 Maintenance of traffic 1 EA $ 28,761.00 $ 28,761.00 $ 17,971.00 $ 17,971.00 $ 1,788.00 $ 1,788.00 $ 2 Mobilization/Demobilization 1 EA $ 6,874.00 $ 6,874.00 $ 16,967.00 $ 16,967.00 $ 19,357.00 $ 38,714.00 $ 3 As -built plans (Provide and maintain per contract documents) I EA $ 3,678.00 $ 3,678.00 $ 2,912.50 $ 2,912.50 $ 1.334.00 $ 4,002.00 $ 4 Trenching 1000 FT $ 6.44 $ 6,440.00 $ 65.00 $ 65,000.00 $ 40.00 $ 160.00 $ Material and Labor to install, test, and connect to CenturyUnk network. Ends of existing conduit may have be extended to the required location. This e1¢ension is estimated at five feet per end of conduit. 5 Buried Filled 288 Fiber BF0288C 2226 FT $ 2AB $ 5,475.96 $ 5.80 $ 12,910.80 $ (AO $ 32.00 $ 6 Buried Filled 288 Fiber installed in existing conduit BF02881E 445 FT $ 2.56 $ 1,139.20 $ 4.00 $ 1,780.00 $ 8.20 $ 49.20 $ 7 Buried hardhole for fiber systems 30" x 60" x 30" BFH 6 EA $ 1,394.40 $ 8,366.40 $ 1,049.00 $ 6,294.00 $ 4.369.00 $ 30,583.00 $ $ 1 Facility in w existing occupied duct BM -OCCUPIED 157 FT $ 1.10 1 $ 172.70 $ 3.40 1 $ 533.80 $ 2.60 1 $ 20.80 1 $ 9 Ground rod 518" x 8' BM2 (518)(8) 6 EA $ 41.16 $ 246.96 $ 31.35 $ 188.10 $ 83.90 $ 755.10 $ 10 Ground rod clamp if required and the length of a bare #6 AWG copper Bh12A 10 EA $ 24.59 $ 245.90 $ 37.52 $ 375.20 $ 66.00 $ 660.00 $ 11 Bonding new or existing cable in an existing facility BM2C 8 EA $ 24.51 $ 196.08 $ M.90 $ 279.20 $ 141.00 $ 1,551.00 $ 12 Below surface AWG #6 ground M, for conducw lengths greater Nan 5 feet BM2E(6)B 80 FT $ 3.70 $ 296.00 $ 1.61 $ 128.80 $ 5AO $ 64.80 $ 13 Fiber marker post BM53PW6) 6 EA $ 67.50 $ 405.00 $ 71.90 $ 431.40 $ 147.00 $ 11911.00 $ 14 Direetional bore 1-2" plastic pipe BM60(2)PD 43 FT $ 9.75 $ 419.25 $ 15.32 $ 658.76 $ 10.30 $ 144.20 $ 15 Di-tional bore 14" plastic pipe BM60(4)PD 1386 FT $ 16.11 $ 22,328.46 $ 23.30 $ 32,293.80 $ 14.60 $ 219.00 $ 16 1 Buried fiber optic closoze HBSO (11.5.30) D360 3 EA $ 678.91 $ 2,036.73 $ 432.10 1 $ 1,296.30 $ 1,905.00 1 $ 30,480.00 $ 17 Fiber optic fission splice HOI(>288) 1440 EA $ 18.90 $ 27,216.00 $ 36.00 $ 51,840.00 $ 33.00 $ 561.00 $ 18 Fiber optic labor and material to prep the fiber only - no splicing is imluded or Nis wit H08 120 EA $ 14.70 $ 1,764.00 $ 99.03 $ 11,883.60 $ 32.00 $ 576.00 $ 19 Relocate buried fiber or copper. This milt will include Ne excavatiw-exposure ofthe cable -moving the cable, bockfMi g; per cubic yd WBJ 62 FT $ 28.35 $ 1,757.70 $ 99.03 $ 61139.86 $ 106.00 $ 2,014.00 $ 20 Re-eraer ane-ung fiber optic closure WHAP-RF 1 EA $ 168.00 $ 168.00 $ 215.53 $ 215.53 $ 1,495.00 $ 29,900.00 $ 21 Install cew cables/o i e and reinstall all existing cables / wives that are rcudo d wiNo an existing di w b000d plant housing WHBFO 2 EA $ 1M.19 $ 316.38 $ 2,259.00 $ 4,518.00 $ 534.00 $ 11,214.00 $ 22 Buried filled 100 pair, 24 gauge, copper cable installed in rew conduit BFCIOO-24C 460 FT $ 3.52 $ 1,619.20 $ 4.21 $ 1,936.60 $ 8.60 $ 189.20 $ 23 Buried filled 1110 pan, 24 gauge, copper cable installed in an existing conduit BFCIOO-24m 157 FT $ 2.99 $ 469.43 $ 4.21 $ 660.97 $ 10.70 $ 246.10 $ 24 Buried filled 200 pair, 24 gauge, copper cable installed in new cordon BFC200-24C 53 FT $ 4.92 $ 260.76 $ 6.85 $ 363.05 $ 21.70 $ 520.80 $ 25 Buried filled 200 pair, 24 gauge, copper cable installed in an existing conduit BFC20K`24El 417 FT $ 5.03 $ 2,097.51 $ 6.85 $ 2,856.45 $ 14.50 $ 362.50 $ 26 Copper sphciug for existing cables using sphcivg modules HC3E Son EA $ 3.15 $ 1,575.00 $ 10.00 $ 5,000.00 $ 4.50 $ 117.00 $ 27 Install new cables and reinstall ail existing cables Nat are no be renamed within an existing buried plea pedestal WBD 1 EA $ 57.75 $ 57.75 $ 4,M5.00 $ 4,345.00 $ 936.00 $ 25,272.00 $ ITEM Disconnection and removal of all aerial material, including CenturyUnk Poles as described in plan 28 Cut off. d cable XX-ABDN CA 5 EA $ 26.25 $ 131.25 $ 258.00 $ 1,290.00 $ 1,722.00 $ 48,216.00 $ 29 Remove buried hand hole XXBHF 1 EA $ 131.25 $ 131.25 $ 350.00 $ 350.00 $ 1,206.00 $ 34,974.00 $ 30 Remove aerial fiber XXCO 1418 FT $ 0.71 $ 1,006.78 $ 1.35 $ 1,914.30 $ 4.90 $ 147.00 $ 31 Remove down guy XXPE 6 EA $ 25.27 $ 151.62 $ 44.27 $ 265.62 $ 344.00 $ 10,664.00 $ 32 Remove avehor XXPF 6 EA $ 46.18 $ 277.08 $ 100.00 $ 600.00 $ 344.00 $ 11,008.00 $ 33 Remove riser guard- 3 iah diamete, GD) x 8' XMAB82 6 EA $ 13.13 $ 78.78 $ 200.00 $ 1,200.00 $ 344.00 $ 11,352.00 $ 34 Removal -cut offabaodoned cable XX-ABDN CA 5 EA $ 26.25 $ 131.25 $ 654.73 $ 3,273.65 $ 1,722.00 $ 58,548.00 $ 35 Removal -buried plea housing 1 EA $ 53.03 $ 53.03 $ 5,540.74 $ 5,540.74 $ 1,722.00 $ 60,270.00 $ 36 Remove All aerial cable 1 EA $ 0.32 $ 0.32 $ 2,507.08 $ 2,507.08 $ 6,890.00 $ 248,040.00 $ 37 Remove CenturyLik Poles 2 EA $ 315.00 $ 630.00 $ 798.03 $ 1,596.06 $ 2,583.00 $ 95,571.00 $ Totalof all Owner line items Al Iowa nce* $ 126,974.73 $ 268,317.17 • $ 760,896.70 $ 204,000.00 $ 9,600.00 $ 9,600.00 $ 9,600.110 $ 9,6/10.00 CENTU RYU NK NETWORK Aerial to Underground Util it Conversion -01012-Total Base Bid Total $ 136,574.73 Total S 277,917.17 * Total $ 770,496.70 Total $ 213,600.00 r Ln r r W Packet Pg. 400 11.J.5 COMCAST NETWORK Aerial to Underground Utility Conversion - 01013 ITEM GENERALPROJECTITEMS-01013 Quantity Units 1 Maintenance of traffic I EA 2 Mobilization/Demobilization 1 EA 3 As -built plans (Provide and maintain per contract documents) I EA ITEM New ComCast Buried Network Cost of Material and Labor to Install, Activate, and Test 4 Supply and install all equipment listed in separate material list to comply with attached drawings. including fiber and cable to replace aerial network. Activate and test complete. 1 EA 5 Poles. 1 EA Total of all line Items Owners Allowance* COMCAST NETWORK Aerial to Underground Utility Conversion - 01013 - Total Base Bid Alternate 1: Deduct based on award of all four sections to one contractor. $41,200.11 $118,843.91 �-: Install one sub aqueous bore with two 4", one 3" and one V' XDPE Conduit under the northern bridge using wire line or equivalent. Charge actual length. In lieu of lines 15 and 16 in Section 01010 1000 LF $ 234.00 $ 234,000.00 $ 30.00 $ 30,000.00 $ 30.40 $ 30,400.00 * $ 100.00 $ 100,000.00 *Owners Allowance -for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplishwork due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion orthe full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. The owner reserves the right to award each section to the lowest bidder of each section or multiple sections to the to * = Corrected amounts BID RESPONSE FORMS Bid Schedule Bid Response Form (Form 1) Exhibit N -Contractors Key Personnel (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Bidders Checklist (Form 12) Required Information Company's E-Verify Profile Page or MOU Copy of Active Registration with Current FL Divisions of Corporations Copy of Active General Contractors License with Depart. of Business & Professional Regulation Copy of Local Business Tax Receipt ACKNOWLEDGEMENT- RECEIPT OF ADDENDUM Addendum g1 Addendum g2 Place of Business; County **=Minor Irregularity Section 01D1D total base bid Section 01D11 total base bid Section 01012 total base bid Section 01013 total base bid Total sections 01010, 01011, 01012 and 01013 Alternate #1- Deduct based on award of all sections (01010, 01011, 01012 and 01013) Total all Sections including deduct amount Alternate a2 Total with all alternates Opened By: Lisa Oien Witnessed by: Jim Flanagan MasTec North America, Inc. Hypower, Inc. Danella Utility construction, Inc. Yes/No Notes Yes/No Notes Yes/No Notes y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y N All farms received Verified MOU y name** y y y y y y y y y N/A N/A y y y y y y Tampa FL Ft. Lauderdale FL Oakland Park FL Hillsborough County Broward county Broward county $ 1,042,975.75 $ 1,529,834.00 $ 1,836,974.00 $ 401,111.11 $ 693,507.19 $ 1,104,952.20 $ 136,574.73 $ 277,917.17 $ 770,496.70 $ 224,250.86 $ 316,149.00 Not Applicable $ 1,807,069.51 $ 2,817,407.36 Not Applicable $ (41,200.11) $ (118,943.91) Not Applicable $ 1,765,869.40 $ 2,698,563.45 Not Applicable $ 234,000.00 $ 30,000.00 $ 30,400.00 $ 1,999,869.40 $ 2,728,563.45 Not Applicable Cost Estimate Cost Estimate r r $ 1,650,000.00 $ 914,850.00 ~ $ 213,600.00 $ 116,400.00 0 CV r_ d $ 100,000.00 C total $ 2,994,850.00 V Q Packet Pg. 401 11.J.6 Corley County Public Services Department Public Transit & Neighborhood Enhancement Division L November 10, 2020 0 RE: Design Entity Letter of Recommended Award a, Lisa Oien c Procurement Strategist r Collier County Procurement Services 3295 Tamiami Trail East c Naples, FL 34112-5361 c" 6 z Solicitation No 20-7791 Vanderbilt Drive Underground Utility Conversion Phase IV C_ Dear MS Oien, As designated Design Professional, I have completed the review of the quotes submitted for the above referenced project and am pleased to provide the following award recommendation. The scope of the Vanderbilt Drive Underground Utility Conversion Phase IV project includes replacing all the overhead utilities of FPL, Comcast and CenturyLink to underground utilities. This includes activation, testing, connecting, and verifying final service. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, M a s T e c N o r t h Am e r i c a, Inc. is the low bidder with a bid amount of $1,999,869.40, which reflects the total base bid for all sections plus Alternates 1 and 2 and is approximately 33% less than the project's Opinion of Probable Construction Cost (OPCC) amount of $2,994,850.00. During the bid review process, it was determined MasTec North America, Inc and HyPower, Inc both bid on all sections of the solicitation and quoted a discount based on being awarded all sections. Danella Utility Construction Inc., the third highest bidder did not bid on the ComCast portion of the solicitation, T_ did not qualify for the discount specified, and was still the highest bidder. The second highest bidder le HyPower, Inc. with a bid amount of $2,728,563.45 was 36% higher than the lowest bidder and approximately 10% less that the project's OPCC amount of $2,994,850.00. c N O The Base bid of MasTec for all sections of the project is $1,807,069.51. Since MasTec bid on the entire r project as stated in the solicitation, Alternate 1 (-$41,200.00) applies and the new total is $1,765,869.40. r If Alternate 2 (Sub Aqueous Bore) is required to be used, MasTec's amount for the alternate is $234,250.86.The sub aqueous bore under the Cocohatchee River is the most difficult, will result in O additional costs from other contractors and has highest potential of major problems. Therefore doing the w project without Alternate 2 is the most desirable. All three bidders are general contractors that had contracts with various utilities in Florida and elsewhereCD to perform installation and maintenance of those utilities. The projects provided by MasTec North c America, Inc. as references are primarily commercial site work of both installation and maintenance. N The Design Professional contacted the provided references to discuss if the work performed by MasTec d North America, Inc was similar in nature to the proposed Vanderbilt Drive Underground Utility z Conversion Phase IV project and if MasTec performed acceptably on the projects. Five of six references were contacted and received responses from the following: ATT, FPL, Manatee county, CenturyLink, a Public Transit& Neighborhood Enhancement • 8300 Radio Road, Naples, Florida 34104. 239-252-5840 • FAX 239-252-6628 • wvvw.colliercount fl.gov Packet Pg. 402 11.J.6 Corley County Public Services Department Public Transit & Neighborhood Enhancement Division L and Collier County. The reference for FiberNet did not respond to telephone calls or email over a two - week period. The four of the five that responded stated that their policy was to not respond positively or negatively to inquiries concerning performance, only stating that the work was performed and completed as specified, which they did. Collier County employed MasTec North America Inc in Phase II and III of the same project that this solicitation is part of and performed very satisfactorily. See Reference Log attached. r 1) Manatee County Conduit/fiber maintenance ti The Design Professional contacted the project manager for Manatee County responsible for N fiber maintenance. The reference contacted provided no negative feedback on the work and o confirmed that they completed work as specified Z 2) CenturyLink, within the state of Florida c The Design Professional contacted the Lead Regional Contract Administration Manager M for installation of new service entrance facilities. He confirmed that MasTec had worked for CenturyLink and completed the work in 2019. As a matter of policy that they did not .2 discuss performance of vendors. cn 3) AT&T Installation of underground network in South Florida The Design Professional contacted the Senior Sourcing Manager responsible for new 3 installation and activation of underground network. The reference stated that the contractor Q completed required actions as requested. c 4) FPL, Installation of underground network and service. r_ The Design Professional contacted the Integrated Supply Manager for the contract. The reference stated that MasTec would continue to install underground network for FPL. 3 Satisfactory work was accomplished. 5) FiberNet, Broward County outside plant, installation and maintenance. The Design Professional was unable to contact the Integrated Supply Chain Manager over a 0 period of two weeks ending November 4, 2020 6) Vanderbilt Beach Utility Conversion Phase II and III, Conversion of all FPL overhead utilities to underground within the designated area covering approximately six miles of overhead network. r The Design Professional managed this contract with MasTec, was satisfied with the quality and performance of the contract and would hire them again. v All projects described in the references are similar in nature to this solicitation. While the various cQ•i contacts did not qualify or recommend the work, they did continue to employee the vendor to the end c which speaks well for MasTec North America, Inc. T MasTec North America, Inc. submitted all the required bid forms and is the lowest responsive and a responsible bidder. O It is staffs intent to not award Alternate 2, however, staff reserves the right to approve the award of J o Alternate 2 if necessary, at a time in the future should the subaqueous bore becomes necessary. , Please feel free to call me with any questions. Respectfully, c N Digitally signed by C SellsHarry G1 S e s H a r ry Date: 2020.12.18 13:41:27 E -05'00' V Harry Sells a Public Transit& Neighborhood Enhancement • 8300 Radio Road, Naples, Florida 34104. 239-252-5840 • FAX 239-252-6628 • wvvw.colliercount fl.gov Packet Pg. 403 11.J.6 Appendix H2 — Template - DELORA Vendor Reference Check Log Coder County Administrative Services Department Procurement services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 20-7791 Reference Check by: Harry Sells Solicitation Title: VB Dr. Underground Utility Conversion Project Date: 11/02/2020 Bidder's Name: MasTec North America, Inc Phone: 239-252-4980 Design Entity: Harry Sells Collier County, MSTU Project Manager REFERENCED PROJECT: Project Name: Master Service Agreement Project Location: South Florida Project Description: Inst. Of Network Completion Date: 3/1/22 Contract Value. $14 Million Project Owner/Title: AT&T' Owner's Address: 1650 NW 651h Ave, Plantation FL Phone: 954-303-7764 Owner's Contact Person: Hank Colcas E-Mail: Hc1026@att.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yess 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? no 7. Additional comments: ATT does not make recommendations positive or negative concerning vendors as a matter of LO 0 N 0 Packet Pg. 404 11.J.6 Appendix H2 —Template - DELORA Vendor Reference Check Log COLL7e r C,am .ty Administrative Services Department Procurement Services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 20-7791 Reference Check by: Harry Sells Solicitation Title: VB Dr. Underground Utility Conversion Project Date: 11/02/2020 Bidder's Name: MasTec North America, Inc Phone: 239-252-4980 Design Entity: Harry Sells Collier County, MSTU Project Manager REFERENCED PROJECT: Project Name: Storm Hardening Project Location: South Florida Project Description: Underground Distribution and Hardening Completion Date: 3/01/2022 Contract Value: $15 Million Project Owner/Title: FPL Owner's Address: 700 Universe Blvd, Juno Beach FL Phone: 561-691-7924 Owner's Contact Person: Matt House, Intergated Supply E-Mail: matthouse@fpl.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Favorable 4. Did the process run smoothly? Were there any changes? Describe below. yes 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Fine 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: .None LO r 0 N O Packet Pg. 405 11.J.6 Appendix H2 —Template - DELORA Vendor Reference Check Log COLL7e r C,am .ty Administrative Services Department Procurement Services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 20-7791 Reference Check by: Harry Sells Solicitation Title: VB Dr. Underground Utility Conversion Project Date: 11/02/2020 Bidder's Name: MasTec North America, Inc Phone: 239-252-4980 Design Entity: Harry Sells, Collier County, MSTU Project Manager REFERENCED PROJECT: Project Name: Manatee Emerg Fiber maint Project Location: Manatee County Project Description: Emergency Maint of fiber and Conduit Completion Date: 7/12/17 Contract Value: $600,000 Project Owner/Title: Bill Kersey, DC Infrstructure Owner's Address: PO Box 1000, Bradenton PL, FL Phone: 914-748-4501 x5803 Owner's Contact Person: Bill Kersey E-Mail: Bill.kersey@manatee.org 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes. Normal Emergency Construction Maintenance. There are always changes 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No. Each task was accepted on completion and put back into service. 7. Additional comments: Performed well. Would recommend. LO v r O N O Packet Pg. 406 11.J.6 Appendix H2 —Template - DELORA Vendor Reference Check Log COLL7e r C,am .ty Administrative Services Department Procurement Services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 20-7791 Reference Check by: Harry Sells Solicitation Title: VB Dr. Underground Utility Conversion Project Date: 11/02/2020 Bidder's Name: MasTec North America, Inc Phone: 239-252-4980 Design Entity: Harry Sells Collier County, MSTU Project Manager REFERENCED PROJECT: Project Name: Vanderbilt Util Conversion PH 2 & 3 Project Location: Vanderbilt Beach, Project Description: Aerial to Underground Utility Conversion Completion Date: 1/15/2020 Contract Value: $700,000 Project Owner/Title: Vanderbilt Beach MSTU Owner's Address: 8300 Radio Road, Naples FL Phone: 239-821-6909 Owner's Contact Person: Harry Sells E-Mail: harrysells@colliergov.net 1. Was project completed timely and within budget? (If not, provide detail) No. Delaved by others 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes r O N O 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes Q O 4. Did the process run smoothly? Were there any changes? Describe below. i j Yes and Yes- Normal Construction issues a r` r` 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) N Yes c aD E t 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? r No Q 7. Additional comments: Work was satisfactorv. Would hire Packet Pg. 407 11.J.6 Appendix H2 —Template - DELORA Vendor Reference Check Log COLL7e r C,am .ty Administrative Services Department Procurement Services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 20-7791 Reference Check by: Harry Sells Solicitation Title: VB Dr. Underground Utility Conversion Project Date: 11/02/2020 Bidder's Name: MasTec North America, Inc Phone: 239-252-4980 Design Entity: Harry Sells Collier County, MSTU Project Manager REFERENCED PROJECT: North and Central Project Project Name: Florida Location: Florida Project Description: Network installation Contract Completion Date: 3/1/2019 Value: $37 Million Project Owner/Title: CenturyLink 212 Hollywood Blv SE, Fort Walton Beach FL Owner's Address: 32548 Phone: 850-812-3760 Jeffery Scaife, Lead Region Contact Owner's Contact Admin Person: Manager E-Mail: Jeffery.x.Scaife@CenturyLink.com 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. s 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) LO 0 N O 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Packet Pg. 408 11.J.6 Appendix H2 —Template - DELORA Vendor Reference Check Log 7. Additional comments: During that timeframe they handled the entire state of Florida for Centurylink. They performed our Business as Usual work, maintenance work, as well as new work orders in > market. p Their contract terms were not extended due to business reasons. E, c Their company currently holds the Master Contractor contract for our Georgia and South Carolina > markets today. rn ti ti Their performance is proprietary unfortunately, I wish I could assist further, however am not at liberty N to discuss. 0 z c 0 ti 0 N C N E t V R r r Q Packet Pg. 409 11.J.6 Appendix H2 —Template - DELORA Vendor Reference Check Log COLL7e r C,am .ty Administrative Services Department Procurement Services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 20-7791 Reference Check by: Harry Sells Solicitation Title: VB Dr. Underground Utility Conversion Project Date: 11/02/2020 Bidder's Name: MasTec North America, Inc Phone: 239-252-4980 Design Entity: Harry Sells Collier County, MSTU Project Manager REFERENCED PROJECT: Project Name: FL Outside Plant Project Location: Broward County Project Description: Outside Plant Completion Date: 8/3/20 Contract Value: $5 Million Project Owner/Title: FiberNet Owner's Address: 9250 West Flagler St Miami, FL 33174 Phone: 561-691-7190 Owner's Contact Person: Donald Benecchi E-Mail: Donald.benecci@fpl.com 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) LO v r O N O 3. Was the construction process performed satisfactorily? (If not, provide detail) Q IX O 4. Did the process run smoothly? Were there any changes? Describe below. J p s ti ti 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 0 N c aD E t r 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Q 7. Additional comments: .No response after several calls and Emails over a two week period ending 11/4/20 Harry Sells Packet Pg. 410 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with MasTec North America, Inc. ("Contractor") of 800 S. Douglas Road, Suite 1200, Coral Gables, FL 3134, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with "Vanderbilt Drive Underground Utility Conversion Phase 4", Invitation to Bid No. 20-7791 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Collier County Public Transit & Neighborhood Enhancement Division, Comcast, CenturyLink, FPL, and Hole Montes, Inc., 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.ft Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One Million Seven Hundred Sixty -Five Thousand Eight Hundred Sixty -Nine Dollars and Forty Cents ($1,7651869.40). Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.-gov/c570/c570,html#certified4 Should the Contract Amount be less 1 Construction Services Agreement: Revised 092520 (v7) z'°� 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 Sixty -Five (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, One Thousand Six Hundred Ninety Dollars ($1,690.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion, The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday 2 Construction Services Agreement: Revised 092520 (v7) =� or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation 20-7791 "Vanderbilt Drive Underground Utility Conversion Phase 4. Exhibit A-1: Exhibit A-2: Contractor's Bid Schedule Construction Services Agreement: Revised 092520 (v7) Ew�f;,�, c Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions ❑ Applicable ® Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 20-7791 "Vanderbilt Drive Underground Utility Conversion Phase 4. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsync.com/bidsync-cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box (®)expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ®Exhibit J: Technical Specifications ❑Exhibit K: Permits ❑Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by: Collier County Public Transit & Neighborhood Division; Comcast; CenturyLink, FPL, and Hole Montes, Inc. ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL c/o Public Transit &Neighborhood Enhancement 8300 Radio Road Naples, Florida 34104 Attn: Harry Sells, Project Manager Phone: (239) 2524980 Email: Harry.Sells( 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: MasTec North America, Inc. 7221 E. Martin Luther King Blvd. Tampa, FL 33619 Attn: John C. Audi, Executive Vice President Phone: 813-675-0879 Email: Maureen-)opvichtmastec.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. 4 _ Construction Services Agreement: Revised 092520 (v7) �',_�.'; Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Construction Services Agreement: Revised 092520 (v7) � s Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. r Construction Services Agreement: Revised 092520 (v7) ��-'�,° ' IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. O TNESSES: F WIT Jade Davis Print Name SECOND WI NE Traci Koza Print Name Date: December 14, 2020 ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller BY - Approved as to Form and Legality: Assistant County Attorney Print Name CONTRACTOR: MasTec North America, Inc. By: -Y L . John C. 0 Ai Executive Vice President 12/14/2020 Print Name and Title Date OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Burt L. Saunders, Chairman Construction Services Agreement: Revised 092520 (W) (9 EXHIBIT Am] * CONTRACTOR'S BID SCHEDULE (FOLLMOWING THIS PAGE) 8 Construction Services Agreement: Revised 092520 (v7) Sollcltation No: 20-7791 PRO1ECf TffLEt Vanderbilt Drive Underground Utility Conversion Phase IV BID DATE i 6-01:1:-20 BID SCHEDULE BIDDER M sTec North America Inc i a PLACING CONDUIT, PADS AND VAULTS PLACE • 01010 _ General Pr ert Items • OS010 Quantity Units Unit Cost —Total 1 Maintenance of traffic IMOT 1 IS $ 33,433.00 $ 33,433.00 1 tS $ 7443.00 7,443.00 2 Mobilization 3 As-bulit plans Provide and maintain per contract documents) 1 IS 6,556,00 $ 6556.00 4 Trenching Feet Intl inst- Of conduit, backfiil and comi4ctlon 2000 LF $ 8.01 $ 16,020,00 High Voltage Growling • 01010 • Labor Material (FPL material provided by Owner) (Aff oonefultIncludes 01) jtttldps, support structure required to Install)•01010 �...,...._-... 5 t One 2" Condult 1 t100 LF S 8.91 $ 8,910.00 6 jTwo 2" Conduits 1200 LF S 9449 $ 11388.00 7 Three 2" Conduits 1,200 LF 10,38 $ 1245600 8 Slx 2'Condubs 200 LF S 18A4 $ 3688,00 orie6 pussix2 condo s, Sub Aqueous Crossing. Charge foraduaf length Pt to P[30o'wirelne or «�. 9 equivalent 30o LF 5 66,80 $ 20,�5.0.00 t0 e.uit SuG�d.�r-.,acL u. ChzrR rhi etwei fa ,21i v, te. vt wo, vme Gov w vurvat#,H 0:w .s"r '800 L$ S 46,63 $ 37,304.00 1] .,ai One 6" Conduit 5200 LF 5 18.54 $ 96408.00 tow Volta aGrou in •01010•Labor 12 Two bores, Two 4", one 3' and one 2" Conduit Sub Aqueous Crossing Charge for actual length Point to point 800' using wire line or equivalent. 1100 IF $ _ 66.80 $ 73,480,00 __ 13 One 3" and one 2" Conduit ._-._ 6500 LF 12.44 80,860400 14 •et ,.:.,r, ,. t .,f, e;, t 1 i¢,r•, ,a Install One 4" and one 3' Stainless steel rigid conduit on West side of Cocohatchee bridge according to prints 15 Includingali mounting hardware. Charge foractual footage, 450 LF $ 204,00 $ 91800.00 Install Two 4" Stainless steel rigid conduit on east side of Cocohatchee bridge according to prints Including all 16 mounting hardware. Charge foractual footage Soo LF $ 224.00 $. 1120000,00 Mlscellaneaut 17 Remove Concrete Sidewalk 4'x10' 10 EA $ 51.00 $ 510,00 18 Remove Concrete Driveway 1.5'x 20' 10 EA $ 237,00 5 1370.00 39 Remove Asphalt 3.5' x 20', 10 EA $ 44,00 440,00 20 EA $ 433,00 $ 8660,00 20 Hand Dig Pit _ ` , 20 EA $ 408,45 816900 21 Soft Dig Pit 22 . „ Set Concrete Transformer cads 10 EA 627.90 $ 61279,00 23 Set Vista Switch Concrete Pads 6 EA $ 1,527.75 $ %166S0 24 Set Ca adtor Bank Concrete Pads 1 EA $ 991.20 991.20 25 Set Concrete Vaults 15' x 5' x 101 8 EA $ 11283,10 10,264.80 26 Set Prima Vaults&x 3'x5' 15 EA 599.55 $ $993.25 27 Set Secondary Vaults(hand hole 30 EA 291.90 81757900 Material for low voltage 28 2' schedule HDPE SDR 11 (orange) 88000 FT $ 0.81 $ 6,480.00 w_T _,. ,__V_._, ,,,,-„ FT 3,09 $ 26 265,00 29 4` schedule HOPE SDR 1110rangelNINE Nord _ .84500 30 4" schedule HOPE SDR 11(8lacVorange Stripe) 1,600 FT $ 3.09 $ 40944.00 31 4' Stainless conduit 1500 FT $ 91,22 $ 136,830,00 32 3" Stainless Conduit Soo Total of all FT $ 86,14 S 43,070,00 line Items 892975.75 o,imars A?kivrac;cs` 1500000,00 33 .,. �,-.„J,•«•,,,_, PLACING CONDUIT, PADS AND VAULTS « 0103. TOTAL 11A t Bi0 Total S .t,042,975.7$ FPLNETWQRK> Aeriei to Unde and Ulf onvers(on -'0101 �..— GENERAL PROJECT ITEMS • 01011 Quart1tvvP Units Unit Cost Total 1 MAINTENANCE OF TRAFFIC 1 EA $ 31,333.00 31333,00 2 Mobilization 1 EA 5 3,000.00 $31000,00. „ _.Y _ _ ,- 3 AS-BUILT/RECORD PLANS (Provide and maintain per contract documents) 1 EA I $ 5c288A0 50288.00 _ � Labor to Move To Move (Connect) Aerial Service and Feeders to Underground. Malarial supplied byFPL 01011 Convert Service(secondary) Risers From Aerial to Underground Including Coordination with FPL Includes cutting back conduit and Installing new conduit with cable Into a transformer or Hand Hole, disconnecting 4 cable from aerial feed and connecting, to buried feed. Test final Installation. Renulres 2" Conduit 5 EA $ 54300 -------- _._2,715_o0 _ Convert Feeder Risers From Aerial to Undarground Including Coordination with FPL Includes cutting back 'conduft and Installing new conduit Into a Vista Switch, Per Vista Switch disconnecting cable from aerial feed 5 and connecting to buried feed. Test final Installation. Reyulres,6iConduftm 2 EA 3322.00 $ 6r694,00 Convert Primary Risers From Aerial to Underground Including Coordination with FPL Includes cutting back conduit and installing new conduit Into a Vista Switch , Per Vista Switch disconnecting cable from aerial feed 6 and connecting to buried feed. Test final Installation. Re:Iulres 2" Conduit 7 EA 2 033.00 $ 14,231.00 Install and connect feeder risers to connect newly Installed buried feeder cable to existing overhead feeders to 7 activate the buried network. 2 EA $ 3322.00 60644,00 8 Trenching Backfill Compaction and ReMace Sad W per secondary, 15' per primary and feeder) 2 500 FT $ 7.44 $ 18,600.00 r New FPl Buried Network Cost of Labor to Install, Activate, and Test. Material supplied bFPL ) .�.. Install Ground Rods,transformers, make wiring connections, Including all FPL required Items and procedures on prelnstalied pads • 01011 @E 9 459610029_.TRANSFORMER� FD OFb3PH 1, 3X23KV100KVAy 120240V 1 EA 3033.00 $ 34033_00 _ _ _ __•-�,__ _m .1 4 10^ 459462056 •TRANSFORMER PD DF 3PH,13X23KV 750KVAO 208V LOOP SS 1 EA $ 5{735.D0 $ 5,735.00 11__._,._.. 454462053-TRANSFORMER PD13Pf1c13X23KV,_300KVAr 208V L00Pr 55.__-______-___......_,____________�__.,.___-___._1.,______EA_ $___ 3,308.95._ $_3�408�95 .... 12 459491053 TRANSFORMER$ 1PH PAD 23KV SOKVA 120/240VcLOW 1 EA $ 641,84 $. 641.84 13 1459491059 -TRANSFORMER, 1PH PAD 23KV 25KVA 120/240V, LOW 2 EA $ 641,84 $ 1,283.68 { install Ground Rods, Capacitor Bank, make all wiring connections, Including all FPL required Items and procedures on pre Installed pad•01011 14 225389001-CAP-DANF.,URD,25KV, 1200KVAR,FIXED/$WIT- 1 EA $ 3,308.00 $ %308.00 Install ground gods, Vista Switch, make all wiring connections, Including all FPL required items and procedures on pro installed vault. • 01021 IS 279209050•S%VAC,PM DFS5,25KV3PH, 600A422VISTt 6 EA ,$_ 4,449.63 $ 26697.78 Install ground Rods, PME Switch, make all wiring connections, including all FPL required items and i procedures on pre Installed pad^01011 16 270682050•SWITCHGEAR.PAD MOUNT PME 1 EA $ 3 544.00 -a53,544.00 ,25KV�200A Install grounding, all FPL required equipment, and make wiring connections In pre installed feeder splice vault •01011 17 3 w BOX SPLICE FOR URD FEEDERS 8 EA $ 1,625.00 $ 13,000.00 equipment, and make wiring connections in pre Installed Primary splice Inst�gounding, all FPL required equip vault N 1HANDHOLE,PRECAST Y _ 18 162100007 CONCRETE 17'x30°x18" 3 EA $ 383.00 $ 10149,00 19 162122892- HANDHOLEPRECAST CONCRETE,RECTANG 14 EA i_$ 55300 $ 70742.00 "'—w•--_il Pull all required able In conduit to make connections to various �locos of FPL equlpment-01011 20 100253D04 - CABLE, ALUM. 600 V, 4/0 3/cTPLX HM/HD POLY 202 FT d $ 10,00 $ . 202000 11 � •____„, �M m. 21 100261007 -CABLE AL, 25KV 2/C al/0, 3 PARALLELED 8_ FT $ 10.00 80.00 T _ _ ..._._. •$�_ 22 100290007- CABLEALUM2SKV Cg1 OOno cable ser pull 107000 FT $ 0.93 $ 99,510.00' 23 100298008,CCABLE, AL,25KV CS000 KCMIL..7hreecables l:er ,ull 20527 FT $ 2.96 $ 6075%92 TotaeTotolaBsseBld __- $ 320o268.17 24 Ow 5 83D00.00 _ FPL NETWORK Aerial to Underground UtilityConverslon•01011 Total r � fWURYUNKNETWIO�iKAeTialtoUndeTgrour)dUtiltygnversion 0412 ``j ITEM GENERAL PROJECT ITEMS* uantlt q------y- Units Unit Cost _ . Total - -..,...,..„..._.,,...._......___ -( 1.. I EA S 28,761.00 2_8,761.00 1 Maintenance of traffic _ I En t S, 6,874,00 61874,00 2 MobillzationJ Demoblllzatbn 3,678.00 1 EA S $ 3678.00 3 As-bmlti4ans(Provide and maintain per contract documents) LOW FT S 6.44 6440.00 4 Trenching Material and Labor to Inatalt test and connect to Centurylink network. Ends of existing conduit may have be extended to the required location,_ This. extension Is estimated five feet per end of condull.____________ _._____,____ _._._____..... . ,,,___-_.__....._...._.......__._____.....__ __..-..__,.._„.,....._._.,.,._.:..4 ....._.._....5..___._ _ _at, 5,475.96 Banat Filled 288 Fiber2220 BF0288C FT S 2.48 -__- _ ,,,_ �.-.-.�..::-..-•-----�.-...-•- 6 Buried Filled 288 Fibv installed in exisimg wilduit BF02881E 445 FT S 2.58 f._..,. _ 7 Buriedhandhole for Olrr system; 30"x 60"x 30" BFH a EA $ 1,3@4.40 $ 8366,40 B Facilityin an addling occur UM -OCCUPIED _ 167 FT _ E 1.10 $ w 172,70 „-dud 41,16 $ 246,96 9 Ground rod 518" x 8'BM2(518)(8) a EA 5 _ , _,,,,, 10 Ground rod clamp ifrequired and rile lmgtb ofe base 86 AWG copper BXf2A 10 EA 3 24.60 $ 245,90 11 Bondi( new coexisting cable in an misting foollity Ba12C e_ F.A. � 3 24.61 196,08 � 12 Below surface AWG06 ground wire for conductor lengths (scolor dog) 5 fart BM2B(6)B to FT E 3.70 a E 67.60 $ 405.00 13 Fsbv marker pot BM53PL(6) _ _ �yEA 43 FT $ 9.761 $ 419,25 14 Diradimal bole 1-2" plastic pipe 13M60(2)PD 15 D-rodimal boo 14" plulicpipe BM60(<)PU 1380 FT _ S „ 16.11, $ 22 32BA6 J 3 EA S676.91 $ 2 036.73 16 Buried fbv oleic cbsur a HB-SO (I1300) D360 _ 1440 EA S 18.@@ $ 27,216.00 17 Fiber opdcfusiona ice HOI(>288) _-� _ 18 Fiber Vie lobar and material to prep the 8bes only • no s !wing is iml AW on the will HOB 120 EA S 14,70 1 764.00 buried fiber of copper, This mtit will bsciude the excavation - exposure urdsecable- uxmng Wewblty back6Uiog, .Relocate art FT S28.96 $_„ 11757,70 19 per cubic Sd WBt _ 1 EA $ 188'00 168.00 20 Rewtor an existing fiber upticdosure WHAP•RF Instal( now cabieslwtres aesd rdnstall all akdng cables / rave that are raainld wiWia an exsstiog dual beaded plant housing EA § i68.1@ $ 316,38 ...... __ 22 Buriod0Uod100 pair, 24 gauge, mppccabloinitNiad innew tondlet BFCIW24C 4110 FT i E 3.62 1,619.20 23 Buried filled 100 par, 24 garsl,W CoppQuble installed in anexisong mWuir DFC100-241B_.__.-_"____.-_.....__.......... ...__... F7 jS............................2,90 .5.,.........._,,,.. 469.43.. . 24 Buried filled 200pair, 24 gaugq mpPReabie_nsealsad in new modut BFC200-24C 59 FT It 4.92 $ 260.76 25 Buried filled 200pair, 24 gauge, copper cable Installed in an existlnlconduRDIC20R24E1 417 FT ; E 6,03 $ 2,097,51 26 Copper splicing for existing cables wig licin toodsies 110E .......,._.-___,..„_,....... 600 EA S 0,16 _ 10575.00 .�_..,„ It 27 Instalinewcables andreinnali nB misdngcobles Wes me toberdained widdri n existing bmied plant pedestal WBD .� 1 ,,. EA {S 67,76 $ 57,75 ITEM Disconnection and removal of all aerial material, Including Centurylink Poles as described in plans 5 5 26.25 $ 133.25 28 Oil off ahardonel cable XX•ABDN CA _ „,.. ,EA „_ 1 EA S 191.26 $. 131.25 29 Removeburled haul hole XXBllF 1418 FT 5 0.71 $ 300, 6_78 30 Rexme aerial filer XXCO -^.-,_ e'''"""�"'' EA� $ 26.27 151.62 31 Romvcdnwn guy XX_P_E.,.,.,, .,..,.,_- - - e I EA 5 40,18 $ 277,08 32 Relmveancbo XXPF 33 Retrove riser guard, 3 inch diaruera(ID) x 8' XXMB82 0 EA _ 8 13.13 $ 78,78 6 EA § 26.26 $ 331.2" 34 Rmnval• cutoRabmdmal cable XX•ABDNCA 1 EA S 63.03 $ $3.03 i 35 Rdmval • buriedptant bowing - - -__ T- 0.32� 36 Kentaro All axial cable �, i _ EA 30492 1 EA § 315.00 $ 630,00 37 Remove CmuvyLink Polo Talalof all line items $ 126,974,73 . ...... Owner Allowances S 91600A0 CEN7URYLINK NETWORK Aerial to Underground Utlll( Canvenlon-01012-Tota10 a se Bid Total S �._43ds574,71 Cp GA$T NE WORK A. dal to Unde rond Utility Co version - 01034 4uantit Units Unit Cost Total ITEM GENERAL PROTECT ITEMS•01013 � 1 EA $ 1 Maintenance of traffic 1 EA S�43240 S 432. 00 2 Mobllirati0n Detnohilintion 3 As -built plans (Provide and maintain percontrectdocumenrs ___,_P_--_,,,.�- 1 FA _,,,__.,.,._.. _x5 31344.00 b 3,344,00 _ ITEM Now COMCast Buried Network Cost of Material. and Labor to Install. Activate and _._.... „,.,,,w, ,,,,„,„„..__.... ..._._._.._..:.._....._. .. __...r.... _Tost 4 Supply and Install all equipment listed in separate material list to comply with attached drawings, including 1 EA $ 16%451.94 $ 169,451,94 fiber and cable to replace aerial network. Activate and teat complete. -------- 5 9 9 Remove all disconnected aerlet a uipment remove and dispose of including any Contrast Poles. 1 Total of ( EA all line hems $ 34277092 $ 3,277,92 5 403,860 P.,6 -�ry-�„- Owners Allowance* $ 204O CAMCASTNETWORKAerielto Under round Utility Conversion -01013-Total Base Bid Total $ 224,250.66 '. Wit amafe 1: Deduct based on award of all four sections to one contractor. $41,200.11 ARernete 2s Install one sub aqueous tar¢ wtth two 4', ono 3" and one 2° HpPE Conduit under the northern bridge using who line or equivalent. Charlie actual length. In lieu of lines 16 and 16 In Section 01010 LF $ 234,00 $ 234,000,00 _..._ _ ._,. The owner reservesthe right to award each section to tha bwest bidder of each section or mWdple sections to the lowest bidder of each section or award all four sections to one contractor, plus the Alternate Al whichever is in the best Interest of the owner. •Owners Allowance • for Ownerz Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner, inclusion of the Allowance as part of the Contract Price Is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Osier with proper documentation of Time and Materials supporting the change. s EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement: Revised 092520 (v7) Appendix F —Template - Addendum Email: (Lisa,Oien@collierdountyfl.gov) Telephone: (239-252-8935) t rRS OWM Pure iv-si€ ADDENDUM #1 Date: 9/25/2020 From: Lisa Olen, Procurement Strategist To: Interested Parties Subject: Addendum #1 20-7791 Vanderbilt Drive Underground Utility Conversion Phase 4 This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Pre -Bid Meeting Minutes, Sign -in Sheets • 204791 — Addendum #1 - Pre -Bid Meeting Minutes and Sign in Sheets Please acknowledge receipt of tl}ie�"Addendum and include with your bid. (Signature) MasTec North America, Inc. (Name of Firm) ent 10/6/2020 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template —Addendum-rev 10-18.18 Appendix F —Template - Addendum i�+arc#'s�iSrg ADDENDUM #2 Memorandum Email: (Lisa.Oien@colliercountyfi.gov) Telephone: (239-252-8935) Date: 10/1 /2020 From: Lisa Olen, Procurement Strategist To: Interested Parties Subject: Addendum #2 20-7791 Vanderbilt Drive Underground Utility Conversion Phase 4 This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Revised Bid Schedule • 20-7791 —Addendum #2 —Revised Bid Schedule includes Alternate 2 o 20-7791 — Bid Schedule R1 replaces original Bid Schedule Please acknowledge receipt (Signature) is Addendum and include with your bid. Executive Vice President MasTec North America Inc. (Name of Firm) 10/6/2020 Date If you require additional information, please most a question on BidSync on-line or contact me using the above contact information. Appendix F-Template—Addendum-rev 16.18-18 Co►tier County Solicitation 20.7791 FORM I BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Vanderbilt Drive Underground Utility Conversion Phase 4 BID NO, 20-7791 Full Name of Bidder MasTec North America, Inca_ _ ,�,�. Main Business Address 7221 E Martin Luther Kin�Blvd Tampa FL 3361� _._.__, Place of Business, Main office Tama Florid<��hield Office Bo��its 5, �t���'i-t�a�'Irt�r.�,Cs2�a1...C��J.�;=—_ General Contractor-CGC1516458/Electrical Contractor-EC0002605/ State Contractor's License #_Underround.Utilitn& Excavation-CUC057383._,.�µ_ ._.._.___........__ State of Florida Certificate of Authority Document Number____P4800003 Federal Tax Identification Number 65-0829357 DUNS # 04-2236278 CC}t# 1PP63 Cage Code _IXUC74_______�_,..____ To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division staff. 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 Construction Solicitation Doc rev 02-21-20 9/3/20201:24 PM p• � Collier County Solicitation 20-7791 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. Acceptance and acknowledged by an Authorize Agent Sign. Title: Date: 10/6/2020 Construction Solicitation Doc rev 02-21-20 9/3I2020 1:24 PM Collier County FORM 2 CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Vanderbilt Drive Underground Utility Conversion Phase 4 Name Chris Favino Joelle Hammesfahr Jose Novo Kenton E. Heuertz Jason Cooley Construction Solicitation Doc rev 02-21-20 Bid No. 20-7791 Personnel Cate�oi Construction Superintendent Project Manager Senior Director Director of Safety Regional Director of Training Solicitation 204791 9/312020 1:24 PM P 9 Collier County FORM 3 - MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON -RESPONSIVE Solicitation 20-779I 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: _MasTec North America Signature; Prestae Section B {Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL 1' non -applicable 2, 3. 4. S. Please insert additional pages as necessary, Company: _non -applicable Signature: non-applicble Construction Solicitation Doc rev 02-21-20 Date: 10/06/2020 EXCEPTION MANUFACTURER non -applicable Date non -applicable 9/3/2020 1:24 PM Collier Couniy FORM 4 - LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON -RESPONSIVE Solicitation 20-7791 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 It Electrical Florida Sol 1521 NW 89 Ct., Doral, FL_33172 _ 2. _ P Mechanical N/A 3. _ Plumbin > W - N/A 4. Site Work �I1A...—..:..._ ........._........_..__. 5. Identify other subcontractors _ ADS, Inc. PO Box 3035, Labelle, FL 33975 that represent more than 10% IG Connect 728 Whitmore Loop, Lehigh, FL 33972 of price or that affect the critical path of the schedule Company: Signature: John C. Vice President Construction Solicitation Doc rev 02-21-20 Date: 10/6/2020 913120201:24PM Collier County solicitation 20 7791 FORM 5 - S�'AT'iEMENT OF EXPERIENOE OF The Bidder is required to state below what work of similar magnitude completed within the last itve (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. 1 Manatee County ConduitlFiber Mnmtenan�x °,wort & Restoration Manatee Cowen l (project name) (project owner) (project location) Conduit/Flber Mainixnance Stu.+p,{,rt Restoration Smices (project description) (project start/completion dates) (contract value) 2• Master Servica Agreement, North Florida, Central Florda, Cmrth Flnririx (project name) 3. __PO,Box_1000 B;ddentotr, FL, 34206-1000,._,._,. (Owner's address) Bill (rersev DC-Infiasfructurc-MCC-ITS Dept. (Owner's contact person) (title) (94I1748-4501 (x58031 bill.kerse (d>manatae.org_..,.________ (phone) (email) Ccntur} Link (project owner) State of Florida HoU�nvood Blv. SE., Fort Walton Beach,_ PL 32548 _ _ (Project location) (Owner's address) Installation of conduit infrastructure, hand holes, service boxes, Lead Region Contract fiber optic cable and splicing along new customer entrance facilities Jeffery Scatfe Administration Mana�kcr (project description) (Owner's contact person) (title)all 01 /01/2014.03/01R0I9_ $ 37+nnllron.._._ _(850�8t2-3760 ,. Jeffery.x.Scaifenacanturyilnk.eom {project stttut/eompletion dates) (contract value) (phone} (email} _7viester SerYlce A_ xeemeat South F14nda.....___„ AT&T (project name) (project owner) Various Location in South Florida 1650 NW 651b Ave., Room 210, Plantelion, FL 33313 (project location} (Owner's address) Installation of conduit infrastruotute, hand holes, service boxes, Sher optic cable and splicing along new customer entrance facilities Hazik Cotens in¢ Mana er nntracts (project descripti11 on) (Owner's contact person) '(title) 0310112017.03/01/2022 $ 14+ million u _ (project start/completion dates) (contract value) Construction Solicltatton Doc rav 02-21-20 9/3/2020 i:24 PM _i954j393-T7b4 hal02bgatt,com (phone) (email) FORM 5 - 4. SMO/Duct Bank/tJRD Hardening Master Contract (3 Individual Master Contracts) (project name) 5, Collier County Ssnitbicridia_ __ (project location) Underground Service Meter, Duct Bank, Underground Residential Distribution & Hardening (project description) OF 03/O112017.03/01/2022 � t5+million {project completion date) (contract value) OF Florida Power & Li�ht,i PPL; __ (project owner) 700 Universe �31vdz )tmo Beach, Fl. 334Dg (Owner's address) Sotidtatton 2t1-7791 Matt House Lttettrated Supply Chain (Owner's contact person) (title) (560 6914924 matth .a-hmmtfa] l� ccmi (phone) (email) FL Vz4V OSP REF VT032520tb„ „, _.. _ �iber7let ..,, _ (project name) (project owner) Brawerd County (project location) Outside Plant (OSP) forBrowtud (project description) 8/2412016-$j$1/2020 $ S million (project completion date) (contract value) Vanderbilt Beach Utllih Conversion Phase II &ill _ (project Warne) Naples FL ..... _ _ (project location) Utilih,Conversion......._. .. _ ....._._.____ ......... _.._ ....._.._. (project description) ,i.1n6r2019-ocns2020. _...._ $ i9z,7os.6a- ..._ (project completion date) (contract value) Company: MasTec North America_ Inc., Signature Construction Solicitation Doc rev 02-2'1-20 9i3/2020 1:24 PM _ 9250 West,Fla, ter Street Miami FL 33174 {pwner's address) Donald Benecehi intezraticd Suonty Chain (Owner's contact person) (title) _Doaald.benecchE3>Lcom_ (phone) (email) Collier County Board of Comwissoners, _ , (project owner) 3327 Tatniao>i Trail S., Na]Aes, in.. 34112 (OWller'S addreS3) �jntry Salk _ PTN} Det3attment (Owner's contact person) (title) 3911,2524980 �� sells�olliercoun R� (phone) (email) Collier County Solicitation 20-7791 C FORM 6 an TRENCH SAFETY ACT - Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1,1990, The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure ugaft) Cost (Description) F SY 1. Shoring LF 2. 3. 4. 5. $ 5 000.00 $ 5,000.00 TOTAL $, 5,000.00 Failure to complete the above may result in the Bid being declared non -responsive. Company:. MaSTec. Signature:. John C. Audi, Construction Solicitation Doc rev 02-29-20 9/3l2020 1:24 PM Date; 10/06/2020 Bond No. 605106-Travelers-20-17a Coilmr Qounty ooIICIIR Oil 20-7e Ft}R.t4t 7 - i3TD >3EJIv'ii k��rC41' A1,L MEN F3YI'hii>SL: I'RkSGNTa, thtti t c _._fTasT�c Nt�rfh_tFr;rreric;3, )nc,.. . (herein after called tilt: principal) and 7r v lr.rs_Gastralty and Surety Compgny, of Art erica (herein called die Surety'), a corporation chartered and existing uniler tltc lases of the Mate of _ C onrrectiatrt _ with ifs principal offices in the city of and authorized to do business in the Mate of _ i IGCIC?a tire held and firtrtly bound onto the E3oard of a unty_C�ornmissioners of.0 ollier Cqunty HQrici�_._ (hereinafter called the ONvncr), in the full and just sum r'I Five Percent of Amoi nt Bid _ . _ ... dollars (S 7%_cff Amount Enid ; good and lawful money of the [ nited Mates of America, to be paid upon demand of the Owner, to which payment well and tzuly �� be madu,'tlre Principal and the Surety bind thernselvcs, their heirs, and executor., administrators, and assigus, jointly and severally anti rwmly by these presents. �G'lteroas, tire; Principal is ahont to suhn,it, or' itns strErmitted to tlt�; t7rvner, a did for i`urnisllinL gall tabor, mat�ria6s, equipment and incidentals necessary to farnish, .install, and fully complete the Mork op, the Project kntrvm as Did Now 04791, twQl�", 'I'NF.;SiS;I`�iiT;, ifihe i7da-ner• shall ztccept tlt€ Iyid of#hc Pt�71olC,Slsr�S• and the t'it3i'iC:FI'rkl, shztll cuter inttir the required Agmer>tent With the Owner and within ten days after the 64,te of a written Notice of•Award in accordance with the ttxnis of such I3id, and wive such bond or bond` in an amount cif Itlb"'% the total Contract Amount as specified in the E1idding Documents or C:onnactDocumeuts with good wand sufficient surety for the faithfitt performance ofthe Agre.etrrent and for the prompt payznemit of labor, materials Ord supplies furnished in the prose eutlon theroof or, in the event of'lhe frrihtre of the 14UNI rCIPM. to enter into such Agroeimc nt or to give such bond or bonds, and deliver to Ov%tnc:r tllc: required <:crtificaf<'s of insrtr<tnce, if the PPl1 ICkPr 1, shall pay tr fire C7f3I,ICrI.E. the fixed Burn of b FVo of rmo,mt aid wited above as liquidated d ttreges, and notes r. penrary, as prwihd in. the Bidding Doccunents, then this obli}wtion shall be. null and void. oth€.nviso to remain in full toTC+e and effect.. I;'v 'I'Fa;TIh-!C);vY 'S`herecz£ the. I'rinciraal erect ;�Zurcty hove. canned these- presents to be. duly signed and sealed this 21 st _ day o _. SOJAem1)er NI 20 Ev1,:rsiec Nt7rih ;Sokan C;n Az.zcSi. ` ravelers t:ac,6. C;o€anter•s sf�cutavc Vr.t✓e I'�esid��sat: end 5t:roty Garrrf>arty of Ameru:a __.. �plsc>iuted Ikraducing r�reu ff7r Marsh USA;.Inc. 91312t12U 1:2d PM iVt�. E"Q"t7R1t38 -.. I'r•iucipal {Sisal) s (Seam TRAVELERS . Travelers Casually and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company . _ _ __ __ POWER OP ATTORNEY FCNgW ALt. tJiEN EY THE5E PRESENTS: That Travelers Casualty and Surety CGrrtpany of America: travelers Casualty and Surety Cn!npany, and Si. Paul Fire and ivtarine Insurance Company are corporations duly erganized under th<-: laws of the Stale of Connecticut {herein collectively called the "companies"}, and that the Companies, do hereby make, co!?stitute and appdnt , _.__� %�na_ W UIivP�a. ........ ... ._..............._., bonus seta nizanrns, canditionai undertakin s arui ether writin s ablicaton+ !n the naiurc: there act to sryn, execute, seal a,:d acknowledge any and ell of _ Palm C3each ___Florida ___, Ihetr true and !awful Attarrre �•m- g g .. 9 ., vi an behalf of tt�e Companies tt} their business o guaranteei!}g the fidr;lity c;i person::, guaranteeing thr: performance of cantrarts and executrng ar guaranteeing bands and undertakings required or permitted in env actions ar proceedings alla�a<c:d by It�vd. IN WITNESS WttEREQF, the Companies have caused this instrument to he signed, and their carparate sr;als to be t}eretn arfixed, this 3rd day of February, 2017. tl � yy, w� :�dti �'r u>i'tY xrr�p'S +���i"'.7E j�� f � � L r! #` � iY'v �`) t 7 � c rUNTrtlFY� I � CJQY-7,•Y sf � cWle,. r�; 4 t11���(J}� ��.� r �. �'� y''� �W byf ..y ..aa, ��i :t �,T s�� z�. Slate of Cnnnerticut t;ity of tiarffnrd ss. f 2aheri t_. Raney, Senior Vice ('resident On this the 3rd day of February, 20i%, before me personally appeared Ro4aert lr, Raney, who arknotti+iedgaci hirnse!f to be the Senior Vice President of Travelers Castaatty and Surely Company ofi America, Trave,ers Gasua!ty and Surety Can}pang, and St. Pau! Fire and P urine Insurance Company, and that he, as such, P,eing authori,.ed so to do, executed the trregoing instrument far the purposes therein cantaine:i by sigr}i!rg err behalf of the corporations by himself as a duly atrihorzed affieer. 1n Witness Wherecsf, i trereunta set my hand and official seal. �,C�T � �- My Commission ezpUes the 3oth day of June, 2021 � �5 �,�,�����ctreault, � °�di�L1G � r^ Ptrbiic �'thtECi�'� T hi8 Power Of Attorney IS granted Undef and by the atttharity of tt18 fnlioWing reSOi Ut?onS adopted by Lte POafd5 of �IreGtOrS nt fraVeler6 Casualty and 4 t,fiety �.an}pony Gf AIY!E:nCa, Travelers tia5l:aity and 4itlr'ety Company, aril :it. Paul FirB ar}d Marine (n5rlranCe Company, which !"eSnilltlbrrS ere noW In full farce and effec?, rr;ading as foiiovds: FtESCiI_VFp, that the Chairman, the President, any Vire Chairman, any Gxectrtive Vice President, any Senior Vice President, ar'�}+ Vice President; any aerond Vice President, the Treasurer, any Assi<;tant Treasurer, the Corporate Secretary or any Assis=.ant Secretary rnx}y appoint Attorneys -in -Fact arrri Agents to act tar anti on behalf of the Con}pany enci rrray give suGi� appointee such auttra!ity as his or her certificate ai autt;ority may prescribe to sign tvith the Carnnany's narie enci sea! Lvi[h tare Company's saai bonds, recognizances, rnntracts of indernnity, and ether writings cb!iyatary in ti e nature of a band, recognizance, or canditianai undertalting, and any of sa;d otticcxs or the Board of t�srectars at any time tt}ay remove any such appointee and revoke f'rte power given him ar her. and It is FtJRTFfER RESCtLVED, that the Ctrairrnar,. the President: any Vice Chairman, any Executive Vice President, any Senior Vine President or any Vice President n'lay delegate all ar any part of the foregoing authar;ty tonne or mare officers ar employee s of this Carnpany, prrvided that each such de'egation is in writing and a copy thereof is filed in the office of the Sc;cretary; and it is FUFtTNEFt t�E5C3LVED, that any bond, recognizance, contract of indernnity, or writing obligatory in the nature of a bond, recognizance, or corrditionai undertaking shall be valid and binding open the Company vrhen (a; signed by the President, any Vir..e Chairman, any Executive Vine President, any Senior Vice President nr any Vice President, arty Sewn«: Vice President, the 'treasurer. any Assistant Treasurer, the t;arparake Secretary ar any Assistant Seceetary and duly aftested and sealed with the Company's saai by a Secretary Gr Assistant Secretary; ar tb}duly executed (under seal, if required} by one or more Attorneys -in -Fact and Agents pursuant to the paver prescribed in his or hs:r ce!tificate ar fi•�eir ceriificales of authority ar by one ar snore Company ofifirers pursuant to a wretch delegalion cf authority; arrd iris FURTFfER tTC5OLVEt7, that the signature of each of the follow«irg ot6ccrs: President, ary t=xecutive Vice President, any Senior Vice President, ar}y Vice President, any Assistant G'!cc Fresiden#, any Ser,retary, any Assistant Secretary, anti the seal of t,`�e Ccmprany may be affixed by facsimile to any Ponder of Aticrnay ar to any certificate rotating thereto appointing Resident Vice Presidents, Feesident Assistant Secretaries or Attorneys -in -Fad far purposes only of executing and attesfiny bonds and undertakings anti Gther �Nritings obligatory in the nature il}ereof, and any such Patder ct Atiamey ar rertificaie bearing such facsimile signature ar facsimile seal shalt be valid and t>indu}g opus:, tl7e Cnmpam/ and any such pa��ver so executed and ceritfied by such facsimile signature and facsimile s:efrl shaft be valid and binding an the Company ir; the ?afore with respect to any bond ar understandir}g to which it is attached. i, t4�vin E. Nuyhes, the undersigned, Assisiarri Secretary at Travelers Casualty and Surety Campam! cf America, Travelers Casuatiy and Surely Company, and St. Pau! Fire and Marine insurance C:ornpany, do hereby certify that the above: and foregoing is a true anal correct copy of the Power of Attorney executed by said Companies, which remains in 6rll fore and affect. DalecJthis.._....._21st .........._dayof.._ Septernt�r_�._.._ 20?U � po,�rc J✓fy r�'''� o� �� ��� �� � Y tl � jE �° � �4 �' 7 3rrt;nrrcna ss r, r i r � �. � � r.�^�?rti �� � ..✓ err = � ; rt beta f '�,' �,,,,�" _, _ � « �,✓' f Kevin E. hsughes, Assisian, Secretary To verify the authenticity of this Power of Attorney, please ca/I us at 1-800-421-3�&0, P/ease refer to the above -named Attorney -in -Fact and the details of the bond to which the power Is attached. Marsh KNOW ALL MEN Collier County TORM 7 - BID BOND BY THESE PRESENTS, that we existing under the laws of the State of ... --- and authorized to do business in the State of Solicitation 204791 after called the Principal) and (herein called the Surety), a corporation chartered and with its principal offices in the city of _____.___,,__,_..... ____, are held and firmly bound unto the (hereinafter called the Owner), in the full and just sum of dollars ($ _..-_ .. ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 20-7791, NOW, THEREFORE, if the Owner shall accept the Bid of the PRINGII'AL 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 ofthe 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 $ noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and seated this day of --- --- -- 20 . m Countersigned Appointed Producing Agent for 9/3/2020 1:24 PM Principal (Seal) Surety (Seal) Collier County FORM 8 -INSURANCE ANll BONDING REQUIREMENTS Solicitation 204791 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate 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 ►Host 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 FORM 8 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,(, shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance cantier 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 coverage�s,2 and charge the Vendor for such coverage s� purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverageu purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverageLs) 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. 9/3/2020 1:24 PM p' 1f3 Insurance /Bond Type 1. ® Worker's Compensation Collier County Collier County Florida Insurance and Bonding Requirements Solicitation 204791 Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. ®Employer's Liability $_1,000,OOOi single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_110001000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; hidependent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. Ann E C� 9/3l20201:24 PM ® Automobile Liability ® Other insurance noted: ,Win _ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-ownewrnred; Automobile Included as ❑ Watercraft Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability ...... ,, _Per Occurrence ❑ Valuable Papers InsuranceOccurrence ❑ Gyber Liability _Per Occurrence ❑ Technology Errors &OILL issions Colller County SollGtation 2Q-7791 7. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owners provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ®Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions, Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. I1. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Govemment, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. 8/28/20 - CC Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. 9/3/2p2D 1:24 PM P' 18 Coliler County Solicitation 20-7791 J� � r County f JMllztrave we5lac €11wlt Prnxtran `;n2::omooO 4 FORM 9 -CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above - mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non- public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s)6 By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. MasTec __— Company Name Signature Name and Title County of rE� The foregoing instru ent was acknowledged before me by means of Ephysical presence or ❑ online notarization, this P ' day of t ¢, a +s (month), aDA 0 (year), by , 4� u� _ .• Y�(name of person acknowledging). t j, FBonded tYNNETTE RGE w. t_r,L�'`_ fs nature ofNota Public - SRe of Florida Notary Public - State of Florida ) g` Commission P GG 321926(My Comm. Expires Jul 25. 2023 I A .Pi � t .-. through National Notary Assn. (Print, Type, or Statnp Commissic ed Name of Notary Public) Type of Identification Produced 9/312020 1:24 PM P 18 ` Collier county o ler Countv ! direhlstrativo Se ces Deparfti ant Prm,rememt Smims UMsk-n FORM 10 -VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: Solicitation 20-7791 The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub - vendor for any future associated with work that is a result of this awarded contract. 1N WITNESS WHEREOF, WE have hereunto subscribed our names on this 6th day of Qctober 2020in the Countyof Hillsborough , in the State of,._F.lo.r.da.........__,_.,_. Firm's Legal Name: Address: City, State, Zip Code: Florida fif Certicate o Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: MasTec North America, Inc. 7221 E. Martin Luther King Blvd. Tampa, FL 33619 P98000034383 813-675-0879 maureen.popovich@mastec.com Executive Vice President John C. Audi 9l3f202D 1,24 PM �, Send payments to: (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Secondary Contact for this Solicitation: Email: Phone: Collier county Additional Contact Information Solicitation 204791 MasTec North America, Inc., 7221 E. Martin Luther King Blvd., Tampa FL 33619 Company name used as payee Astrid Beck Accounting= Manager 7221 E. Martin Luther Kiug Blvd. Tampa, FL 33619 Office-816-675-0886 astrid.beckt� mastec.com MasTec North America, Inc. Senior Director 26430 Old US 41 Bonita Springs FL 34135 Office:239-947-0006 Cel1:813-545-7392 ose.novo@mastec.com Maureen Po ovich naureen.popovich@mastec.com 813-675-0879 9/3120201:24 PM Collier County Solicitation 204791 4 New Comity dzrsrniris'�raG��e Setv;orc t�r��rtrr�ast i�tCSdfY6?3 � t7t ,�iBtA'ICPSS fSrvi�i'CN � FORM 11 -IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals, Further, Vendors are required to be enrolled in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's bid. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's bid or within five (5) day of the County's Notice of Recommend Award, FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION .AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"}. Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e} 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 Lite Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's bid. Inc. County of� 0��� The foregoing instrument was acknowledged before me by meal this 6b day of Ajz�� (month), a c") (year), by of person acknowledging). o� �•.,• I.YNNETfE M. GEORGE ��� Notary Public •State of Florida ;P Commission A GG 321926 'orrti°` My Comm. Expires Jul 25, 2023 Bonded through National Notary Assn. Type of Identification Produced Company Name Signature -folm C. Audi, Executive Vice President Print Name and Title is of [� physical presence or ❑online notarization. • j -q j nature of Notary Public - St< e of Florida) (Print, Type, or Stamp Name of Notary Public) 9/3l2020 1:24 PM p• 22 Colller county FORM 12 - BIDDERS CHECK -LIST Solicitation 20-7791 IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. 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: l . The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed and accepted in BidSyne: a. Construction bid instructions form b. Construction services agreement c. Purchase order terms and conditions $. All of the following bid forms have been completed and signed: a. Bid Form (Form 1) b. Contractors Key Personnel (Form 2) c. Material Manufacturers (Form 3) d. List of Major Subcontractors (Form 4) e. Statement of Experience (Form 5) is. Trench Safety Act (Form 6) g. Bid Bond Form (Form 7) h. Insurance and Bonding Requirements (Form 8) i. Conflict of Interest Affidavit (Form 9) j. Vendor Declaration Statement (Form 10) k. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE I. Signed Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. 9. Copies of required information have been attached a. Business tax Receipt (Collier County Businesses Only) b. Company's E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida (sunbiz.org) d. Any required professional licenses — valid and current (myfloridalicense.eom) (ie: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, etc., as applicable, requested and/or required.) 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included, or you MAY be DEEMED NON -RESPONSIVE. 12, The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. 9/312020 1:24 PM p. 23 W Q LW Z r ..r { � f v' Z W h w j u E O L CdUJ ® 3 Q uw_. wcu 1A INNER m J 0FIVII 0i w {— Z V V Q? 'mom LM ^ N O = OiiI,(04 low gel, COIt IU Co _ tt It •cem O r — LL ce r wc it it 44 hill, it n� It! cu Q AVENUE W f'h�N'`�° �` _ cn N ® `" u:f ii'Q .Eras lq� g u _ , 'r' '; �C p IMMUNE Um Ot O r� ,mo a 0 Z � Z crop Cu w C} CL In z © u., Miiivp _ r !A 4 I fi \V 3 Z v u o u = LU -v L M W Q W V) co J 0 0uj Q m Z�= NIPPON 4 CO LA Q W f� rC ►` q`�t Uk64, c c 0 LL 4 W �) r OR Ul$ {% VAm �� Ali; i V1'". 1d LL. LM ti mw Ifal LAW 7F lk" 1*'�, ohm IF* frry M 4.4 Of Of rm LOW }} in It ANIPO011p Vf th ti" I�� `�ij,'p %jt.j` ' ' V k FOf um g 411111 I- I- W �. 0 Z W (� Z a, uj u 0 CL n e d fit � H Detail by Entity Name Page 1 of 4 Flotida._DFpartR»ent of Siule I�apartrnent of State I Di•{i�ion o` Caroorations /Search Rzcc�rds I STaroh�Ertit_g Name / Detail by Entity Name Florida Profit Corporation MASTEC NORTH AMERICA, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address P98000034383 65-0829357 04/15/1998 FL ACTIVE CORPORATE MERGER 12/29/2005 ONE 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Changed: 06/16/2020 Mailing Address ATTN: MASTEC, INC. LEGAL DEPT. 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Changed: 06/16/2020 Registered Agent Name &Address CORPORATION SERVICE COMPANY 1201 HAYS ST TALLAHASSEE, FL 32301 Name Changed: 07/15/2014 Address Changed: 07/15/2014 Officer/Director Detail Name &Address we Director, President, CEO MAS, JOSS R 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Ll!`.'i51JF rir COfi> 0F2AT.0 1 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 12/2/2020 Fy. Detail by Entity Name Page 2 of 4 Title Secretary, EVP DE CARDENASI ALBERTO I 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Title CFO, Director, EVP Pita, George 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Title C00 Apple, Robert E. 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Title VP Robbins, Lee A 700 COMMERCE DR, SUITE 235 WOODBURY, MN 55125 Title SVP McDonald, Arthur R. 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Title VP Neely, Robert 800 S. DOUGLAS ROAD, SUITE 1200 CORAL GABLES, FL 33134 Title VP tCARIAN, DAVID 800 S DOUGLAS RD SUITE 1200 CORAL GABLES, FL 33134 Annual Reports Report Year Filed Date 2018 04/10/2018 2019 04/17/2019 2020 06/16/2020 Documentlmaaes (:fit 1(i12(l:?O -- ANNUflt. REf'gfa'r 04177120`9 -- ANNUAI. ftEf'0f2T View imzpe in PDF formal Viear image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 12/2/2020 Detail by Entity Name Page 3 of 4 0411012016 --ANNUAL REPORT 04/12/2017 -ANNUAL REPORT 12/12r016 -- AMENDED ,ANNUAL REPORT 04/18/20?6 -- ANNUAL REPORT 03/30/2015 -- ANNUAL REPORT 0"t115r10 i4 -- I2t-:n A(tent Change 07/0912014 --Roll klent Chanae O1102/2914 -- ANNUAL REPORT 01/1412D13-- ANNUAL REPORT J3i05l2012=ANNUAL REPORT G1104120111-ANNUAL REPORT G4/0512010 -- ANNUAL REPORT (i4/300109 -- ANNUAI. REPORT ()4/23/2008 -- ANNUAI. REPORT 04/2312007 --ANNUAL REPORT 04/2412006 - ANNUAL REPORT 12129/24>5 h?erq?r 2/29/2005 -- Merger 12123r20- - -Merger 12P22/2005 -- Merger 12t2P120105 -- Merger 12l22r2005 _Metgar 12122/2005 -. Merger 12i22120-05 -_Merger 12121120405_MeMer 12i29i2005 -- Merger 12/21/2005 -- Merger 12/21 i-2005 -- Merg-ar 1:.1 1 rY)_ 6 -- Merg2E 12P_ 1 i'LOGS._:::__hgerger 02117/2005­ ANNUAL REPORT 04/19/2004 -- ANNUAL REPORT 04/17/2003 --ANNUAL REPORT 12126/2002 -- Merger 05/14/20(12>. _ ANN IAI _I_ EFJQI T 01 /02/2002_- OV0212002 -- Merger 01/02/2002 -- Merger 05i0412001 --ANNUAL REPORT 01102/2001 -- Merger 04i(61200-0 --ANNUAL REPORT 12129/1999 -- Merger 07/01/1999 -- Merger G7J01 i? 999 - FAerger 04130!1999 ANNUAL REPORT 04/0111999 -- Merger 04101 r1999 __ f,.4erger view image 0) PDF format Viesv nmage in PDF format View irnage in PDF format View Image in PC)F format View imago in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image: in YDf format View image in PDF format View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 12/2/2020 Detail by Entity Name Page 4 of 4 OA.10'1 /1905 --Merger 01/04/1999! Merger 10112/199'3 0710111996 -- Mercier 07/01/1998 -- Meraer O7/011 t 99fl -- Mcrger 0710111 98 -- Merger 07/01/1998 --Merle: 07/011 i 998 -- Merger 07i01 /1998 --Merge 07101/1998 0710111998 -- Merger 071,0111998 -- Merger 07/01/1998 -- Merger 15 ()14: a,°8_=__foQnor f613011998___F1erq r Ool30/t9u_t_-: �9erger 04115/1988 -- Domesft Profit View image in PDF format View image in PDI' format View image in PDI= format View image in PDF format View image in PDF format View image in PDF format �Vicw image in PDF format Vi&v image in PDF format View image in PDF format View image in PDF format 1 Viry image in PDF iormat View irnage in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF formal View image in PDI= format View Image in PDF foflTiat� http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 12/2/2020 Company ID Number: 174860 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the MasTec Tampa Hub (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-2081 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 �'� l/fllllllil� Company ID Number: I M860 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual, 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 8884644218. b. If an employee presents a DHS Form I-551 (Permanent Resident (ard), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form k9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9, The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. 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 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $11100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 174860 employed an unauthorized alien in violation of section 274A(a)(1)(A), and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of :-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual, If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 174860 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274E of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative non confirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888464-4218 or via email at :-Verify( dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1,4860 reasonable notice, to review Forms I49 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19, The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors, 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any" employee assigned to the contract" (as defined in FAR 22,1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 174860 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986, Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: That Form I-9 is complete (including the SSN) and complies with Article II.A.6, The employee's work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 174860 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the &Verify User Manual. g. The Employer agrees not to require a second vercation using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers (Revision Date 06/01/13 Company ID Number: 174860 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an :~Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to :-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in :.Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify mou for Employers I Revision Date 06/01/13 Company ID Number: 174860 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work Jays. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 a . t USA��.r Company ID Number: 174860 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1, 4860 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 U Vh Company ID Number: 174860 Congressional oversight, &Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E=Verify at 1-8884644218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ` ORA '�� ,, II11111tN Company ID Number: 174860 Approved by: Employer MasTec Tampa Hub Name (Please Type or Print) Title Debbie L Angstadt Signature Date Electronically Signed 12/31/2008 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 12/31/2008 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1 m000 Information Required for the E=Verify Program Information relating to your Company: Company Name MasTec Tampa Hub Company Facility Address 7221 Dr. MILK Jr. Blvd. Tampa, FL 33619 Company Alternate Address County or Parish HILLSBOROUGH Employer Identification Number 640791004 North American Industry Classification Systems Code 238 Parent Company Number of Employees 500 to 999 Number of Sites Verified for 14 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: I M860 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 10 site(s) GEORGIA 1 site(s) LOUISIANA 1 site(s) NORTH CAROLINA 1 site(s) SOUTH CAROLINA 1 site(s) Page 15 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 5' M1 .. N' i/va�i�' Company ID Number: 174860 Information relating to the Program Administrators) for your Company on policy questions or operational problems: Name Bonnie Swisher Phone Number (813) 621 - 0881 Fax Number Email Address bonnie.swisher@mastec.com Page 16 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 r l �JvA et f 1111111 Company ID Number: 174860 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 EXHIBIT A=3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Chris Favino Joelle Hammesfahr Jose Novo Kenton E. Heuertz Jason Cooley Personnel Category Construction Superintendent Project Manager Senior Director Director of Safety Regional Director of Training 10 Construction Services Agreement: Revised 092520 (v7) M MARSH December 14, 2020 MasTec North America, Inc. 7221 E. Martin Luther King Blvd. Tampa, FL 33619 Camille Cruz Marsh USA Inc. 1560 Sawgrass Corporate Pkwy. Sunrise, FL 33322 +1 954 838 3432 camille.cruz@marsh.com www.marsh.com Subject: Vanderbilt Drive Underground Utility Conversion Phase 4 - Bid Bond No. 20-7791 TO WHOM IT MAY CONCERN: We hereby give our authorization to date the above referenced Contract Bond, Notary Section and attached Power of Attorney to correspond with the date of the contract. Please make sure to advise us the contract date once it has been signed. Sincerely, Camille M. Cruz, Attorney -In -Fact for Travelers Casualty and Surety Company of America MARSH & McLENNAN LEADERSHIP, KNOWLEDGE, SOLUTIONS... WORLDWIDE. COMPANIES EXHIBIT B-1: PUBLIC PAYMENT BOND IT13#20-7791 Bond No. 107308164 Contract No. 20-7791 KNOW ALL MEN BY THESE PRESENTS: That MasTec North America. Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, located at One Tower Square, Hartford CT 06183 (Business Address) are held and firmly bound to Board of county commissioners or collier County as Obligee in the sum of one motion Seven Hundred Sixty Five Thousand Eight Hundred Sixty Nine and 401100 ($ $1.765,869.40 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for Vanderbilt Drive Underground Utility Conversion Phase 4 accordance with drawings and specifications, which contract incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: in is Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parities have executed this instrument this day of 20 , the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body. 11 Construction Services Agreement: Revised 092520 (0) Signed, sealed and delivered 0-,the presence of: `U Jade Davis, Witness Witnesses as to Principal STATE OF Acx COUNTY OF I - t PRINCIPAL MasTec North Americg, Inc. BY: NAME: Joiuzj2-.,--9udi ITS: kecutive Vice President The foregoing instrument was acknowledged before me by means of ephysical presence or ❑ online notarization, this '' day of 't7�C�r 1t� 20�QQ, by e.- X as U c t' 1% `U P 10 i s j-W-eS l 1c,,:A of e a Ply r, Ao— corporation, on behalf of the corporation. bWhe is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: 11�c.y -1` , aC) 0 KQ-21'.& (Sign` ture of Notary Public) far i "•.. MAUREEN POPOVICH NAME:Ma- 3,(ey-\?® SILL% afl Notary Public - State of Florida ` Commission p GG 221104 orfl My Comm. Expires May 22, 2022 (Legibly Printed) Bonded through National Notary Assn. (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: I U ATTEST: SURETY: Travelers Casualty and Surety Company of America (Printed Name) One Tower Square Hartford, CT 06183 (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 12 Construction Services Agreement: Revised 092520 (v7) OR Michael Galarza, Suretv Witness Witnesses STATE OF FLORIDA COUNTY OF PALM BEACH As ttorney in Fact t _�. (Attach Power of Attorney) Camille M. Cruz, Attorney in Fact _ (Printed Name) One Tower Square Hartford. CT 06183 (Business Address) 860 277-0111 (Telephone Number) The foregoing instrument was acknowledged before me by means of 0 physical presence or online notarization, this day of 20 by Camille M. Cruz , as Attorney in Fact Of Travelers Casualty and Surety Company of America , a Connecticut corporation, on behalf of the corporation. He/she is personally known to me OR has produced License as identification and did (did not) take an oath. My Commission Expires: 05/15/2023 �:,_ ��r+� '•. AMA W. at.IVERAS g'e Notary Public . State of Florida i� Commission ay GG 335313 y'l oa rt My comm. Expires May 15, 2023 Ind through National Notary Assn. (AFFIX OFFICIAL SEAL) T /J1i� (Signature of Notary Public) Name: Ana W. Oliveras (Legibly Printed) Notary Public, State of: Florida Commission No.: GG 335313 13 Construction Services Agreement: Revised 092520 (W) Travelers Casualty and Surety Company of America AM Travelers Casualty and Surety Company TRt ,AVEL RS i St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations culy organized under the iaws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do nereby make, constittteand appoint Camille M. Cruz of Palm Beach Florda . their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other witings obligatory in the nature thereof or, behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings a:lowed by lava. IN WITNESS WHEREOF, the Ccrnpanies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. 0Lt1 �P tr axem NARTFOHII,WtLN. an ilk.y ype� $ State of Connecticut By: City of Hartford ss. Robert L. Raney. Senior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Traveiers Casualty and Surety Company, and St. Pau; Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the aLmposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my ^and and official seal. 7!t My Commission expires the 30th day of June, 2021 v1gJL it �,gy it Mane C Tetreault, Notary Public This Pcwer of Attorney is cranted under and by the authc 'ty of the follak ng resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America. Traveiers Casualty and Surety Company. and St. Paul Fire and Manne insurance Company, which resolutions are now in full force and effect, reading as follo:ass: RESOLVED, that the Chairman, the President, any Vi-::e Chairr"ar- any Executive Vice President. any Senior Vice President, any Vice President, any Second Vice President, the Treasurer. any Assistant Treasurer, the Corporate Secretary or any, Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and :^nay give such appointee such authority as h#s or her certificate of authority may prescribe to sign with the Company's name and seal t:vith the Company's sea; bonds, recognizances, contracts of indemn h, and other writings obiigatory in the nature of a bond, recognizance, or conditiora! undertaking, and any of said officers or the Board of Directors at any time may .remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED; that the Chairman. the Presdent, ary Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate ail or any part of the foregoing authority to o- a or more officers cr er p; cyees of this Company provided that each such delegation is in writing and a ropy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity. or writing obligatory ;r, the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any rice Chairman. any Executive Vice President, any Senior Vice President or any Vlce President, any Second Vice Presicent, trie Treasurer. any Ass=stant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or kb) duly executed ,under seal, if required) by one or more Attorneys -in -Fast and Agents pursuant to the power prescribed in tits or her cenificate or their certificates of authority or by one or more Compary officers pursuant to a written delegation of authority: and itis FURTHER RESOLVED. that the signature of each of tine 1,ciicw;^g offers: President, any Executive Vice President. any Senior Vice President, any Vice President. any Assistant Vice President, any Secretary, any Assistant Secretagj, and the sea; of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident V•Ce Presidents. Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and oche: v. itings obiigatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsir;i!e sgrature or facsimile sea: steal! be vat;d and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile sea! shall be va•.id and binding on the Company in the future with respect to any bond at understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistar•.t Secretary, of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in fuli force and effect. Dated this day ��p ymw �aptYY Aqa eL ,V!`"" �� e HAPTti:•OPia. �^ -4 ' Kevin E. Hughes, Assistant Secrete ro verify the AuMehticity of this Power ofAlttorney, please callus at 1-800-421-3880. Please refer to the above -named As tt rney-in-Fact and the details of the bond to which the power is attached. Marsh EXHIBIT B-2: PUBLIC PERFORMANCE BOND ITB# 20-7791 Bond No.107308164 Contract No. 20-7791 KNOW ALL MEN BY THESE PRESENTS: That MasTec North America. Inc. as Principal, and Travelers Casualty and Surety Company of America I as Surety, located at One Tower Square, Hartford, CT 06183 (Business Address) are held and firmly bound to Board of County Commissioners of Collier County _ , as Obligee in the sum of One Million Seven Hundred Sixtv Five Thousand Eioht Hundred Sixtv Nine and 40/100 ($1, 765.869.40 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for Vanderbilt Drive Underaround Utilitv Conversion Phase 4 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 14 Construction Services Agreement: Revised 092520 (v7) Signed, sealed and delivered i he pr sen f: r mn, Jade Davis, Witness Witnesses as to Principal STATE OF �11� COUNTY OF AA1 Et_ PRINCIPAL MasTec North Ameri c. BY: NAME: John-C. Audi ITS: Executive Vice President The foregoing instrument was acknowledged before me by means of Q,�hysical presence or ❑ online notarizati n, this day of e-E- 20' by t ` 4 as of "i , a cs 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: aLoa damIm .-kjA'Y P"••,.4 ��Notary `U MAUREEN POPOVICH Public - State of Florida Commission # GG 221104 '1 od F�°'' My Comm. Expires May 22, 2022 Bonded through National Notary Assn. (A -V -q"" = L �- (Signalijre of Notary Public) Name: Mftkx(Ur—\ 6�[i�i1t c (Legibly Printed) Notary Public, State of: 1'" ()h W. Commission No.: 4 Rli 10 15 Construction Services Agreement: Revised 092520 (v7) ATTEST: SURETY: Witnesses as to Surety Michael Galarza. Surety Witness Witnesses STATE OF FLORIDA COUNTY OF PALM BEACH Travelers Casualty and Surety Company of America (Printed Name) One Tower Square Hartford, CT 06183 (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Camille M. Cruz. Attorney in Fact (Printed Name) One Tower Square Hartford, CT 06183 (Business Address) (860) 277-0111 (Telephone Number) The foregoing instrument was acknowledged before me by means of ❑ physical presence or KI online notarization, this day of 20 by Camille M. Cruz , as Attorney in Fact Of Travelers_ Casualty and Surety Company of America _, a Connecticut corporation, on behalf of the corporation. He/she is personally known to me OR has produced License as identification and did (did not) take an oath. My Commission Expires:05/15/2023 MANA W. OLJYERAS . Notary Public - State or Florida Commission it GG 335313 My Comm. Expires May 15, 2023 Banded through National Notary Assn. (AFFIX OFFICIAL SEAL) /5/ ` r (Signature of Notary Public) Ana W. Oliveras (Legibly Printed) Notary Public, State of: Florida Commission No.: GG 335313 16 Construction Services Agreement: Revised 092520 (W) FT �RAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Traveiers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organize-' under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Camille M. Cruz of Palm Beach Florida their true and lawful, Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligator in the nature thereof or. behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed bylaw. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seats to be hereto affixed. this 3rd day of February, 2017. Wary •�pS.7YANCa��a LV j a v, SIM State of Connecticut By City of Hartford ss. Robert L. Raney, Sehior Vice President On this the 3rd day of February. 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being author'zed so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by Nmseif as a duty authorized officer. In Witness Whereof, I hereunto set my rand and offciai seal. My Commission expires the 30th day of June, 2021 0 Mane C. Tetreault, Notary Public This Power of Attorney is crarted under and by the aulha: ly of the foliov ng resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America: Travelers Casualty and Surety C•ornaany ano St. Paul Fire and Marine Insurance Company, which resolutions are now in fuli force and effect, reading as follows: RESOLVED, that the Chairman. the President. any Vice Chairman- any Executive Vice President. any Senior Vice President, any Vice President, any Second V;ce President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any, Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's sev bonds, recogr;izances, contracts of indernnihl, and other writings obligatory in the nature of a bond, recognizance, or cond Moroi undertaking, and any of said officers or the Board of Directors at any timemay remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman. the President_. any Vice Chairrran. any Executive .ice President. any Senior Vice President or any Vice President may delegate all or any pars of the forego ng authority to one or more officers or employees of th;s Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it s FURTHER RESOLVED, that ary bond, recognizance, contract of indemnity. or wrong obligatory i^ the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when kal signed by the President, ary Vice Chairman, any Executive Vice President, any Senior Vice President or any Vsce President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or ib) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegat•=:on of asthohty: and itis FURTHER RESOLVED, that the signature of each of the foflowrirg officers: President, ary Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary; any Assistant Secretary. and the seai of the Company may be affixed by facsimile to any Power of Attorney or' o any certificate relating thereto apbointing Resident Vice Presidents; Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such mower of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile sigrature and facsimile seal shall be valid and binding on the Company in the future .nth respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travefers Casuarty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effecct. Dated this day of ��tYy Jp4tY n>.os �' Sa cp G9y IN w '4 � Kevin E. Hughes, Assistant Secretary To verify the authenticity of this power ofAttomey, please call us at 1-800-421-3880. Please refer to the above -pained no ney4n-f act and the details of the bond to which the power is attached. Marsh EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 Construction Services Agreement: Revised 092520 (v7) Should at any time the Contractor not maintain the insurance coverages) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the inal or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement: Revised 092520 (v7) Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ❑ Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps,fldfs.com/bocexempt/ 2. ❑Employer's Liability $ ' 'single limit per occurrence 3. ❑Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ❑Indemnification To the maximum extent permitted by Florida law, the 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. 5. ❑Automobile Liability 6. ❑ Other insurance noted: $ 'Each Occurrence; Bodily Injury &Property Damage, Owned/Non-ownered; Automobile Included as Watercraft 0 Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution Per Occurrence ❑ Professional Liability $ 'Per claim & in the aggregate • $1,000,000 per claim and in the aggregate $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 19 Construction Services Agreement: Revised 092520 (v7) 7 E:3 ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A2 or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ❑Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 10. ❑ Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 11. ❑The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ❑Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Consultant Signature Print Name Insurance Agency Agent Name Date Telephone Number 20 Construction Services Agreement: Revised 092520 (v7) EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and its subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. . CONTRACTOR BY: Witness ITS: President DATE: Witness STATE OF COUNTY OF [Corporate Seal] The foregoing instrument was acknowledged before me by means of ❑physical presence or ❑online notarization, this day of 20 by F7 corporation. He/she is personally My Commission Expires: (AFFIX OFFICIAL SEAL) as of corporation, on behalf of the known to me OR has produced as identification and did (did not) take an oath. (Signature of Notary Public) i•I_\�iL� (Legibly Printed) Notary Public, State of Commissioner No.: 21 Construction Services Agreement: Revised 092520 (v7) EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners the OWNER or Collier County Water -Sewer Owner's Project Manager's Name: Bid No. Project No. Count 's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name & Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @10% $ Retainage @ 10% through [Insert $ through [Insert Date] date] Retainage @ % $ Less Retainage $ after Insert date Total Earned Less Retainage $ Less previous payment(s Percent WoEmpleted % AMOUNT DUE THIS $ to Date: Percent CoTime % APPLICATION: Completed te: Liquidated Damages to $ Remaining Contract Balance r Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Si nature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended b Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by:.. Owner's Project Manager Name: Signature: Date: 22 Construction Services Agreement: Revised 092520 (v7) EXHIBIT D (Continue SCHEDULE OF VALUES Proiect Number. Date: _. Period To:... _... _.. ITEM NUMBER DESCRIPTION SCHEDULED VALUE WORK COMPLETED STORED MATERIALS TOTAL COMPLETEC & STORED TO DATE PERCENT COMPLETE BALANCE TO FINISH 10% RETAINAGE _% RETAINAGE (reducedrate) TOTAL RETAINAGE WITHHELD PREVIOUS APPLICATIONS THIS PERIOD THRU DATE SINCE DATE TOTALS ' Explanation for the two columns under Previous Applications: The Thru Date is where you will place all information. until the contract is complete unless a release or reduction of retainage issue col into play. If this haensall information up to the date of the °6 change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column. This states pp , what has happened since the change in retainage. 23 Construction Services Agreement: Revised 092520 (v7) Exhibit D (Continued) Stored Materials Record Formula:A+B-C-D=E A B C D E Date Description Supplier Invoice Number Previously Received Received This Period Previously Installed Installed This Period Balance To Install 24 Construction Services Agreement: Revised 092520 (v7) EXHIBIT to CHANGE ORDER An electronic data entry form may be found at: http://bccsp01 /SiteDirectory/ASD/Purchasing/Formsl /Forms/Default.aspx Change order Form Contract#:�� Change#:= Purchase Order#: Project#:�� ContractoriFirm Name:— —� Project Manager Name Project Name: pq Department: I NIP — :original Contract+'+Aierk'Jrd€� Arr�unt Original BCC Apprcral Date;=.g�nas Itaitt #r' Current BCC A.pprov'_dA.nmunt Last BCC Approval Date; Apends Item# Current ContrsCVYd or'� Order Amount SAP Contract Expiration Hats (faiaster) aolbr Anruntof this Change IWO! Tots IChsnge from OriainaIAmount RLpvis ed C cntra ot-'01 &K Order Tots[ t7.Dd iDIV'fll ChsngefromCurrent BCC Aploroved Arnoun' AA I Il. i:ni I ^A mevint e�+ Co�mpletio�n Date Description of the Task{s) Change, and Rationale far the Change Notice to Prot Original = Last Approved Revised Date l_1 Data Completion Dat Date �;azssysesIqSma�n>sl #of Days Added C� Select Tasks E3 Add newtask(s) O'Deletetask(s) E) Changetask(s) O'Other Provide a responseto thefollowing: 9.) detailed and specific explanationlrationaleof the requestedchange(s)to the task(sl and I or theadditional days added (if requested(; 2.)why this changewas not included in theodginal contract; and, a.) describe the impact if this change is not processed. Attach additicral jnf3rmatiDn from the Des+;n Prof=_asior 1 ar,:�`Fr Conirsotor d r=asVed. Prepared by: Date' (Frei totaragar Nam_ ar�3 Deparim_r;tJ Awc.ft=rueofthraCharge Order hall€or-#€t3teancdiF�atrvr o�or#rar*fator"rors=rr3ertR�3wv naerMtVs r,tF�ctia Eif.esame term ardcor= i^�rG a ctiria r � inihae.,rira4t! rrorY.or�a r ir9at=' tov" a f�ity -rithBa2 al aware to#ea rrtho 3-��ft rc�. Tha ar�Jusim2nt.rfary i_tk_°ut�ntrarzsh}ilcani;iiulea icitandirrxisettknr-rtefany and all Claims oithe Co.trso2:,r Varamr!ssr,suitantt Dea'rgnPrcfeesaoralBdBirg out ofcrrelateatoIhecharge Bet forth herein, SrClll ingtilaimsforimpactanddelay£oats, Accepted by: Dale: , ICor,#rarlor VerdoriCons LflartiDaaigrProfess ion aian3NameaiFirm,ifprbj�#appiu�-abi=} Approved by: Date: (Design Prof_ssioralard Name of Firm, N proj -.t applicable) Approved by: Date: {i'rocuremeri Frofessw+nal 25 Construction Services Agreement: Revised 092520 (v7) 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: To OWNER Substantial Completion is the state in the progress of the Work when the Work (or designated pOf ion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 2s Construction Services Agreement: Revised 092520 (v7) RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made apart 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 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 20 OWNER By: Type Name and Title 27 Construction Services Agreement: Revised 092520 (v7) EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as PO No.: Date: and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. 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: & 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: M Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) 28 Construction Services Agreement: Revised 092520 (v7) EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power, availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement: Revised 092520 (v7) 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time, The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 30 Construction Services Agreement: Revised 092520 (v7) limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218,735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 31 Construction Services Agreement: Revised 092520 (v7) stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255,078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255,078 and as set forth in the Owner's procurement ordinance and policies. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 32 Construction Services Agreement: Revised 092520 (v7) 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, a portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 33 Construction Services Agreement: Revised 092520 (v7) 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will 34 Construction Services Agreement: Revised 092520 (v7) record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 8.1.7 8.1.8 8.1.9 8.1.10 of performance. Description of Work being performed at the Project site; Any unusual or special occurrences at the Project site; Materials received at the Project site; A list of all visitors to the Project Any problems that might impact either the cost or quality of the Work or the time The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features 35 Construction Services Agreement: Revised 092520 (v7) (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=8999 Email: PublicRecord Reg uestAcolliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 36 Construction Services Agreement: Revised 092520 (v7) 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all 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 noed 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. 37 Construction Services Agreement: Revised 092520 (v7) 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. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub -subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub -subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation oI 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 38 Construction Services Agreement: Revised 092520 (v7) to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 39 Construction Services Agreement: Revised 092520 (v7) 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 13-3 to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit 13-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet - based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors /Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed &Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the &Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's / Contractor's proposal may be deemed non- responsive. 40 Construction Services Agreement: Revised 092520 (v7) Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www,dhs.gov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any 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. Al Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 41 Construction Services Agreement: Revised 092520 (v7) 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 42 Construction Services Agreement: Revised 092520 (v7) 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, R is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager 43 Construction Services Agreement: Revised 092520 (v7) shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 44 Construction Services Agreement: Revised 092520 (v7) 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. 2203 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22A If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential 45 Construction Services Agreement: Revised 092520 (v7) costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall 46 Construction Services Agreement: Revised 092520 (v7) include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-1 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, 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. 47 Construction Services Agreement: Revised 092520 (v7) 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor new or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. 48 Construction Services Agreement: Revised 092520 (v7) 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 I 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 Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.E All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 49 Construction Services Agreement: Revised 092520 (v7) 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 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"). 50 Construction Services Agreement: Revised 092520 (v7) 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. 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. 51 Construction Services Agreement: Revised 092520 (v7) 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 experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub -subcontracts and purchase orders. 52 Construction Services Agreement: Revised 092520 (v7) 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 3141.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 3461010 Equipment Costs 34.1.11 Cost Proposal Request 3401012 Payment Request Records 3401.13 Meeting Minutes 34.1.14 Cost -Estimates 3401015 Bulletin Quotations 34.1.16 Lab Test Reports 34,1017 Insurance Certificates and Bonds 3441018 Contract Changes 34.1.19 Permits 3401020 Material Purchase Delivery Logs 3461.21 Technical Standards 34.1.22 Design Handbooks 3401623 "As -Built" Marked Prints 3401424 Operating & Maintenance Instruction 3491625 Daily Progress Reports 3461426 Monthly Progress Reports 34.1.27 Correspondence Files 34,1028 Transmittal Records 34.1.29 Inspection Reports 3401,30 Punch Lists 3401631 PMIS Schedule and Updates 3401432 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule 53 Construction Services Agreement: Revised 092520 (v7) 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 a -mail (DL-FMOPSRcolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and 54 Construction Services Agreement: Revised 092520 (v7) 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 (SHWMDI 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. 55 Construction Services Agreement: Revised 092520 (v7) EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 56 Construction Services Agreement: Revised 092520 (v7)