Loading...
Agenda 05/11/2021 Item #11C (ITB #21-7849-ST w/Thomas Marine Construction)05/11/2021 EXECUTIVE SUMMARY Recommendation to approve the award of Invitation to Bid ("ITB") No. 21-7849-ST, "Bridge Replacement -Bridge Package A-2 Bridges-Immokalee Road," to Thomas Marine Construction, Inc., in the amount of $4,423,258.99, and authorize the Chair to sign the attached agreement related to Project 66066 - "Eleven Bridge Replacements east of SR 29", and approve all necessary budget amendments. OBJECTIVE: To replace two bridges (Nos. 030136 and 030137) located east of State Road (SR) 29 on Immokalee Road as part of Project 66066. CONSIDERATION: The design and permitting phase to replace eleven functionally obsolete and structurally deficient bridges east of SR 29, six bridges along Immokalee Road, four bridges on Oil Well Road and one bridge on Countyline Road is now completed. To accelerate the construction schedule and minimize delays due to fabrication and transportation of the structural elements within a 30-month construction schedule, staff divided the bridges into four construction bid packages. This request pertains to the award of the bid for Project 66066, which concerns two bridges located along Immokalee Road. On January 5, 2021, the Procurement Services Department posted Invitation to Bid No. 21-7849-ST for construction of the Bridge Replacement -Bridge Package A-2 Bridges-Immokalee Road. The County sent 42,760 notices to contractors, and interested contractors viewed one hundred sixty-seven (167) bid packages. On February 9, 2021, the County received six bids as summarized below. Bidders: Company Name City County ST Bid Amount Responsive/ Responsible Thomas Marine Construction, Inc. Fort Myers Lee FL $4,423,258.99 Yes/Yes V&H Construction, Inc. Fort Myers Lee FL $4,510,099.20 Yes/Yes Manhattan Road & Bridge Co. Fort Myers Lee FL $4,705,381.12 Yes/Yes Zep Construction, Inc. Fort Myers I Lee FL 1 $4,982,694.24 Yes/Yes Ebsary Foundation Co. Miami Dade FL $5,707,535.52 Yes/Yes Kiewit Infrastructure S. Co. Sunrise Dade FL $7,0191767.78 Yes/Yes Staff determined all six bidders to be responsive and responsible and found that Thomas Marine Construction, Inc, a Lee County company, is the lowest responsive and responsible bidder. Staff and engineering consultant, HNTB Corporation, determined the lowest bid is fair and reasonable and recommends awarding the contract to Thomas Marine Construction, Inc. The engineer consultant evaluated Thomas Marine's references and deemed them acceptable to determine experience on work of a similar magnitude judged within the last five years, which includes the contractor's prior experience, skill and business standing, and of its ability to conduct the work as completely and timely as required under the terms of the Agreement. Specifically, this firm has performed work in Collier County most recently in 2018 as a subcontractor replacing two existing two lane bridges as part of a larger Golden Gate Boulevard widening project and in 2020 when the firm widened two bridges to four lanes as part of improvements to Golden Gate Boulevard. Thomas Marine has performed work for the Lee County Port Authority, FDOT, and various Florida local special districts and in all respects the firm is reputable with a good work history and construction results. The bid is 0.03% more than the engineer consultant's $4,421,791,24 opinion of probable cost. The Packet Pg. 24 11.0 05/11/2021 Procurement Services Division concluded bidding was competitive and representative of market conditions. The bid tabulation, bid analysis, engineer's letter of recommendation (DELORA), the Notice of Recommended Award (NORA) and contract are attached for the Board's consideration. County voters approved the infrastructure sales tax in 2018. Exhibit "A" to Ordinance 2018-21 lists all the applicable projects that can be funded from that sales tax. The Eleven Bridge Replacements in eastern Collier County is specifically included in Exhibit "A" under the Transportation Projects category. On September 2, 2020 (Agenda Item 8.A.1), the infrastructure Sales Tax Committee validated this project in the total amount of $33 million. FISCAL IMPACT: Funding in the amount of $4,423,258.99 is available within Fund (318) infrastructure reserves. A budget amendment is included with bridge package C to transfer the Infrastructure Sales Tax Committee's approved funding in the amount of $33 million to Project 66066. With one (1) replacement bridge project left to award after the May 11, 2021 meeting, funding for all eleven (11) replacement bridge projects is not expected to exceed the $33 million allocation. The completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridges and roadway features and will be absorbed into the regular maintenance schedule thereafter, and the new stormwater features will require minimal maintenance and will be incorporated into the regular maintenance schedule resulting in minimal cost impact. GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the award of Invitation to Bid ("ITB") No. 21-7849-ST, "Bridge Package A-2 Bridges-Immokalee Road," to Thomas Marine Construction, Inc., in the amount of $4,423,258.99, authorize the Chair to sign the attached Agreement and approve all necessary budget amendments. Prepared by: Marlene Messam, P.E., PMP, Principal Project Manager, Transportation Engineering Division Packet Pg. 25 05/11/2021 I VICINITY MAP Cot r CouMty Gmwlh Management Depart y rd Transportation Engineenng Divoon ATTACHMENT(S) Eleven Bridge Replacements East of Immokalee and SR 29: Six on Immokaiee Road One on County Line Road Four on Oil Well Road E 011 '11L 10 1. [Linked] 21-7849-ST Thomas Marine Construction —Contract VendorSigned-with-Bonds (PDF) 2.21-7849-ST - NORA -Executed (PDF) 3.21-7849-ST - DELORA(PDF) Packet Pg. 26 05/11/2021 4. 21-78-49-ST Thomas Marine_Insurance_9-1-21 (PDF) 5. Checklist 11 Bridge Replacement Project Validated - 09_02_2020 Signed (PDF) 6.21-7849-ST - Bid Tabulation Expanded Version (PDF) Packet Pg. 27 11.0 05/11/2021 COLLIER COUNTY Board of County Commissioners Item Number: 1 LC Doe ID: 15379 Item Summary: Recommendation to approve the award of Invitation to Bid ("ITB") No. 21-7849- ST, "Bridge Replacement -Bridge Package A-2 Bridges-Immokalee Road," to Thomas Marine Construction, Inc. in the amount of $4,423,258.99, authorize the Chair to sign the attached agreement related to Project 66066 — "Eleven Bridge Replacements east of SR 29", and approve all necessary budget amendments. (Presenter, Marlene Messam, Principal Project Manager, Transportation Engineering) Meeting Date: 05/11/2021 Prepared by: Title: Project Manager, Principal — Transportation Engineering Name: Marlene Messam 04/06/2021 4:21 PM Submitted by: Title: Division Director - Transportation Eng — Transportation Engineering Name: Jay Ahmad 04/06/2021 4:21 PM Approved By: Review: Transportation Engineering Steve Ritter Additional Reviewer Transportation Engineering Jay Ahmad Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Cynthia McCanna Additional Reviewer Growth Management Department Lissett DeLaRosa Level 1 Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Growth Management Department Lisa Taylor Additional Reviewer Growth Management Department Gene Shue Additional Reviewer Growth Management Operations Support Christopher Johnson Growth Management Department Thaddeus Cohen Department Head Review County Attorney's Office Scott Teach Level 2 Attorney Review 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 Office of Management and Budget Susan Usher Additional Reviewer Completed 04/07/2021 6:50 AM Completed 04/07/2021 7:16 AM Completed 04/07/2021 8:05 AM Completed 04/07/2021 12:16 PM Completed 04/07/2021 4:21 PM Completed 04/07/2021 5:13 PM Completed 04/09/2021 9:36 AM Completed 04/12/2021 12:44 PM Completed 04/12/2021 2:14 PM Additional Reviewer Completed Completed 04/14/2021 3:02 PM Completed 04/15/2021 11:15 AM Completed 04/15/2021 11:30 AM Completed 04/15/2021 3:06 PM Completed 05/03/2021 12:51 PM Packet Pg. 28 05/11/2021 County Manager's Office Board of County Commissioners Mark Isackson Level 4 County Manager Review Geoffrey Willig Meeting Pending Completed 05/03/2021 2:22 PM 05/11 /2021 9:00 AM Packet Pg. 29 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Thomas Marine Construction, Inc., ("Contractor") of 8999 High Cotton Lane, Fort Myers, FL 33905, a Florida Profit Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Bridge Replacement -Bridge Package A- 2 Bridges- Imm Rd, Invitation to Bid No. 21-7849-ST ("Project"), as said Work is set forth in the Plans and Specifications prepared by HNTB Corporation, the Engineer and/or Architect of Record ("Design Professional') and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract'). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount'), in accordance with the terms of this Agreement: Four Million Four Hundred Twenty -Three Thousand Two Hundred Fifty -Eight Dollars and Ninety -Nine Cents ($4,423,258.99). 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..qov/c570/c570.html#certified. Should the Contract Amount be less 1 Construction Services Agreement: Revised 01.28.21 (v9) 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 five hundred eighteen (518) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Department Administrator or Division Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Two Thousand Five Hundred Seventy -Nine Dollars ($2,579.00) 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 01.28.21 (v9) r�•f 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 #21-7849-ST "Bridge Replacement -Bridge Package A- 2 Bridges- Imm Rd". Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms ❑ Not Applicable Exhibit B-2: Performance Bond Forms ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form 3 Construction Services Agreement: Revised 01.28.21 (v9), 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 #21-7849-ST "Bridge Replacement -Bridge Package A- 2 Bridges- Imm Rd". 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 HNTB Corporation ®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 Transportation Engineering Division 2885 Horseshoe Drive S Naples, FL 34104 Attn: Marlene Messam, Principal Project Manager Phone: (239) 252-5773 Email: Marlene. Messam(@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: Thomas Marine Construction, Inc. 8999 High Cotton Lane Ft. Myers, FL 33905 Attn: Kevin C. Shimp, President Phone: (239) 337-0008 Email: kcshimp@aol.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 01.28.21 (v9) =mot f 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. 5 Construction Services Agreement: Revised 01.28.21 (v9) ter, Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 6 Construction Services Agreement: Revised 01.28.21 (v9) IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRST WITNESS Linda Solich - Print N e SECOND WITNESS 1- Print Na Date: 4/06/2021 ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller AM Approved as to Form and Legality: Assistant County Attorney Print Name CONTRACTOR: Thomas Marine Construction, Inc. ey Mark D. Mabee. Vice President 4/6/2021 Print Name and Title Date OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: PENNY TAYLOR , Chair Construction Services Agreement: Revised 01.28.21 (0) EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 8 Construction Services Agreement: Revised 01.28.21 (v9) N 1p I W 0 • m N In O r n m z O rr ro m m O Z cn CC') cn n cn n cn > r r o a n 3 z' ;o 0 0 0 0 r r O 2 z Z' m m m m D D D D 0 0 0 0 D z z z n n n n m m m m 0 L TO rr m �_ Z Z < C) D O D r m m rr m m O m z _1 � > z z `m (n 0 A O z r u rr m • JD W o D p z m z n m c' z cn W o r o m m W w o m m W w cn W ° rhL dr m o oN w a N EA N <A 3: O w � W rn w o' W a N o D (P o w CO m tD m W 03TT0 a° o,0. W �n0 v v v o z m m to 0 cn n m v c r m N Q C A N N_ nfl w 0 0 a 3 N v 00 to N C3 Q l0 m X fD n m 3 c� t•. W a m -o n pr w l0 m N co M. l0 fD N r 3 3 X a O 7..." _ IQ O cD Oo V D) 0 ? W Nz -NW N (p Oo V D) Cn ? W N O T N N O O O O O O O O O O O O O O O O O O O O O O f,! O O O O OD CO -4 -4N N N N N N N N N N N N N N N N " <, rpm V j -4 -40 N N t{P m N N O N O (OD (00 4 ? 0 ; N w O ? N m 10 N N N UNi O fn M 0 r _r D D m m m O m== c� c> m m m � T T D � 0 m m Q mm 0 Z 0 Z* 0 -I D D o m m O W D c W D m T z z T T T x 9 9< �n z� O Z O O O O O O O D m z 9 0 0 Z Z m �m O p n z zzq,g.q z m gN m-` DZ " En (ncn C D -In Co7DDOO D m z z _z Z Z ZCC zCZZ 0 d G) W _. TOW G G ;U;o;o f r m W +n +n Z Z M T > IT'I = m m m �° z z m m W c m m N 0 m c C 9 9 9 c) m V> �' m LP 9* co - X i m O co D z m -0 O m 3 c c O D m r w O z T z D T O m m D m O m m m X _ _ m -i a cn ao X == cmn O o m S En D D � zi cn o D D m n co n m m z X -n - m �n 0 � mm O (-�-1p) OZ O m 0-0 c rz � o ;a Z O o -i in O O O o co En r, � n z o n o ° N T. Dco w a r 0 OT r m m K ca (fl D D D m m m m r m m { { o o O cn ;. NV9 v6(Ap9, v isA m gy O O O VOj v V O 0 00 O 7 z 0N _0 W "I O N (D 9 9 W -P N U -4 O O O O 00 ON O O U U C C)(0 p T O O O OO6OOOOOOO(DOOOinOW�O O OO O O � .;. m O O O O O O O O CD CD CD CD CD CD O O O O OO cnO O O O O :z{ -C lj 6j m W N W fA 6A 69 69 6A 69 E{1 fA (fl 69 m 2 69 V 64 (0 to 00 A 4 ? W (0 Ln V 8 O W (n V O Oo (0 V N O N (0 V D) ? O N -� yy�� A O 00 +A� N N m A N (0 W W 0 C11 O (0 N 0 v O ID ? j ? N N V O O O O 00 O (� ?. W 00 V7 j O O V W O O O O (0 A W N O W W O O O O O O Ut O O O A 0) 00 O A N Cn (T O O O O) (T O A O O 6 V O W O O O O O O Cn O O O 0 O O O O O :r O O 0 O O O O O O O O O O O O O O O O O O O O O O O O ao-0v a o 0 0M'CD W A a � o m !:r A cn n m v C r m v m z C 9 X m G ch m m m am C' a CD C A W MJ N A T7 CD CD hi NJ 3 00 � to fA -1 3 m � n to � x a (3 D CD 7© N M a CD N CD 3 00 cn m C! pr 0) U3 m N 03 M. cn 3 a 1 a (3 m CD G: Ah 00 W IF m (n N N CJ7 N A A A A A A A A N A A O w W W OD w V W O W Cn W A W W W N W 0 N (O N co 3 A W N O 0 W -40 0A W 1p O O O O O O O O O O O O O O N O N O N O N O A O ? O A O A O A O W O W O W O N O N D W j j -4 j V -� � V O V O (n -4 0(n W W Cn W W W W N A W O W O W O W 0 N Cn W (O W V W A O W ' Ooo O O O O O O O O O W QI CA 0 O O N ' (fin W OD A W A p(D Oo V V j � � N CO N m N O V A N O A W O m T T � T � cn m rn G) O D G) oo � 0 z �� � v z�� � 0 � O z z m z z z z rnm � T D D T D v X7 m m m m m 0= m cl cn O � m � m � m � m v � m v m 90 0 p p O v z t 0 x m v m v 0 c 0 c m r D x O z O z z v v O v D 0 0 n r r p y r D z<< D D D D D n z �z n n D r r= F w c m Z z m m z p n z m W oo <<< g 0 m m x M � O O m co r 0 v cn v cn X p -i c 0 D m In cn M n „ D cn v c vZ O z y m n = m n m In 0 M 0 M� cn m= W W z z z z z— G) z rD X < cn � p * v - 4 _I M D cn m > M. m D Z 0 D O D n< z z z z m 2 T- m cDi� m z D D Z D D D O N cn z = m y y W D x 0 In G7 a v D 50 � Z cn— G� O n G7 r O O r r r 0 o x x n z z z z z 6 Z z v m O rn m zi M y y 0 O O z O c O c z � Gzi czi 0c T v Z 0 m A z 0 0 D M z n m cn y D y y 0 (oo not r- � Z _= z 7 8Z Ow A D � r � M r r D D m O c n 00 m p m m(n N � O z G) T i O x O - o o o 9. cn— � 0 Z z p 0 m cn O cn O r r mcn D n Z z T O G) p a o T 0 29 v v = N A O m r O p (n v n v O A -n n W m = M G) y n oo D (n v co O 0 4 a 0 v � N z 00 Z p U Z) - N N n e m v co Z z c Z 4 G)0 O (n a:N 0) vz D z N r z _ O p m g N rn ;o M 000 r M m w v r r ,n G) jmT1 G7 7n G7 D D cn w jmT1 r -n jmT1 D r m Z Z cn - jmT1 D m D r -n r -n jmT1 D Z Z Z cn -< cn -< Z cn g D 9 om f (n D i� X D W O O O W _ -4 0 W A N j N N _ ao Cn N N N N O N N N N A fit J' O OD N co co (0i1 A N .fAD N (Y) C0 G D Z' C M N N �69 Efl fii 0o 69 N N N 4A fA to 49 O fA fA yi O V N fA C V N V (O -4 (O 0 (31 0 A N fN N O N O fA -4 OD N 0 (O A A N O22 Efl O N WN I (N O n DO O O O N O O O O O 0 O 0 O 0 O 0 O O O o O o O o O O O 0 O O O 0 O 0 O 0 O 0 O 0, O O 0 M r o 0 O 0 0 O O O O 0 a 0 N fA EA EA t. EA 69 69 fA W 6) fA W A N m 3 N69 CJ1 N V N y9 j O W CA (J1 00 N co CO -40 Q.rOO O W W W OD 0) W O Cn -4 0 O W W Cn 0 W W A O co O V(O Q) OO OAO OO O -4O O O p W p p W D O N (31 O N O O O O O A O O O O OO-4 N 1 O 01 O 0 O 0 O 0O (31 (31 0 0 O O T -V -0 a o W � Z m FOE T CD a) 0 =. Q) rr C a. � (O pf � � N A � 0 ..i O N —� co � W � cn o a co 0 pr (fl fD �p D N CD 'Q a m cn z a co o: ca �D m to N M to 0 X M co M. C. M CD 00 W .i �DD Cl) rT I C) J -I v J -I J -I J M 0 W W O O O O W m O) cn cn cn cn cn Z 3n �J O) ( A W N — O (D — 4 CO v O cn A W r")O (D Oo J O Cn z... X Z s m Cl) o o,� a 2 :� :� j :� j�! j :� - - 0 0 0 D '0 .pp O O O O O w w Y' W O O rnrn D o, (n (n O O O O O O - - rn � 0 O 1 O� O O N N N 7" N . W -'I A00 4 o 0 0 0 0 O A o o A z N N Z G W o m > m �7 �7 W m m m 0 0 0 m D m D m = 2 2 2 2 2 D D D Z m m m m m m :U � m m -Zn z z z o n n O m m D D m p p n O O O z m X X X< z z z z z 0 0 0 0 0 0 0 n 9 9 O m rn m m m m m D -I z z Z v o o D D z z z o o � � � � � � m O O O x 7 0 0 c� T cn cn to z fn m m m co O--- z m m z m In cn cn cn cn to to Z z z r m <-- m < m � F. K r r D 0 D Z m m m m 2 2 D D� D D D� D D m D o� W z W D O p m r r r r p m� � z z p z p z p z 0 �p w v to v to 0 0 0 o m m p p o o D m m D m z x n o ' O O o 0 0 0 p to O cn O r r b b m n cn "' Z Z 0(n 2 m o 0 2 2 2 m 2 00 c W m m o o 2 2 r m m u' m � m ° °� °' � x o m m m y m au rn— Wc m p c O to co z Z O O m O in m m t�i) n -II m O r 2 2 � p D D n n O o o z m O c� c� O O O m. o D M M C in m 0 cp O O O O z z N o, c) 0 0 O a= m Z Z m Z m m p �mt _ 2 cA m m fA � � r p m -i D O p m m 0 c r z O D, �' 2 m m m m co cu Z x x D D z m m m m m m m m cn cn D m � o c z z 2 c) C) z (n cn O � > m 2 � m M m c m x p m N z r r r 0 0 0 0 0 to z 6) 6) 0 O 0 O r amrt amrt r -n( r amrt m amrt Z, Z, m G) F. K M 9 9 9-n D D D D D D z v N A �_ 3 O O O O O .0 O0 W J J W D O O O O A A Q N 8 A _ O A 'j ca 8 O o J (p CO A O 4 cI W p W O) (O N A OOo A N z � C 69 c 69 O 69 N 69 69 W (yq N W ONO A A 69 X 42 O 68 (NO CO (O N O cn O O O -I U1 O O (D A (D A EA 69 69 m 69 (D O 69 t tg O Vn Vn p O O O O O (n (n A O W A O W (.J O ; 0 O O o o . o o o O 0 y > o O O O O o 0 o O O O in cn O m 0 0 0 O 0 0 0 0 0 O O O O O O O 0 O 0 O O O O *0 -D+C m �9 t !r9 "NO) �.pp vN C. NO(O W'69 69OO -W N N Go A N D 69 ENNA E(NOAD =V 69 EOA -I J V U j H Q OD W W01 EOA NO O U1W fA OV 0o W?te O O a O A �I O W O (D Cbn O O 6 O'o in O A 0 0 0 0 W N w O O OO O 000O 0 0 0 0 0 N 0 0 0 0 O 4 0 0 0 0 W v v m v N n 2 m v c r m , v m Z v c �P► io m C m v -n W (n m M. 0) aT a 0 2 (0 .� m N A� N m j O m 44 N 3 J � co c a 3 m 3 v n O (� m (D D N � a N � a cv (D C9 7C' (D D N a cc N , a a O W 46 00 W W N 7 C� (O ti N .+ - O N CD c� CD O O N U1 U) O � � N W ^ -3 O n CL Cl fD (D (;D to nl U N — � � f2 � ro 3 n m m N � W 7. N (� J (D a � N lip w (D < D 9 N O !R n% 3 a N m ro cc x a n N ro 0 A 0 A (0 c0 O O O W ao ao do Oo (I co 3 O (D ao v M m M A W N O (D co ,Z Q �t O O O O O O O O O 0 O O O 0 t Q) W O W m W 0 W m W (ACn N N m N (n j A A A A N A O O O O O � -� � N N m fn N fn N O „< � W N A �t OmxOO c m m m xO C O c t z z o z z z m m 0 0 cmn cmn m m m G) m m 0 r m m c cn w z m p 0 � v m m x z w D o cn m 0 0 z m m 0 m T O z X M 0 om�01 T c m m T c G) -{ O n n m m z Z D z po z Z pcan m �► 2 U) D m F F� m- Q. D o m z z r r Z c 0 x WOO O 0 0 z m • D 2 O D m� � Z z w r- t - com m W G) Gci m m 8 W m 0 m m : W CO m n m cnm CO 0 rn N 0 0 ° z m < cn 0 z m r � 0 r y c z = m 0 G) m cn -{ cn G) r 0 m z �m D Z � m n T . m Q, __ — N O 0 m 0 = �n O cq z cn �t 2 D 0 A m zm r z z 0r r r r r r r r r z, D -1 Z Z -C m m cn .c C W 0 p (it. N � � � � N N N N O O O O O O O m co N �. C 00 N O W X m cn c' z, c W6n ffl EA fA fA fA EA N N Q N ffl (0 O CT Ut N j N N j N22 (T N N O O J A O O O N O D o 0 0 0 0 0 0 0 0 0 0 0 0 0 mr 0 0 0 O o 0 O 0 O 0 O O O o 4A m Es t�fl �q fA N N W m m O O) A N N J W O (D0 W � do W w m N 0) 0) Q O J N m w N O A O N -4 OD O O M o O O O O O o O rn O.0 D cnO O O O o O O O O 0 O O 0 O j- o 0 o 0 o 0 01010 0 O 0 0 0 0 co m A Tm N F 0 cn n m v C r m D my L v C .p i m m v cb co m C o Q) ( � (D N Aa O N V N 3 00 (7 CD CO o0 c C. a �3fD a 19 pr G. m n N W a to (D 3 ^� a W Q ca D N Q (D N i a a) Q to O W w w �.r N 0 W J m (nA W N O c0 O J W N A W N O O O J W N A W N att C '�+' W W J W W A N W a) N N O O O O O O O O O O O O O O O O O O O O J J O A O) N N O_ ID O N ID c0 M A A J J J 00 N N P......' 0o N (O N c0 O N o Cn W Cn A W m z ' t Q D O T (.r 0< O z C) m T Z0 (j p c( M;u n CD N (n c v� v m D, (n D 0 (� O Z c mCD M n c -4 N O v OZ r CO m CO m G) Z7 O c v v 07 y m F� l I - Oz m K m D m z m Q c m m 0 D -- z 0 r �rt D Z G7 QO G) C) K 0 z O X �n G) .Z1 n c cnm m z 0 z O X in G :0 n c (n m z 0 r m< m j m � y r v D m m z D z 0 Z7 m 0 mxo v m m c 0 m 9 v A > < x D m v X C w m (n -i m K�� -a m > -t m n (n Z 7 T m Z m n-n O c � -n O m> (i m z m r m g m (n m (n z ? m u O T m v m � o w<< C [n _ O c� m$ D z m N z Q o -- m (n T -m 0 D z m N z Q v m -G m (n -=ono < � r 0 C m K v O � m x m u A � D z mv(n m 9 v O < m x m :0 m 9' D n m K v O � m A m u m Sk m m m zm m K v O � m x m :0 m S7° D n m O N Oz m� (n G) z to v m n 7 m O A cn v m n< m m O C w v X O m D z D Z W c r D z z z Z m O 'Dn TT C� Z O 0X -+p Om rrO MD p O tii D 0 r O z z 0 0O m n m O o. O D r n - co W m LO N (n r O so D T 0 rn N N O m_ S (n W m Z Z (n < (n -< 0 -< o -< D 0 r (n r (n D n D (� r T m O m � m O r O m O m O r n r m r n r n m O r (n r (n r (n r (n r (n Z 1 m C2 O � W W O A N W (JO W W N W fll Cll N J Ww N W CD O A O A O A co O J 0) O 0) O O O O M A J ' to to Z '.. I o W J to N O O 6H O (A O to N O EA A to O N Cn (A 01 Oo O to O O O N (n O GH Cn O V1 N dl Cn to N O V7 N O O O V7 O fA O GH O) to W N to N Cn GH W N EA O (n C. N Cn O A J to O O W c0 O W co O O O O O O O O O O O O O O O O O O O O O O O w O O O O O Cn O O O W O Cll O O O O O O O O N Cn O O O O O O O O O O ((� T' to Cn N J oNwNNN NOA to 0 W N to J O � Cn CIl N �, O O N 0 GH W 0 � W O N W GH O O) to O GH W OOD OOD 69 CIl J 'o W O O EtAo OD A O V7 Cll A7 I O G'i W 01 O N N to N W � O W O In� c0 N O V O O to N Cn O Cn c0 O NJOOO p to OD c0 A W to O O O W W w O to W N O O m � Qr A OOA AOO Oo OO AO OW) OO O CD 0 0 0 O 0 o O O O p O O 0 n O O 0 O O O O o O O O O O 0 OO OO , ou v v m CA 0 2 m v c r m D m z c m C m v N y 00 eo Q. U3 m M (D '0 N Cf (D 7 c: U3 CD C1 U3 m D N 03 c: U3 N 3 3 c. C. U3 v O W co W N v (D M. O) tp T C (D w X tp N A � O N a J w co o c; a to 3 A v x m to m D N co O. CD CD 3 3 X Q N C. cn co Z7 v 0 3 w n ED m 0 w ED w n O 3 3 X w ED m 0 m 0 A W W W C N A A O W (D OJo CJ J W m W 0 W A W NC) O O O O O O O O O O O O O O (0 - j V Ln Ln N Ln CA Ln N (T w O W O O O O V O W m W W W W W 01 W O W O N A W O O N '' ul W W A..,,. N O N N A W (D cn Z 0 T m 0 D D m c c c O Z Z z A D D T D ° z n OZ m m co O°° 0° Z u r- °° D n y - D 3 A D 0 D P P M = P cn m z Oz ° ° m m n z m m A a) � O 3 E ,i m ° 3 D O m r- n cCn p c� O m o m= z z- D y =3 * ° y cn (T�fn1 r m D D O Z: n m 2 Z (n p Z 0 n o ° ° m O m m -i O Z Z Z Z z ? Z z 0 KTi Z m Z- D O T m X O < p Z D E Ti y m m m m 0 z T z <ra cn cn � p O O D O v � n 0 0 v T �_ mm m A °'- ? O ° N 0 _ W D o ; z A Z m D x D r- Z n C/) O m D z O Z D r w C r r O D W m r- m r-i -i (n � 2 (n m (n D m D m z z z rn , �A_ W O W A N A CD 0o A O m W A J Q N (T Cn C n � c (n z c -A Gn 69 (A 03 C. CO W W J t0 U( A 69 N N 69 A ON O !2 N J 69 O 69 Ln N O O J N i O Al O N O N O W O O O N n O O O O N O O O O O O O O m r o 0 0 0 0 0 0 0 0 0 0 0 0 a m 141) 3 Oo (WT N A 69 W W yi d1 V Q1 -{ VO N -w A A CD0o w Q] O O A w CDO w J N (O w (O m J m Q � O W O O � O (T O N O O O m n O O J O Co CDA CDw O O O O �-. W 0 O O O CDO CD CD CD O 0 C3 v v m 0 O 3 41 M. N 0 0 c a O m Cl) n m v C r m D m Z C r X m C U) m N ,r V 00 ,P cc V1 03-0-0 ev I C, n W Q co w V A W N W W O N w VI 0 V N Ln 0 Ln (T ��1nt A N W N N Ol g O -i c n C C A O A 0 A V A 01 A (T A A A W A N z z v o D ;i � � 0 0) ow N 01 0 cn V A 0 (n W W W 0 al W 0 N N 0 W 0 A f.n 0 A VIM A W 0 A �''� W o A CJt Oo W 0 j f0 0 A Cn 0 j A 0 A O A O 0 A O V 0 A O A Cn 0 A O N V 0 A O N p 0 �0 W t O O 4''�� O o T j W O ! AN � � O o 9),P o O W T z 0 ^p o z p z v C m z _ Q. z O D F. CD v m 0 D z G) O m v z L7 p m W m W z z D Zp = O m v O z o K z z O z m -i D T n x(n(n �_ Z W o m-E� G); m (D r- m m o L7 m o x '�' v� z z Z m o Z m � O m m cn m 'O m m m zo m a p x m -� m m v o o n m — zo ou 0 x m -� p m m v W m 9 rp U D 0 m 9 m v = w 0 m z m O n O cn m 7 m- w p = r y m z m O n D cn i m 7 0 m C (n n� m m z m O n O cn m 7 m O m C m e ; m z z p M z W m D— z L., p g CO m o o m O A L7 O �-—- o r cmA -i D z ton 0 Z 0 � m -i C) w W cA C (n C))wm -i m 0 z 0 x m -i C) cn w n r D m m _0 o 2 z G) ; 0 Z n x m (� cn w� D p 0C�i = `/) W m K O G D r z � C m o m m m K DD z m 1 D o m m� r= O o 0) O 0 to I m� m G) v m m= x 3 D z m zi D m in o Z m --{ m cn m X;U;U� 0 ro cDi) 'j o D D � v b m r Or o rn 2 m 0 -i n D D � 0 o m _ 0 Or 0 0 2 m 0 v cCi) 1 0 cn D� D � 0 m m o, D m v C K m z X z 0 cn z D c= ; n m D m O D m m z� D m m o z D r CO n m D Om m � m m W `O z N V C z o z (n m D X C x m O v G) z Z C, z m z z { m m m m m W W W m { { { { m o 9 O 9 0 9 o K r m r (n TM D ci n Z n O N W N O O OD OD N A O V 01 N O W A A (0 N V N O W 00 V N N 000 cn A rn O A V A N W f(0 O N O W W W A m y Z V7 C i fA N fA f0 (n O O cn f.n O � N (n fA N O N O1 p O1 W N N Cn fA fA fj fAfA O O N O fA w O O fA N N O W Cn Efl N N cn Q V O O O N Lo O O O Fp A (0 A Cn Fp A f0 A Cn fA A N (0 O O fA W V O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ? O 9 t_ O 0 O 0 O 0 O 0 O 0 O 0 Cn 0 O 0 m a' fA N O A fA j N fA 0 ao N A O fA Cn O co O v+ N Cn O O O fA N N W O fA j 0 N O O f0 N A N W V V Ol N w V A fA V N A O fA m w W OD fA Cn O A O fA Cn W 0 O fA f0 V W 0 O fA A 01 0 OD fA W O A V (.) fA W O �a p O) W ,(%� fA A La fA j fD fA O) fA D7 OD Ol fA pppp A A Efl N f0 O O !A 8D1 f0 fA O .� Q D O O O O O O O 0 O O W N O O O O O O O O O O O 0 O O O O O O O O O O 6 O M m O O O O N Ln -4 Ln W 0 O O O O O O t- v v m X W v N 0 2 m v C r m D v m z C K 7!l m C N m N_ 24 00 ,A cp cn oav-0 a o 0 m m CD o' a p SU ry m F) � N A � N (1 npi 3 MD w W oa CO 3 m m C) x m m D N W a �c ID N n CD w co co n w CD w v 0 S z x R 0 0 0 c 0 El a 0 0 p � A 03 O Z .+ O v 0 .. Tm N V/ n m v c r m D v v m z v c ;u m m v N y O A CD en Q CQ <D Z1 CD a1 n CD 3 W a cD ca CD n N Q CQ N Q Q CD O W A O W N EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) Construction Services Agreement: Revised 01.28.21 (v9) Administrative Services Division Purchasing ADDENDUM #1 Memorandum Email: (Cynthia.McCanna@colliercountyfl.gov) Telephone: (239-252-8992) Date: 1 /19/2021 From: Cynthia McCanna, Procurement Strategist To: Interested Parties Subject: Addendum #1 21-7849-ST Bridge Replacement- Bridge Package A - 2 Bridges - Imm Rd 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. Addition 1: Pre -Bid Meeting Minutes, Sian -in Sheets 21-7849-ST — Addendum #1 - Pre -Bid Meeting Minutes and Sign in Sheets Channel: Correction to Bid Schedule Bridge #034832 Quantities have been changed to zero for bridge #034832. Revised Bid Schedule attached. Item No.7 is a duplicate pay item (see Item 9) and Item No. 8 is not applicable to this bridge. ITEM NO. PAY ITEM NO. DESCRIPTION_ UNIT EST. QTY. UNIT PRICE PAY ITEM TOTAL 7 010271 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2M79 $0.00 $0.00 8 010271 18 TEMPORARY BARRIER, F&I, FREE STANDING LF 46&- 0 $0.00 $0.00 Clarification 1: In the Line Item Description in BidSync: Lump Sum Total = Bridge 034831 + Bridge 034832 + Owner's Allowance. Please acknowledge receipt of Addendum and include with your bid. (Signature) Kevin C. Shimp A (Name of Firm) 1 /19/2021 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 Countycoter Administrative Services Department Procurement Services Division Meeting Minutes Solicitation: 21-7849-ST Selection Committee Negotiation Meeting ❑ Other: Pre -Bid Meeting Date: 1 /19/2021 Start Time: 10:00 AM Location: Procurement Services Conference Room A Committee Members (Voting) In Attendance: Absent: Advisors/Staff: Purpose: Solicitation Pre -Bid Meeting SOLICITATION # 21-7849-ST Bridge Replacement - Bridge Package A - 2 Bridges - Imm Rd Discussion/Action: Bid Due Date: February 4, 2021 @ 3:00 pm Last Day for Questions: January 21, 2021 @ 5:00 pm Answers to Questions: January 26, 2021 Liquidated Damages will be $(value) per calendar day (FDOT Standard) All Bid Questions must be submitted on-line - No Questions will be answered during pre -bid meeting Bid to be submitted on Collier County Electronic Bid System. Subsequent to Pre -Bid Meeting, attendees were invited to tour site to view the site conditions. Recommendations: 1. All questions and discussions to be submitted on line by contractors. All answers will be provided on-line only 2. A post meeting site visit was offered, however no substantive questions and answers were accepted nor provided. Adjourn Time/Facilitator: 10:23 AM / Cynthia McCanna SOP Tab 2 - Appendix E3 - Template - Pre -Bid Meeting Minutes - 02-14-20 v c O )g 0 cn W N , 1 � � o v v s o' Q a J � c e Q c IN rir Ir 4 �1 ►v i b 0 Cl) or- N 6— li c� r � ratAQj � � U �j 4 �f C UA 2 � 1 ^ �r V J cowler Couuty Administrative Services Division Procurement Services Date: January 21, 2021 Email: Cynthia.McCanna@colliercountyfl.gov Telephone: 239.252.8992 ADDENDUM # 2 From: Cynthia McCanna, Procurement Strategist To: Interested Bidders Subject: Addendum #2 — 21-7849-ST - Bridge Replacement -Bridge Package A-2 Bridges-Imm Rd This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE: Exhibit J — 66066.12_S&S_Specifications Pkgs ABC — rev: Note 9-5.3.2 on the Withholding Payment for Failure to Comply (sheet 42) is revised as follows: The Department will withhold progress payments from the Contractor if he fails to comply with any or all of the following within 60 days after beginning work: 1. comply with and submit required paperwork relating to-pr2vai4*g wage rate previsions, Equal Employment Opportunity, On 1ati�A} s If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this xlendum with your submittal for the above referenced solicitation. / (Signature) Kevin C. Shimp (Name of Firm) 1/21/2021 Date cod COI ntvy Administrative Services Division Procurement Services Date: January 22, 2021 Email: Cynthia.McCanna@colliercountyfl.gov Telephone: 239.252.8992 ADDENDUM # 3 From: Cynthia McCanna, Procurement Strategist To: Interested Bidders Subject: Addendum #3 — 21-7849-ST - Bridge Replacement -Bridge Package A-2 Bridges-Imm Rd This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: Clarifications: Question 9 Maintain Existing Bridge Structure - Existing Bridge 030,137 has been modified/reinforced to meet the required serviceability. Please provide a copy of the temporary design; Confirm that the costs for the altematives to Maintain Existing Bridge Structures are not to be included in the bid items and the per/SF pricing for this work is to be included in the Emergency Plan submitted with the Bid. (Submitted: Jan 20, 2021 2:47:40 PM EST) RESPONSE: See attached for the pile jacket repair plans and a sketch of the crutch bents at existing Bridge 030137. The following excerpt has been taken from "Timber Bridge Monitoring: Inspection Report #1— Addendum #2 for Bridge #030137" dated June 2015 and describes the crutch bent system as follows: "Repairs have been made to this bridge since the time of the third inspection in early May. One crutch bent has been placed on each side of all intermediate bents on this bridge. The crutch bents are intended to fully support the bridge superstructure should the existing critical piles become incapable of carrying loads. The crutch bents are designed to withstand the greater of the loads produced by the HL-93 design load and the FL120 permit truck, as required byAASHTO LRFD and the Bridge Load Rating Manual. Each crutch bent consists of one W24x117 beam running underneath the bridge that is parallel to the existing bent cap and contacts the bottom of the slab. The beam is supported at each end by one steel H-pile (HP12x53)." The contractor is to include the assumed cost risk for all emergency bridge repair in the lump sum bid price for Line Item No. 1 (Pay Item No. 101-1 Mobilization). Provide the approximate cost per square foot of the preferred emergency bridge repair alternative in the Emergency Bridge Service Plan for information only. See Attached Documents: 21-7849-ST — Addendum 3 Pile Jackets 21-7849-ST—Addendum 3 Crutch Bent -Sketch If you require additional information please post a question on our Bid Sync (www.bidsyne.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Adel ndum with your submittal for the above referenced solicitation. J/ r (Signature) Kevin u. (Name of Firm) 1 /22/2021 Date CCurC01414ty Admidstmlive Services Division Procurement Services Date: January 25, 2021 Email: Cynthia,McCanna@colliercountyfl.gov Telephone: 239.252.8992 ADDENDUM # 4 From: Cynthia McCanna, Procurement Strategist To: Interested Bidders Subject: Addendum #4 — 21-7849-ST - Bridge Replacement -Bridge Package A-2 Bridges-Imm Rd This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: Change 1: Correction to Bid Schedule Bridge #034831 Quantities have been changed to zero for bridge #034831. Revised Bid Schedule attached. Item No.61 is not applicable to this bridge. ITEM NO. PAY ITEM NO. DESCRIPTION UNIT EST UNIT PRICE PAY ITEM TOTAL 61 711-11-170 ITHERMOPLASTIC, STANDARD, WHITE, ARROW (rHRU) I EA 1 0 1 50.00 1 $0.00 If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Aldendum'with your submittal for the above referenced solicitation. 1 /25/2021 t�. (Name of Firm) Date CO le-r C014nty Email: Cynthia.McCanna@colliercountyfl.gov Administrative Services Division Telephone: 239.252.8992 Procurement Services ADDENDUM # 5 Date: January 29, 2021 From: Cynthia McCanna, Procurement Strategist To: Interested Bidders Subject: Addendum #5 — 21-7849-ST - Bridge Replacement -Bridge Package A-2 Bridges-Imm Rd This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: Change 1: REVISION TO FORM 11— IMMIGRATION AFFIDAVIT CERTIFICATION: Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) that it is aware of and in compliance with the requirements Net forth in Florida Statutes 448.095, and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Change 2: - Bid due date extended 21-7849-ST — Addendum #5 — Bid due date extended o Bid due date extended from February 4, 2021 no later than 3:00 pm to February 9 2021 no later than 3:00 pm If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project Please sign below and return a copy of # Addendum with your submittal for the above referenced solicitation. (Signature) Kevin (Name of Firm) .112212021 Date 00 y1 Y C014Hty Email: Cynthia.McCanna@colliercountyfl.gov Administrative Services Division Telephone: 239.252.8992 Procurement Services ADDENDUM # 6 Date: February 1, 2021 From: Cynthia McCanna, Procurement Strategist To: Interested Bidders Subject: Addendum # 6 — 21-7849-ST - Bridge Replacement - Bridge Pkg A - 2 Bridges-Imm Rd This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE:1 REVISION TO PAGE 47 — Exhibit J - 66066.12—S&S Specifications ABC -Rev Please reference: 21-7849-ST - Addenmdu6 - St) PPIC11IC utitl titxccttttt 1'<ictut ;e Number Oue CLEARING AND GRUBBING - REMOVAL OF EXISTING BRIDGES — GENERAL. (REV 9-10-07) (FA 2-15-08) (1-21) SUBARTICLE 110-6.1 is expanded by the following: The Contractor 11111), volunteer to deliver the debris from bridge numbers 030136, 030137, 030139, 030140, 030141, 030153, 030154, 030155, 030156, and 030158 on this Contract is-t�.4gnat-e4 to Collier County Coastal Zone Management Section of the Capital Project Planning, Impact Fees and Program Management Division. This agency has requested delivery of the bridge debris to Collier County Landfill, 3730 White Lake Boulevard, Naples, Florida, which is 45 miles from the project site. The Contractor assumes sole responsibility for the coordination and delivery of the debris to the designated location, at no cost to the 13epailmetit. The Conti adur mill be exempt from landfill usttae fees for ollh, the debris selected 1w Coastal lone I atna ,enicnt v sor tc} del�i� t�i- ��: Upon receipt of the debris, the receiving agency is responsible for additional costs of processing, delivery, placement, and use of the material and assumes legal and permitting responsibility for the placement of the debris. Payment for transport ,tiou cost delk,ei--y of the debris to the designated location is included in the cost for demolition. The gross allowable tiu indty of debris per bid pateligye is as follows: Paekit tre A -- 455 `I'N Package TN Patekatf7,e. C:' -- 9:10 `l'N Change: 2 Clarification: Question # 1: Is a FDOT pre -qualification for bridges sufficient forbidding this projector is a contractor's license required? Answer #1: Florida Law (Chapter 337.14 F.S.) And Rules of the State of Florida, Department of Transportation, (Chapter 14-22, F.A.C.) require contractors to be prequalified with the Department in order to bid for the performance of road, bridge, or public transportation construction contracts greater than $250,000.00. A general contractor's license is not mandatory, Question #2: Is there a specific form for the emergency repair plan to be submitted on or is a plan on a company letterhead sufficient? Answer42: No, there is no specific form; the bidder may use company letterhead if preferred. However, the Emergency Bridge Service Plan should be formatted as a report addressing the items indicated in the Supplemental Terms & Conditions, Maintain Existing Bridge Structures at a minimum. The bidder may elaborate to provide as much detail as they deem suitable to indicate their preparedness for such a scenario. Change 3: Addition: Please Reference 21-7849-ST — Addendum #6 Overall Questions and Answers Questions and answers # 1 through #11 Change 4: Clarification: Bidders should include the Emergency Repair Plan with their bid submission. Bidders shall sign and submit all bid forms and addendum acknowledgements. Please refer to the bidder's checklist. If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of Offij Addendum with your submittal for the above referenced solicitation. (Signature) Kevin C. Shimp (Name of Firm) ,2/01 /2021 Date �- FORM I - BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Bridge Replacement - Bridge Package A - 2 Bridges - Imm Rd BID NO. 21-7849-ST Full Name of Bidder Thomas Marine Construction Inc. Main Business Address 8999 High Cotton Lane Place of Business Fort Myers FL 33905 Telephone No. 239-337-0008 Fax No. 239-337-0099 State Contractor's License # CGC1515445 State of Florida Certificate of Authority Document Number F68794 Federal Tax Identification Number 59-2163377 DUNS # 02-853-2935 CCR# Cage Code 5WNY4 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 event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Construction Solicitation Doc rev 02-21-20� Successful Bidder hereby expressly waives and relinquishes any right which it may have to sack 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 ofthe 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 ail work covered by this Bid within live, hundred eighteen (5118) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signs Title: Construction Solicitation Doc rev 02-21-20 ` '; FORM 2-CONTRACTOR'S KEY PERSONNEL ASS[t; NED TO THE PROJECT Bridge Replacement - Bridge Package A - 2 Bridges - Imm Rd Name Darren Watkins Mark D. Mabee Construction Solicitation Doc rev 02-21-20 Bid No. 21-7849-ST I'c rsomwl Cnle.gpor Construction Superintendent Project Manager FORM 3 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL, BE DEEMED NONRESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Sid 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 materiel is proposed and listed below and is not approved by Engineer/Projeot 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 QX 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 Sid specifications. company; Signature: Kevin Date: ?09M21 Section B (Exception requested to 13V1 spccifiications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUI^ CTURFR m.. Z. 3. 4. 5, Please insert additional pages as necessary. Company: Sigaaturo: Date Construction Solicitation Doc rev 02-21-20 0 FORM 4 - LIST OF MAJOR SUBCONTRACTORS THIS LIST MIDST BE COMPLETED OR BID MAY BE DEEMED NON -RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2017-09 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 lioenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non -compliant or non -qualified Subcontractors in its bid offer, Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non -compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above, Major Category of Work Subcontractor and Address 1, Pilcs —Self Perform 2. Concrete Self Pgrform 3. Sitework Self Parform 4. Pavin& Preferred Materials Inc. 5701 E. Hillsborough Ave Tama FL 3391 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Acme Barricades 9800 Normandy Blvd. looksonville, FL 32221 MOT-StrIpIng, and Guardrail Company: Signature: Datc: 2/09/2021 Construction Solicitation Doc rev 02-21-20 OCAQ FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five (5) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. i. Riverstone Bri (project name) FA 3. Lakeland, FL (project location) (project description) March 2020/AuOust 2020 $ 1,289,895.00 (project start/completion dates) (contract value) Skyplex Blvd. Improvements (project name) Fort Myers, FL Croject location onstruction of a 34' span by 114' wide composite arch bridge. (project description) Towne Park Community Development District (project owner) 12051 Corporate Boulevard, Orlando, FL 32817 (Owner's address) Patrick Marone Construction Manager (Owner's contact person) (title) 863-585-8699 (phone) pmarone@healthfl.com (email) Lee County Port Authority (project owner) 11000 Terminal Access Road, Fort Myers, FL 33913 (Owner's address) Neil Monkman Project Manager (Owner's contact person) (title) July 2018/April 2019 $ 1,325,579.64 239-481-5000 neii.monkman@wcgfi.com (project start/completion dates) (contract value) (phone) (email) Golden Gate Bridge (project name) Naples, FL (project location) Project included bridge reconstruction and realacement (project description) Feb. 2019/Sept. 2020 _ $, i-5-1497_,50— (project start/completion dates) (contract value) Construction Solicitation Doc rev 02-21-20 Collier Count (project owner) 3301 Tamiami Trail East, Naples, FL 34112 (Owner's address) John Conti Project Manager (Owner's contact person) (title) 239-348-1328 iohn,conti colliercountyfl,gov (phone) (email) 4. 5. 6. FORM 5 -STATEMENT OF EXPERIENCE OF BIDDER Vanderbilt Drive (project name) Naples FL (project location) Replacement of two bridges along Vanderbilt Drive over Little Horse Pass & Tidal Creek (project description) May 2018 $4,953,758.13 (project completion date) (contract value) US 41 over Catfish Creek (project name) Sarasota, FL (project location) Replacement of a 40'span cast -in -place bridge on US 41. (project description) Collier Count (project owner) 3301 Tamiami Trail East, Naples, FL 34112 (Owner's address) Crystal Gorman Senior Project Men ger (Owner's contact person) (title) 239-250-6680 crystal.gorman@aecom.com (phone)^ (email) Florida Department of Transportation, District 1 (project owner) 801 N. Broadway Avenue, Bartow, FL 33830 (Owner's address) Crystal Gorman Senior Proiect Manager (Owner's contact person) (title) March 2019 $ 925,229.19 239-250-6680 ggstal.gormanPaecom.com (project completion date) (contract value) (phone) (email) Golden Gate DB Bridge (project name) Naples, FL (project location) Project included bridge reconstruction and replacement. (project description) Collier County (project owner) 3301 Tamiami Trail East, Naples, FL 34112 (Owner's address) John Conti Project Manager (Owner's contact person) (title) January 2018 $1,102,250.00 239-348-1328 John conti@colliercountyfl.gov (project completion date) (contract value) (phone) (email) Company: Thomas Marine Constructi Inc. Signature: Date: 2/09/2021 Kevin C. Shimp Construction Solicitation Doc rev 02-21-20 �2 FORM 6 - TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990, The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure(Quantity) Cost (Description) LF SY 1. Simple Sloping_ 2. 3. 4. 5. LF 324 10.00 40.__ TOTAL Failure to complete the above may result in the Bid being declared non -responsive. Company: Thomas Marine Consh Signature: Kevin C Shimp Date: 2/09/2021 Construction Solicitation Doc rev 02-21-20 / ry 'C FORM I - B><D BOND KNOW ALL MPN BY THESE PRESENTS, that we Thomas Marine Construction, Ine. _ (herein after called u the Principal) and Travelers Casualty & SuretyL`ompanyof,America (herein called the Surety), a corporation chartered and existing under the laws of the State of ':1 with its principal offices in the city of Hartford and authorized to do business in the State of FL are held and firmly hound unto the Collier County Baard_oF Coun _Commissioners (hereinafter called the Owner), in the full and just sum of _5% of the attached bid dollars ($ 5% � good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents, Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work an the Project known as Bid No. 21-7849-ST Bridge Replacement - Bridge Package A - 2 Bridges - bum Rd. NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date, of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance ofthe Agreement and for the prompt payment of labor, materials and supplies furnished in the pfasecutioo 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$ IQA 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 farce and effect. IN TESTIMONY Thereof, the Print p1ll and Surety have caused these presents to be duly signed and sealed this 25th day of Jan, Thomas Marine Construction, Inc, principal BY (Seal) Travelers Casualty & Surety Con y of America Surety (sea]) Countersigned Appointed Producing Agent for Travelers Casualty & Surety Company of America 0 „.-xe, TRAVELERS] 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company are corporations duly organized under the laws or the Stale of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint l fitti Zuk of Grand Rapids, Michigan their true and lawful Altomey-in-Fact to sign, execute. Seal and acknowledge any and all bonds, recogdeances, conditional undertakings and other writings obligalory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of pnraons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law, IN WITNESS WHEREOF, the Companies have caused this Instrument to he signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. 4�ya4 iu�ir ui•'” a"6 v1� n :w State of Connecticut BY, City of Hartford ss. RobertL. Raney, Sehlbr Vice President On this the 3rd day of February, 2017. before me personally appeared Robert L Franey, 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 authorized so to do, executed the foregoing instrument forthe purposes therein contained by signing an behalf of the corporations by himself as a duly authorized officer In Witness Whereof, I hereunto set my hand and official seal. 4,t0 My Commission expires the 30th day of Juno, 2021 , * OA`L Q. - — ,r 4to * Made C. Telreault, Notary Public This Power of Attorney is granted under and by the: authority of the f0owing resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine insurance Company, which resolutions are now In full 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 Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may glva such appointee such authenly as his or her certificate of authority may prescribe to sign with The Company's name and seal with the Company's seal bonds, recognixances, contracts of Indemnity, and other writings obligatory in the nature of a bond, rocognizance, or conditional undertaking, and any of said officers or the Board of Olrectors 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 President, any Vice Chairman, any Executive Vice President, any Senior Vlce President or any Vice President may delegate oil or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is In wriling and a copy thereof is filed in the office of the Secretary; and It Is FURTHER RESOLVED, Ihat any bond, recognizance, contract of Indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice 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 scat by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed In his or har certificate or their certificates or authority or by one or more Company officers pursuant to a writien delegation of authority; and it is FURTHER RESOLVl=t), that the signature of each of tho following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretanes or Attomeys-In-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature therenfr and any such Power of Attomay 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 signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it Is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casually 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 effect. Dated this zsth day of ]mn. , 2021 A�y�r• �,t". a,r� ut�� 4t + IN'RrWiq � nnhlrarl, �` {piNjlR 1��rtY1, � �CiiH ,r � xti 4 � n Mu s, Assi�la�S celery To verify Nte autthentFdty of rills power ofarcorneyr please callers at 1-00e-421 -.78e0. please refer to the above named .Ramey -In -Fact and tho derails of the band ry which the power Is attached. FORM S - INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the 5tato 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 otwork. 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 insurunce. Certificates issued as a result of the award of this solicitation must identify "For any and all work perfomzed 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 Bolder shall be named as Collier County Board of Ccunty 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. CoverageUs shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor orthis requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage( required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage, and charge the Vendor for such coverageW 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, not shall it be responsible for the coverageu purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Cortificate(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. Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Llwlts L 0 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 ha 7s:/fa is.fld 1 exen► pU 2. Employer's Liability S 1,000,000 single limit per occurrence 3, ® Commercial C,enerai Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_1,000,000^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; Independent Contractors; Products and Completed Operations and Contractual Liability. d. ® 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 ContractorNrndor in the performance of this Agreement. S. Automobile Liability 5 1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as ❑ Watercraft $ �_ Per Occurrencc noted; ❑ United states Longshoreman's and kiarborworkcr'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, 3 Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to tho 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 S Per Occurrence ❑ Valuable Papers Insurance $� Per Occurrence © Cyber Liability $� Per Occurrence d Technology Errors & Omissions $ Per Occurrence CAO 7. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 12/31/20 - 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. cottley County Admini*4 ve Services Department Procurement Services DWion 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 goveniment. 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). 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. Thomas Marinru� coon, Inc. i Company Name Signature Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 9th day of February (month), 2021 (year), by Kevin Shim (name of person acknowledging). (S gnature of Notary Public -State of Florida) Personally Known OR Produced Identification Type of Identification Produced Linda Solich (Print, Type, or Stamp Commissioned Name of Notary Public) �+Mh LINDASOLICH COMMIN1on ¢GG272882 g. Expires February 5, 2023 Sm* ilru Troy Fain Iran a 80 48540% f Cd&r Coxa-nty A,dminiWatlye Services Daikirtmont prommm"l San b&r. oKUIbn FORM 10 - VENDOR DECLARATIOrq STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Napier, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without col lusion 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 aboverefcrcnced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub - vendor for any future associated With work that is a result of this awarded contract, IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 9th day of Februgjy . —.., 2021 in the County of Lee , in the State of F orlda _ Firm's Legal Thomas Marine Construction, Inc. Name: Address: 8999 High Cotton Lane City, State, Zip Fart Myers, FL 33905 Code: Florida 168794 Certificate of Authority Document Number Federal Tax 59-21633.7. 7 Identification Number 5WNY4 *CCR # or CAGE Code *Only if Grant Funded Telephone: 239-337-0008 Email: kcshim o1. Signature by: Kevin C. Shimp (Typed and written) Title! President Additional Contact Information Send payments to: (required if different Company name used as payee 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: CA710r Conftty AdminishWe SaMces Departrnent Prmurarrmi Sarl*as RIvisfon FORM 11 - IMMIGRATION AMDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorimd principal of the firm and submitted with forma] solicitation submittals. Further, Vendors ate 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 oompleted 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 ofthe submission of the Vendor's bid or within five (5) day of the County's Notice of Recommend Award. FA1L RE ECIITL� THlS AFFIDAVIT C1gRTIFI ATION AND SUBMIT WIT14 VENDOR'S PR P A 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 e(e) Section 274A(e) of the Immigration and Nationality Act (MINA") Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (a) of the iNA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shrill be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (speoitleally to the 1986 immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's bid. Thomas Marine Ca s ruction, Inc, Company Ntine Signature Name and Title state of Florida County of Lee The foregoing instrument was acknowledged before me by means of M physical presence or ❑ online notarization, this Bth day of February (month), 2021 (year), by , Kevin C. 5himp (name of person acknowledging). (Signature of ❑tart' Public - State of Florida) Linda Solich (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced identification Tpe of Identification Produced ;6n. LA. Cammissian00t3272982 }�' Expiros February 51 2t128 '-Rrf.1��' BondaditwTmrFafnkwmanoeti0D3mS7bt9 FORM 12 - BIDDERS CHYCKL1ST IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms whieb are included in the Bidding Documents, Please read carefully, sign in the spaces Indicated and return with your Rid. Bidder should check oil' each of the following items as the accessary action is completed: - 1. The Bid has been signed. f 2, The Bid prices offered have been reviewed. 4, Tlw price extensions and totals have been checked. r/q, Bid Schedule has been completed and atlachcd. ✓5. Any required drawings, dascriptivc litcra are, etc. have been included, IG, Any delivery infuriation required is included. r17. The following on-line standard documents have been reviewed and accepted in Bid$ync: ✓tt, Construction bid instructions form ,/h, Construction services agreement ✓c, Purchase order terms and conditions R, All ofthe following bid farms have been completed and signed: e,i. Bid Form (Form 1) +,'b. Contractors Key Personnel (Form 2) vd. Material Manufacturers (Form 3) .d: List of Major Subcontractors (Form 4) 41' Statement of Experience (Form 5) /f. Trench Safety Act (Form G) 13id Bond form (Form 7) III. Insurance and Bonding Re"irements (Form 8) Contlict or Interest Affidavit (Form 9) Vendor Declaration Statement (Farm 10) `1E. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE #/ 1. Signed Grant Provisions and Assurances package in its eutimty, if applicable, are executed and should be included with your submittul. A Il forms must be executed, or you MAY be DEEMED NON -RESPONSIVE, 9. CIes of required information have been attached a. Bioliess tax Receipt (Collier County Businesses Only) ✓b. Company's F-Verily profile page or memorandum of understanding Vc. Certificate of Authority to Conduct Business in State of Florida (sunbit.org) Vd. Any required professional licenses — valid and current (myfloridalicense,com) (ie: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, etc., as applicable, requested and/or required,) i/10. If required, the amount of Sid bond has been checked, and the Bid bond at, 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 laid will be uplondcd in time to be received no later than the specified opeo ing dnic and timc, otherwise the Bid cannot be considered, 0.1-0 Company ID Number: 385562 i THE E-VERIFY PROGRAM FOR EMPLOYMENT Vr=RIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and 't iu a is, m-.irine [ imstruclinn loc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form I-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses - Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208. 110 Stat. 30139, as amended (8 U.&C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.16 and in Executive Order 12989, as amended. ARTICLE 11 FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available Information that allows the Employer to cc)nfirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with dames, titles, addresses, and telephone numbers of SSA representatives to be contacted daring the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information. as is appropriate by taw, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 13 1 E-Verity MOU Ioe Employe, I ReviGion Darr WO www.dhs.goVlE.-V$rs[y 0 EmployerWizard Page I of I ire-YON-V erify VIPA� use, Iri �U a otch t3()L7702 11:2f) M4 - 0 W2012011 L09 0i'l s Click any (D for help Hone Company Information N�'N Company Name: Thomas Marine viow / Edit , Construction, Inc- 1--ases Company 10 Number- 385562 !;ay F (:, r 11 •: Doing Business As (DBA) Name: DUNS Number. 028532935 cAlange Secwrjty Physical Location'. Mailing Address: Okiestions Address 9: 89W I ilgh Cotton Lane Address 1: Ed", C:xn,)a11v profilp Address 2: Address 2: Add New Use, City: Fort Myers City: Vwve Em5brv;7 Uses State: FL State, Zip Code: 33W5 Zip Code-. k,iose ��ornpany ACC01,11)( County: LEE M/ Ronn,;, Additional Information'. vieve Reports Employer Identification Hurnber592163377 Total Number of Employees: 20 to 99 J;ew Ebv-niiii, Parent OrganizAlon. al,(e -) uvjn�;' Administrator Organization designation: Meoi User kiafwal Employer Category-, None of these categories apply C -3 f) I S,-, I Us 23T -HEAVY AND CIVIL Edif NAICS Code� ENGINEERING CONSTRUCTION Total Hiring Sites, i View I Edit Total Points of Contact: 1 W411R View / Edit https://e-verify,uscis.gov/emp/EmployerWizard.aspx 9/29/2011 DeCa, rini4np._rpf_ ta{e / / Sear_ch_Ftecords. / 9amq 6y_EnWY Name / Detail by Entity (dame Florida Profit Corporation THOMAS MARINE CONSTRUCTION, INC. Filing Information Document Number F68794 FEI/EIN Number 59-2163377 Date Filed 02/25/1982 State FL Status ACTIVE Principal Address 8999 HIGH COTTON LANE FT. MYERS, FL 33905 Changed: 04/16/1986 Mailing Address 8999 HIGH COTTON LANE FT. MYERS, FL 33905 Changed: 04/16/1986 &-gistered Agent N@r-e $ A_dJres_4, SHIMP, KEVIN C 8999 HIGH COTTON LANE FT MYERS, FL 33905 Name Changed: 01/02/2008 Address Changed: 03/03/1989 Officer/Director Detail Name & Address Title President SHIMP, KEVIN C 8999 HIGH COTTON LN FORT MYERS, FL 33905 Title VP I . `ems STENEK.FRANK 300 IONIA AVENUE, NW GRAND RAPIDS, MI 49503 Title S SOLICH, LINCIA 8999 HIGH COTTON LANE FORT MYERS, FL 33905 Title Treasurer LABARGE,JOHN 300 IONIA AVENUE, NW GRAND RAPIDS, MI 49503 Title VP Mabee, Mark Q 8999 HIGH COTTON LANE FT MYERS, EL 33905 PA-ntiUpl-L3epi:rtj Report Year Filed Date 2019 01/04/2019 2020 0110612020 2021 01109/2021 document Imago , tj1( W"21.- ANNUAL View Image In PDF formal lImago Q111W020 -ANNUAL REPORT Vow In POF formal W&Y.Mm ;-AN&LAL REPW Mew Image In PDF format R11W2fllfL•.AN Iitl1 BEFARi Maw Image In PDF format 0I1QoZpjL--6�aU61 RFPQgl View image In POF format QT1261xD18 ,- ANNUAI. RF-PORT View Image In PDF format 02123f2D18 - ANNUALB&PQRT view image In POF format flM,9()J,:4, ANNV tom[ RR View Image In PDF format R 1 0110812D13 -ANNUAL REPORT View Image in PDF format 403LZ012 - ANN.VAJ- REPQK View_ Image in PDF format l 01 Q 41201I -- ANNUAL REPORT _View Image In ADt= fanner Ill 912010 - ANNtT&RW-PEa View Image_0 PDF format 04114Q009 -ANNUAL Rl_PDRT View Image in PDF format 4t10212009 , ANN1J�1� REPORT View Image In PDF format f}� 01T,QRZ.,_=AN 1)Al�j p �j View image In PDF f01;At Q gf Ql �yNNUAI REPORT Mew Image In PDF format l41112005 -- ANNUALREPDRT View image in PDF format Q QQ4 -ANNUAL R>rp t Mew Image In PDF format S ia'L1,ixi1.0. l_NX A.IL, I FP,01 View Image In PDF formal &UjaqD2 - MNIUAL REPORT View Image in PDF format 0417)2pOJ - ¢NKIJr LBLE 7RT View Imago in PDF format CAS) P4Wf4OP-.-..ANNUALRMR! Viow irlityk? in ;)f)F (Urflial QRQW.1.999 n-AMAMILBEK11.1.1 View IrTlaw, in IJDF furmili Q2.02LI ON View irnagu in POF farmat View Image in PDF (rirmal 0510111996- ANNNUAL REPOR VIE)w imoge in PDF format &VQV1095-6LUQaLFlE G f _._.� -......-.d t EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Darren Watkins Mark D. Mabee Personnel Category. Construction Superintendent Project Manager 10 ConslruCtion Services Agreement: Revised 01.2d.21 (0) EXHIBIT B-t: PUBLIC PAYMENT BOND ITB# 21-7849-ST KNOW ALL MEN BY THESE PRESENTS: That 107362043 Bond No. Contract No. 21-7849-ST Thomas Marine Construction, Inc. 8999 High Cotton Lane, Ft Myers, FL 33905 as Principal, and Travelers Casualty & Surety Company of America as Surety, located at Une Tower Square, Harttord, CT 06183 (Business Address) are held and firmly bound to Collier County Board of County Commissionem Obligee in the sum of four million four hundred twenty three thousand two hundred fifty eight & 99/00 4,423,258.99 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a cBpr�tra�t dated,s $f.tthe dAay 20 with Obligee for ri ge ep acemen - n ge 1'xclrrge - 2 g soli in accordance wit rawfngs and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 1st day of April 2021 , 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 01.28.21 (vg) Signed, sealed and delivered in the presence of:_. - - Witnesses as to Principal PRINCIPAL Thomas Marine Construction, Inc. BY: NAME: Mark . Mabee ITS: Vice President STATE OF Florida COUNTY OF Lee The foregoing instrument was acknowledged before me by means of In physical presence or D online notarization, this 6th day of April 2021 by Mark D. Mabee , as Vice President of Thomas Marine Construction Inc. a Florida 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: 2/05/2023 t* ` Commiss10 # 0 272882 ;,; �o Expires February 5, 2023 R F �'' Bonded Ttw Troy FeM MBurance 8t IVS-7gig (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety AA (Signature of Notary Public) NAME: Linda Solich (Legibly Printed) Notary Public, State of Florida Commission No.: GG 272882 SURETY: Travelers Casualty & Surety Company of America (Printed Name) One Tower Square Hartford, CT 06183 (Business Address (Authorized Signature) (Printed Name) 12 Construction Services Agreement: Revised 01.28.21 (0) OR Witnesses STATE OF MI COUNTY OF Kent As Attorney in (Attach Power of Attorney) Patti Zuk (Printed Name) 150 Ottawa Ave., NW, Ste. 1000 Grand Ra ids, MI 49503 (Business Address) 616-942-5070 (Telephone Number) The foregoing instrument was acknowledged before me by means of C,i physical presence or ❑ online notarization, this t St day of April 1 20_21_, by Patti Zuk as Attorirc�--in-I a t Of Travelers Casualty ire nrnppn� of Amerir-a a corporation, on behalf of the corporation. He/she is personally known to me OR has produced personally known as identification and did (did not) take an oath, f My Commission Expires: �-31-a0aa (Signature of Notary Public) Name: �20 I'e pZ, 0 (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: M ) i2k,4104 Commission No.: CAROL BIFULCO NOTARY PUBLIC, STATE OF MICHIGAN COUNTY OF KENT MY COMMISSION EXPIRES 01-31-2022 1 ACTING IN THE COUNTY OF 13 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT B-2: PUBLIC PERFORMANCE BOND ITB# 21-7849-ST Bond No, 107362043 Contract No. 21-7849-ST KNOW ALL MEN BY THESE PRESENTS: That Thomas Marine Construction, Inc. 8999 Hi h Cotton Lane, Ft Myers, FL , as Principal, and Travelers Casual & Sure Coml2any of America 33905 1 as Surety, located at One Tower Square, Hartford, CT 06183 (Business Address) are held and firmly bound to Collier County Board of County Commissioners , as Obligee in the sum of Four million four hundred twenq three thousand two hundred fifty nd 99/100 ($ 4,423,258.99 ) 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 1 with Obligee for 3rid e Replacement - Brid e Packa e A - 2 Bridgr..q - ? -�' 49-STin 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 1st day of April 1 2021 , 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 01.28.21 (v9) Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF Florida COUNTY OF Lee PRINCIPAL Thomas MWine ConstrucPn, Inc. BY: NAME: Mark D. abee ITS: Vice President The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 6th day of April , 2021 by Mark D. Mabee , as Vice President of Thomas Marine Construction Inc. a Florida 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: 2/05/2023 .,Illy CommissOiCn # GG 272882 s:o Expires pt=broary 5, 2023 `'•� ►'"' BwWThruTMF*InsurawU0.3857019 (AFFIX OFFICIAL SEAL) f �A Lam• ignature of Notary Public) Name: Linda Solich (Legibly Printed) Notary Public, State of: Florida Commission No.: GG 272882 15 Construction Services Agreement: Revised 01.28.21 (0) ATTEST: Witnesses as to Surety Witnesses STATE OF COUNTY OF Kent SURETY: Travelers Casualty & Surety Company of America (Printed Name) One Tower 5 uare Hartford CT 06183 (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fa t (Attach Power of Attorney) Patti Zuk (Printed Name) 15 Gran Ra i s, M149503 (Business Address) 616-942-5070 (Telephone Number) The foregoing instrument was acknowledged before me by means of W physical presence or ❑ online notarization, this 1st day of Aril 1 20 21 by Patti Zuk j as Atiorncy-Tri-Fart of Travelers Casualty & Surety Company,ofa4mer' corporation, on behalf of tt e corporation. He/she is personally known to me OR has produced person y known as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary Public) �Fu)CO (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: i`OA ti QVn Commission No.: 01 CAROL BIFUI-Co is NOTARY PUBLIC, STATE ❑F MICHIGA oonslrudon Services Agreement: Revised 01.28.21 (v9) COUNTY OF }CENT MY COMMISSION EXPIRES D1-31 2fl22 ACTING iN THE COUNTY OF - Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS 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 duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patti Zuk of Grand Rapids, Michigan their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. 0N7 *`tr aHo 7 `�* C State of Connecticut By: City of Hartford ss. Roheri 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, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof, I hereunto set my hand and official seal. T My Commission expires the 30th day of June, 2021 7M � AN�1ti * Marie C e reatT ult, Notary Public S` This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full 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 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 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 seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional 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 President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice 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 (b) duly executed (under seal, if required) by one or more Attomeys-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 delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power 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 signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant 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 full force and effect Dated this ist day of Aprii , 2021 • �tY 4Na ®ro/p, a' '=` '4 � er /� Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached, 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. Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due 17 Construction Services Agreement: Revised 01.28.21 (v9) 'CAO Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement: Revised 01.28.21 (v9) 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 $ 1Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability ❑ Valuable Papers Insurance $ Per Occurrence $ Per Occurrence 19 Construction Services Agreement: Revised 01.28.21 (v9) ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ❑ Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 10. ❑ Collier County must be named as ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 11. ❑ The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ❑ Thirty (30) Days Cancellation Notice required. Contractor/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 Signature Print Name Insurance Agency Agent Name Date Telephone Number 20 Construction Services Agreement: Revised 01.28.21 (0) EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material - men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 120 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: President [Corporate Seal] The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of 20 by I as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary Public) NAME: (Legibly Printed) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: 21 Construction Services Agreement: Revised 01.28.21 (v9) 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 Representative: Name Application Date: Contractor's Name & Address: Payment Application No. 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 @5% through Insert Date $ Retainage @ 5% through [Insert date $ Retainage @ % after Insert date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment(s Percent Work Completed to Date: % AMOUNT DUE THIS APPLICATION: $ Percent Contract Time Completed to Date: % Liquidated Damages to Be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized re resentative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended b Owner's Project Manager Name: Signature: Date: 22 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT D (Continued) SCHEDULE OF VALUES Project Name: Project Number: Date: Period To:... _... ITEM NUMBER DESCRIPTION _ r SCHEDULED VALUE WORK COMPLETED STORED MATERIALS TOTAL COMPLETED &STORED TO DATE..... PERCENT COMPLETE c BALANCE TO FINISH _. 5% REfAINAGE _% RETAINAGE (reduced ravel TOTAL RETAINAGE WITHHELD PREVIOUS APPLICATIONS THIS PERIOD.._ THRUDATE SINCEDATE 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 comes into play. If this happens, all information up to the date of the %change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column. This states what has happened since the change in retainage. 23 Construction Services Agreement: Revised 01.28.21 (v9) Exhibit D (Continued) Stored Materials Record Parmula:A+B-C-D=E A B C D E Gate Description Suppller Invoice Number Previously Received Received This Period Previously Installed Installed This Period Balance To Install 0 24 Construatfon Services Agreement' Revised 01.28.21 (v9) EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccsp01 /SiteDirectorV/ASD/Purchasing/Formsl /Forms/Default.aspx Change Order Form Contract#: Change*:= Purchase Order*: I = Project#:� ContractodFimtName:- ==1 Project Name: I- Project Manager Name I I Department: Cx'tginal ContracbVicik Order Amount Original 611C App-rtwal Date; Agenda. Item Current BCC Appr ved Amount Last B-'C Approval Date; Agends Item* Current CentracbVi ark Order Amount SAP Contract Expiration Date (Master) Dolls rAmcuntofthisChange €0I'JO Total Charge from Original Anxwnt Revised CciitractW u,r Order Total S 0.0-ply,ip! Change from tarent BCC AppToisd Amount Cunwlsti,&-Chan _ S an *DIV,'O!l Change from Current Amount Completion Date, Description of the Taskfs) Change, and Rationale for the Change Notice to Procee� Original Last Approved Revised Date 3 Date Completion Dat Date j tn�>Sy?3 INS CR31e, #of Days Added Select Tasks M Add newtask(s) M Deletetask(sj ❑ Changetask(s) ❑,Otherise oaopv) Provide arespo nse to the following: 1.j detailed and specific explanationlrationale of the requested changes) to the tasks) and l or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and7or Contractor 4 r-_l_2. Prepared by: Date: (Pr,,ie,:t hiana=ger Name ar.>j Department} kcceFtar ¢ci#his ChargeOmersha!icons#ftueamcasd ataontocortr3workorderdentifiedabove3rdvrllbe3ub*ttoallthesame termsardcor.,�6onsascortain:firihecontraciworkcrd r:ndk-atedatove,a_iu,tyse'i#hesameweresiBlediniMsacceptar-ce. The aoiustment, if any+, to tee Coniract a h a€€ cT,r stitute a foil artd feral sstil_nxrt of any and a;ll claim s ai t he „rnt!.3n#or d �dendor f Cons uttantt Design ProfessiDr3l arisir=g out of or relit d loth-- change set ionh hers€r, inalc Sins cialms iar'im Fast and delay costs. Accepted by: Date: Contractor+ VendorlCorsLharl! D=_sian Profess ir-ralard Namscd Firm, if projectappiicabi?} Approved by: Date: (Design F'rofsssinn a€ and Name of Firm, if prt;�t appl'rcabl_} - Approved by: Date: (Procurem=ni Professional 25 Construction Services Agreement: Revised 01.28.21 (v9) OWNER'S Project No. PROJECT: CONTRACTOR: Contract For Contract Date EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 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 And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 26 Construction Services Agreement: Revised 01.28.21 (v9) RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on OWNER By: Type Name and Title 20 20 20 27 Construction Services Agreement: Revised 01.28.21 (v9) 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: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) By Design Professional: By Owner: (Signature) (Typed Name & Title) (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) 28 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT H: GENERAL TERMS AND CONDITIONS INTENT OF CONTRACT DOCUMENTS. 1,t 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 gleaning. 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 01.28,21 (v9) 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 01.28.21 (v9) 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-submlt the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 31 it .s,t7'� Conslrudlon -Services Agreement, Revlaed 01.28.21 �0) stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall withhold retainage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255.078, Florida Statutes. The foregoing does not prohibit Owner from withholding retainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255.078, Florida Statutes. Any reduction in retainage below the maximum amount set forth in Section 255.078, Florida Statutes, shall be at the sole discretion of the Owner. Such retainage 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. Any interest earned on retainage shall accrue to the benefit of the Owner, 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 VISAIMASTER 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 Conslructlon Services Agreement: Revised 01.28.21 (0) 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents_ The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of; (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6,1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clark of Court's Finance Department after the Work is finally inspected and accepted by project Manager as set forth with Section 23.1 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. CAS 33 Construclion Services Agreement: Revised 01.28,21 (0) 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 conatrvellori services Agreement: Revised 01.2a.21 {v9} 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 -BUILT$ 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 worse 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; SA A The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 Ali equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.13 Any unusual or special occurrences at the Project site; B.1.8 Materials received at the project site; 8.1.9 A list of all visitors to the Project 8.1.1 a Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of 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 ConstruCUon Services Agfeamenl' Revised 01,28.21 (4) (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 (6) 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: PublicRecordRe uest colliercount fl. ov 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. 39'ti(a1 Constructlon Services Agreement: Revised 01.28.21 (0) 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change j 37 _ ' Construction Services Agreement: Revised 01.28.21 (v9) _. Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive. 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, or any duly authorized agents or representatives of the County, 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 Payment Application, Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 38 Construction Services Agreement: Revised 01.28.21 (v9) 11,3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 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 indemnity 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 39 Construction Services Agreement: Revised 01.2B.21 (W) party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth In the Insurance and Bonding Requirements form Exhibit B-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 B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing, To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sep. 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, including the requirements set forth in Florida Statute, §448.095. 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 (ITI3) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services division an executed affidavit certifying 40 -�• Construction Services Agreement: Revised 01.28.21 (0) they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderlContractor does not comply with providing both the acceptable E-Verif evidence and the executed affidavit the bidder's 1 Contractor's proposal may be deemed non- responsive. Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http;//www.dhs..qov/E-VqriLfy. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S-C, 1324, et sea. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTION$. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work, At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void, If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits, Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the 41 Construction ServR:es Agreement: Revised 01.28,21 (v9) 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. 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. 42 Construction Services Agreement: Revised 01.28.21 (v9) 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to 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. 43 Construction Services Agreement: Revised 01.28.21 (v9) 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment 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, 44 Construction Services Agreement: Revised 01.28.21 (v9) Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 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. 45 Construction Services Agreement: Revised 01.28.21 (v9) 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or falls 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. 215 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 46 Construction Serilces Agreement: Revised 012$.21 (0) and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit 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. 47 Construction Services Agreement: Revised 01.28.21 (v9) 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. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, 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 48 Construction Services Agreement: Revised 01.28.21 (v9) damage, injury or foss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property, Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner, 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further. Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28,5,3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 49 0-A Construction Services Agreement: Revised 01,28.21 (0) 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre -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 50 r` Construction Services Agreement: Revised 01.28.21 (v9) be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below; 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"), Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of 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 ofseverability, 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. 51 � Gonstrui%on Services AgroemenU Revised 01.2a.21 (0) 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of 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. 52 Construction Services Agreement: Revised 01.28.21 (v9) 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub -subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.118 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements 53 Construction Services Agreement: Revised 01.28.21 (v9) The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying, 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information. Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35, SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via email (DL-FMOPS collier ov,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 54 Construction Services Agreement: Revised 0128.21 (4) 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. ABOVEGROUNDIUNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30l30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, MIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing twill 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 1 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 an Owner's projects is not in the best interest of the County. 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 01.28.21 (0) EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS "Attached hereto, following this page" 56 Construction Services Agreement: Revised 01,28.21 (0) CAS EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS CONTENTS: GENERALNOTES..............................................................................................................................3 PERMIT CONDITIONS........................................................................................................................3 PROTECTED SPECIES & WILDLIFE .............................................................................I..................4 FEDERAL- AVIATION ADMINISTRATION (FAA).............................................................................. 7 PROJECT INFORMATION SIGN ...................................... .................................... I ...................... I..... 8 MAINTENANCE OF TRAFFIC............................................................................................................8 MAINTAIN EXISTING BRIDGE STRUCTURES......................................................................1.........9 CLEARING AND GRUBBING ACTIVITIES......................................................................................9 PROTECTION OF LOCAL ROADS.................................................................................................10 PROTECTION OF EXISTING FENCES...........................................................................................10 PIPECULVERT.........................................................................................................1.......................10 UTILITY COORDINATION WITH UTILITY AGENCY OWNERS ....................................•••.......•...•• 11 ELECTRICITY....................................................................................................................................11 WATER..............................................................................................................................................12 FUEL ADJUSTMENTS NOT PROVIDED.........................................................................................12 ALLOWANCES........................................................................................................I........................12 SUBMITTALOF SHOP DRAWINGS...............................................................................................13 CONTRACTOR PRESENTATIONS.................................................................................................13 AS-BUILT/RECORD DRAWINGS....................................................................................................13 END.................................................................................................................................................... 21 i FIGURES: FIGURE 1: CRESTED CARACARA MAP STATION OVERVIEW ................................................. is FIGURE 2: CRESTED CARACARA MAP STATIONS 1 & 2.........................................................16 FIGURE 3: CRESTED CARACARA MAP STATIONS 3 TO 6.......................................................17 FIGURE 4: CRESTED CARACARA MAP STATION 7 FIGURE 5: CRESTED CARACARA MAP STATIONS 8 & 9..... FIGURE 6: PROJECT INFORMATION SIGN TEMPLATE ........ ...................................................18 .......... I........................................19 .............................................. 20 CAO 2 EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS GENERALNOTES 1. 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. PERMIT CONDITIONS See Permits for conditions which may affect project construction. Permit(s) have been issued as follows: SFWMD Environmental Resource General Permit (ERP) o Package A ■ Bridge No. 034831 & 034832: ERP No. 11-101651-P o LAP Package ■ Bridge No. 034833: ERP No. 11-101653-P o Package B ■ Bridge No. 034834: ERP No. 11-101654-P ■ Bridge No. 034835: ERP No. 11-101655-P ■ Bridge No. 034836: ERP No. 11-101657-P ■ Bridge No. 034841: ERP No. 26-101659-P o Package C ■ Bridge No. 034837: ERP No. 11-101664-P ■ Bridge No. 034838: ERP No. 11-101663-P ■ Bridge No. 034839: ERP No. 11-101660-P ■ Bridge No. 034840: ERP No. 11-101665-P USACE Nationwide Permit (NWP) 14 o Package A ■ Bridge No. 034831 & 034832: SAJ-2019-02318 o LAP Package ■ Bridge No. 034833: SAJ-2020-03278 o Package B ■ Bridge No. 034834: SAJ-2020-03290 ■ Bridge No. 034835: SAJ-2020-03291 ■ Bridge No. 034836: SAJ-2020-03292 ■ Bridge No. 034841: SAJ-2020-03295 o Package C ■ Bridge No. 034837: SAJ-2008-03849 ■ Bridge No. 034838: SAJ-2008-03852 ■ Bridge No. 034839: SAJ-2020-03293 ■ Bridge No. 034840: SAJ-2020-03294 The Contractor shall be responsible for obtaining the following permits, if necessary, to complete the work under this contract: • SFWMD - Water Use Permit (Dewatering) • FDEP - National Pollutant Discharge Elimination System (NPDES) Construction Generic Permit (CGP) PROTECTED SPECIES & WILDLIFE Observed Species The project area has been identified as habitat or potential habitat for several federal and state protected species as well as other species of interest. Multiple wildlife surveys occurred during February, April, and December 2018 and January to May 2019 for listed species with the potential to occur, which included: • Gopher tortoise (Gopherus polyphemus, State Threatened [ST]), • Florida sandhill crane (Antigone canadensis pratensis, ST), • State -listed wading birds, • Eastern indigo snake (Drymarchon corgis couperi, Federally Threatened [FT]), • Florida bonneted bat (Eumops floridanus, Federally Endangered [FE]), • Florida panther (Puma concolor coryi, FE), • Everglade snail kite (Rostrhamus sociabilis plumbeus, FE), • Audubon's crested caracara (Polyborus plancus audubonii, FT), • Florida scrub -jay (Aphelocoma coerulescens, FT), and • Wood stork (Mycteria americans, FT). Florida sandhill crane (adults with downy juveniles), tricolored heron (Egretta tricolor, ST), little blue heron (Egretta caerulea, ST), roseate spoonbill (Platalea ajaja, ST), Florida panther, Everglade snail kite, Audubon's crested caracara, and wood stork were observed on or adjacent to the project sites. The nearest known bald eagle (Haliaeetus leucocephalus) nest is approximately 0.3 miles from the project site. An additional geographic information system (GIS) analysis of the project area found that the project area is located near, within, or adjacent to: • Potential habitat for state -listed species: o Big Cypress fox squirrel (Sciurus niger avicennia, ST) o Everglades mink (Neovison vison evergladensis, ST) • Potential habitat for the Florida black bear (Ursus americanus floridanus) - South Bear Management Unit Contractor Responsibilities The Contractor shall be responsible for providing the services of a qualified environmental scientist to perform required species surveys, oversee compliance with federal and state wildlife regulations, and to serve as a liaison between the Contractor and environmental agencies including but not limited to the Florida Fish and Wildlife Conservation Commission (FWC) and United States Fish and Wildlife Service (USFWS). The Contractor shall be responsible for complying with all pertinent federal and state wildlife 4_ regulations as outlined in the FDGT Standard Specifications for Road and Bridge Construction and the additional requirements for species listed below. The Contractor shall be responsible for providing an informational display that must be placed in the construction office and throughout the construction site and be accessible to all construction personnel for the duration of all construction activities. The display shall include: • A hard copy of the informational brochure A Guide to Living with Florida Panthers, • Guidelines on preventing conflicts with Florida Black Bear and how to respond if a bear is encountered • A hard copy of FDDT Contractor Requirements For Unanticipated Interaction with Protected Species available here' htt s:/Ifdotwww.blob.core.windows,net/sitefinit /docs/default- sourcel ro rammana ement/im lemented/urlins ecs/files/endan eredwildlife uideii nes.gdf?sfvrsn-e27baf3f 2 Labeled photos of each of the above -mentioned species with information on what to do in the event of a sighting. Printed full -color photos shall be no less than 4 inches by 4 inches square with the image of the species contained wholly within and filling the frame so as not to cutoff part of the image. The Contractor shall include these provisions in contracts with their subcontractors and suppliers. Packages A, B, and C: All costs to provide the services of an environmental scientist and related species requirements described herein will be included in the unit price for 101-1 Mobilization, LAP Package: All costs to provide the services of an environmental scientist and related species requirements described herein will be borne by the Contractor. Audubon's Crested Caracara Refer to Figures 1 to 5 for approximate nest locations of the Audubon's crested caracara that were observed during the nesting season from January to May of 2019- This information is provided for information only to alert the Contractor that this species has been observed and documented near the project sites. The number and locations of nests in future nesting seasons may vary from the data in these exhibits. To minimize potential impacts to the Audubon's crested caracara, the Contractor shall be restricted from establishing construction staging areas, ground disturbing activities, and vegetation removal outside of the limits of construction and within 300-meters of a documented caracara nest tree between November and April. If an Audubon's crested caracara(s) is observed in the active work area, do not disturb it and allow it to leave the area on its own. Florida Sandhill Crane Adult Florida sandhill cranes with downy juveniles were observed during the wildlife surveys, and suitable foraging and nesting habitat was documented within the open lands and emergent wetlands adjacent to the project sites. The Contractor shall be responsible 0 for performing surveys for nesting Florida sandhill cranes prior to construction activities and during the December through August breeding season. If there is evidence of nesting, the nest site shall be buffered by 400 feet to avoid disturbance by project activities. The Contractor shall note that Florida sandhill cranes do not nest in the same location every year, so if construction occurs over several years, it may be necessary to determine if nesting is occurring each year, If nesting is discovered after construction has begun or if maintaining the recommended buffer is not possible, the Contractor shall contact FWC to discuss potential permitting needs. Additional information and guidance for conducting Florida sandhill crane surveys can be found in the Florida Sandhill Crane Species Conservation Measures and Permitting Guidelines (https:/Igiyfwc.com/media/l 15651final- florida-sandhill-crane-species-guidelines-2016.pdf). Big Cypress Fox Squirrel. Potential habitat for Big Cypress fox squirrel (BCFS) may exist in open areas with mature trees on and adjacent to the project sites, and appropriate pre -construction wildlife surveys shall be the responsibility of the Contractor to determine if BCFS is present. Big Cypress fox squirrels typically nest between October and February and from April to August. Surveys to locate BCFS or their nests should be conducted within 60 days prior to the start of clearing or construction to determine if BCFS are onsite. Fox squirrels can use more than one nest and nest use can vary over time. If fox squirrel nests are found onsite, a 175-meter (574-foot) buffer distance from the nest tree is recommended. If it will be necessary to remove a nest tree or work within 175 meters (574 feet) of a nest tree, the Contractor shall coordinate with FWC staff to discuss permitting alternatives. For more information and survey methods, please refer to the species action plan for the BCFS at: httgs:limvfwc.comlmedia121081bia-cvvress-fox-squirrel-species-action-p__An-final-draft, pdf. Everglades Mink The project area is near the predicted range for the Everglades mink. Any sightings of mink shall be reported by the Contractor along with a photo, if possible, and GPS location if encountered during the project activities. Additional information on this species may be obtained at this web address: htt s-1lm fwc.comimediai21151ever lades -mink -species -action- Ian -final -draft. Rdf. Florida Panther The proposed project is located within the Florida Panther Primary Zone, as defined by the USFVVS, and a panther was observed during wildlife surveys. In order to reduce the potential for human -wildlife interactions, the Contractor shall ensure that FWC's A Guide to Living with Florida Panthers informative brochure be provided to all construction personnel. The A Guide to Living with Florida Panthers brochure can be downloaded from: http://www.floridapanthernet.org/. In addition, if trail cameras are utilized for monitoring purposes, the Contractor shall provide any panther photos to FWC staff using the Report Panther Sightings website at: https,//public.myfwc.com/hsc/panthersightings/Desktot).asr)x, Florida Black Pear FWC has received 14 reports of human -bear conflicts within roughly a one -mile radius of the project sites since 2011. According to the FWC 2019 Bear Range map, bears are common or abundant in the area around the project sites, which are within the South Bear Management Unit identified in the 2012 Bear Management Plan. While black bears tend to shy away from people, they are adaptable and will take advantage of human -provided food sources, such as unsecured garbage. Once bears become accustomed to finding food around people, their natural wariness is reduced to the point that there can be an increased risk to public safety or private property, The Contractor shall be responsible for taking measures to prevent or reduce conflicts with bears during construction activities, including: Maintaining clean construction sites with wildlife -resistant containers for any wildlife - attractant refuse; and Conducting frequent trash removal and using bear management food storage and removal practices on work sites. Information can also include guidelines for how construction personnel should respond to bears in the area, such as: What to do if they encounter a bear, whether from a distance or at close range, When and how to contact the FWC regarding a bear issue. The Contractor shall be responsible for contacting FWC staff to assist with planning to incorporate the above measures. Additional information about Florida black bears can be found at http://www.mvfwc.com/wildlifehabitats/managed/bear. FEDERAL AVIATION ADMINISTRATION (FAA) Package A: Immokalee Regional Airport is a public use and general aviation facility that services privately -owned, commercial, and charter aircraft as well as aerial firefighting and crop -dusting operations. Given the proximity of existing Bridge Nos, 030136 and 030137 (proposed Bridge Nos. 034831 and 034832, respectively) to the airport, pile driving and other construction efforts shall be coordinated with the Federal Aviation Administration for obstruction evaluation and airport airspace analysis pursuant to Title 14, Code of Federal Regulations (14 CFR) Part 77, The FAA Notice Criteria Tool indicates that the proposed Bridge No. 034831 exceeds an instrument approach area and that an aeronautical study is needed to determine if it will exceed a standard of subpart C of 14CFR Part 77. Additionally, the proximity of Bridge No. 034832 also exceeds notice criteria. The Contractor shall be responsible for coordinating with Collier County to file a Notice of Proposed Construction or Alteration with the FAA at least 45 days prior to construction at these two bridge sites. Notice to the FAA may be filed electronically here: https:/Ioeaaa.faa.gov/oeaaa/external/i)ortal.isp. The outcome of the aeronautical studies may result in limited construction hours for pile driving, crane operations, or other construction activities if a conflict exists. Contractor will not be entitled to any delays caused by restrictions imposed an construction activities, If properly coordinated, the Contractor will have sufficient time within the Contract to construct required improvements. PROJECT INFORMATION SIGN The Contractor shall provide a project information sign at each end of the project. The Contractor will be responsible for providing a safe location to place the project information sign(s) and may be required to coordinate number and locations of signs with other Contractor(s) at adjacent project sites. A sign template is provided in FIGURE 6. The Contractor shall submit for approval all proposed sign locations and provide additional information as shown in the template to the County within 30 days of NTP, All costs to provide and install the project sign(s) will be included in the unit price for 102-1 Maintenance of Traffic. i� TIVILWrL 9a All Maintenance of Traffic (MOT) shall conform to 2019-20 FDOT Standard Plans Index 102-600. Contractors have the option to submit their own MOT plans 21 days prior to construction for County and CEI approval. Special Detour pay items are intended to cover costs associated with constructing, maintaining, and removing the special detour including temporary pavement, temporary earthwork, and temporary drainage. Traffic Control Plans have been included to show basic phasing and access requirements. Not ail required temporary traffic control items are shown in the plans. All costs associated with temporary retaining systems, temporary asphalt aprons, temporary driveway connections, temporary pavement overbuild, temporary signing and pavement markings, incidental temporary pavement, temporary signals, temporary drainage, etc., including items and activities that occur between phases and between milestones, and all other MDT items not identified with a separate pay item in the Summary of Pay Items table provided in the plans shall be included in the Lump Sum price for Item 102-1 Maintenance of Traffic. The Traffic Control Plans detail the use of temporary traffic signals for maintenance of traffic during phased construction activities. The Contractor shall be responsible for providing and maintaining electric service to the temporary traffic signals for the entirety of all phases of construction that require the use of the temporary traffic signals. Temporary traffic signals must remain in operation 24 hours each day during all single -lane, two-way traffic operations that require the use of the temporary traffic signals. Should any malfunctions occur relating to the proper operation and safety of the temporary traffic signals, the Contractor shall be on site within one hour to address the issue. The Contractor shall include a detailed plan for ensuring 24-hour-per-day operation of the temporary traffic signals, including an emergency plan to maintain traffic operations during a primary power source failure, and all associated costs with the bid package, MAINTAIN EXISTING BRIDGE STRUCTURES The Contractor is responsible for maintaining the existing bridge structures during construction. Phased construction has been specified to facilitate emergency services and maintain local access in this remote part of Collier County to avoid costly, lengthy detours. The Contractor shall maintain serviceability of the bridge so long as it is deemed safe for the traveling public. If the Contractor suspects the condition of the bridge has deteriorated and may no longer be safe for use, the Contractor shall notify the Engineer and the County immediately for evaluation, The Contractor shall prepare an Emergency Bridge Service Plan detailing the steps to be taken if serviceability of the existing bridges can no longer be maintained during phases of construction that require it to remain in service, This emergency plan, which is to be displayed at each job site, shall include the following information: • A timeline of events to occur upon the suspicion and/or determination that a bridge is no longer serviceable. • A contact list of County representatives, public officials, and agencies to notify that the bridge is no longer in service. + A plan for restricting traffic across or closing the bridge, as needed. + Proposed alternatives to restore traffic through the construction site depending on the severity of the condition of the bridge. Include a sketch or example photo(s) to illustrate each alternative and a cost estimate per square foot of bridge deck plan area for each. • Dist of potential suppliers of emergency materials, including contact information, distance from project site, and estimated response time_ The emergency plan shall be submitted as part of the bid package. CLEARING AND GRUBBING ACTIVITIES The County has mailed Driveway Modification Letters to property owners with driveways within the project limits to notify them of potential temporary and/or permanent impacts resulting from construction activities. The Contractor shall coordinate with the County prior to commencing Clearing and Grubbing activities to provide additional information to property owners regarding driveway impacts, including but not limited to driveway closures, access restrictions, maintenance of traffic coming in and out of driveways, construction schedules, and timing of operations that impact driveways. Package C: As part of Clearing and Grubbing, the Contractor shall coordinate with the property owner(s) of parcels 00232860102 and 232720103 located at 15960 and 15970 ❑il Well Road, respectively, regarding relocation of the mailbox at the location as shown in the plans. Coordination shall occur prior to the commencement of Clearing and Grubbing activities. If the property owner(s) does not respond to requests for coordination within 14 days, the Contractor shall seek instruction from the County regarding relocation of the mailbox. The Contractor shall maintain all mailboxes within the construction limits throughout construction. Any mailbox within the construction limits, whether identified in the plans or not, shall be relocated to suit the respective property owner or tenant and shall meet the requirements of the United States Postal Service as outlined at httos:llwww,usps.com/manage/mailboxes.htm to ensure proper serviceability. The Contractor shall engage Connie Deane, Community Liaison with the Collier County Growth Management Department, at Connie.Deane colliercount fl. ov or (239) 252-8192 at least 30 days prior to conducting outreach with property owner(s). The Contractor shall be responsible for the collection of all debris accumulated during Clearing and Grubbing and its removal from the project site. All existing waterways, including canals and lateral ditches, shall remain clear of debris. Stockpiles of debris shall not be permitted in wetlands or environmentally sensitive areas. Burning of debris within the project limits is prohibited unless approved by the Engineer. PROTECTION OF LOCAL ROADS This project is connected to local roads. The Contractor shall protect these roads and respect the privacy of the surrounding properties by limiting access to and egress from the project. The Contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The Contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. PROTECTION OF EXISTING FENCES This project is adjacent to many residential, commercial, and agricultural properties, which are bounded by fencing. Fencing types include but are not limited to barb wire, chain link, livestock field fencing, and floating barriers across waterways. The Contractor shall protect all existing fences from potential damage resulting from construction activities, unless noted otherwise in the Contract Plans, If damage to the existing fencing as a result of construction activities does occur, the Contractor shall take the steps as outlined in the Contract Plans to mitigate any further property damage, trespassing, or escape of livestock contained within the fencing. The Contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The Contractor shall be responsible for all damages to existing fences as a result of their employees, subcontractors or suppliers not complying with this restriction. PIPE CULVERT Reinforced Concrete Pipe (RCP) Class III is the designated material for all drainage pipe culverts. The drainage design was based on the use of RCP Class III. No other pipe materials are permitted for this project. ILI UTILITY COORDINATION WITH UTILITY AGENCY OWNERS Utility Work Schedules have been prepared for this project. All identified conflicts existing during the design phase have been addressed with the respective utility agency owners (LIAO). The UAOs have indicated that conflicts either do not exist or the conflict will be resolved through abandonment and/or relocation of the utility prior to the start of construction for this contract. The Contractor shall verify with the respective UAO that the utility adjustments provided in the design plans have been completed prior to construction. Should any conflicts be identified that are not included in the contract plans, the Contractor shall coordinate any and all utility relocations or proposed interruption of services by requesting within 3 days of the discovery an official meeting with the UAO. This meeting will be to establish requirements with regards to interruption of service, if any, during proposed utility relocations. The Contractor shall be responsible for protecting the utility while coordination is ongoing. The Contractor shall call for locates prior to any excavation. The cost of potholing to protect existing utilities shall be included in the cost of the work requiring it. The Contractor shall protect all water and/or sewer mains, if any, from damage at all times during construction. Phasing may be required to ensure continuous utility service. Temporary relocations and connections may be necessary. All associated costs due to phasing utilities or construction shall be included in the contract unit prices for the various types of utility work to which it is incidental. ELECTRICITY No bid item is provided for electricity. The cost of providing electricity shall be included in the unit price for work that requires it. LAP Package: There is no existing electrical utility service in the project area adjacent to existing Bridge No. 030138 (proposed Bridge No. 034833) on Immokalee Road. The nearest overhead electric line is approximately 3,000 feet to the west of the bridge. Package B: There is no existing electrical utility service in the project area adjacent to existing Bridge Nos. 030139, 030140, and 030141 (proposed Bridge Nos. 034834, 034835, and 034836, respectively) on Immokalee Road. The nearest overhead electric line is approximately 5,000 feet to the east of existing Bridge No. 030141 (proposed Bridge No. 034836). In coordination with Lee County Electric Company (LCEC), the Contractor may elect to install an overhead primary electric line within the right-of-way to provide electric service to the construction site(s). The Contractor is responsible for negotiating the specific terms and conditions in agreement with LCEC regarding all permitting, design, construction, maintenance, and operation associated with these primary overhead electric lines during construction of the respective bridge project(s). The Contractor shall be responsible for all 11 dam" costs associated with this work. The estimated timeline for permitting, design, and construction of these new facilities is a minimum of four months; this timeline may be prolonged depending on site conditions and permitting. In lien of providing overhead primary electric lines, the Contractor may propose alternate means for providing electricity to the construction site(s). The Contractor shall indicate a preferred method(s) of supplying electricity at each individual bridge project site and all associated costs with the bid package. WATER No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. FUEL ADJUSTMENTS NOT PROVIDED Section 9-2.1.1 Fuels of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, January 2020, is deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The County chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting a bid. ALLOWANCES Included within the Bid Schedule are Allowances for various elements of the work that, although engineered, unforeseen conditions may occur, some of a public health and safety nature. The Owner has determined these allowances per contract package and considers them reasonable budgetary estimates to promptly manage unforeseen conditions, including those of a public health and safety nature. Allowance may not fully represent the actual cost of work. If the cost of work exceeds the allowance amount, the Owner will provide additional allowance funds to complete the work or accept the work in its current state of completion. Upon approval by the Owner, Allowances may be used by the Engineer to pay costs and expenses associated with the categories indicated below: Pin Al 10WANCES (BASED ON FINAL ENGINEER'S ESTIMATE): Bid Item Category Package A Package B Package C LAP Package STRUCTURES $115,856.26 $232,525.41 $394,501.21 $56,522.64 ROADWAY $63540.53 $126,148.22 $142,502.03 1 $ 2,481.91 12 SIGNING & PAVEMENT $1,101,19 $1,937,98 $1,976.27 $570.47 MARKING OTHER 1 MISCELLANEOUS $30,034.86 $60,005.77 $89,68619 $14,905,28 SUBMITTAL OF SHOP DRAWINGS Shop drawings are required as set forth in the Specifications. Payment will not be made for these items of work until shop drawings have been received, reviewed and approved as required by the Specifications. 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 once per month for the duration of the contract, Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. All costs associated with participating in this process will be included in the contract price of 101-1-1 Provide/Maintain "As Built," AS-BUILT/RECORD DRAWINGS As-Built/Record Drawings are to be provided to the County's Project Manager within thirty (30) days of substantial project completion, One copy in each of the following formats: PDF and a hard copy. When changes to the plans are required after contract award, all final drawings, specifications, plans, surveys, reports, computation books, or documents shall be issued by a responsible Florida Professional Engineer, Licensed Architect and/or Florida licensed Surveyor and must be signed, dated, and stamped with the engineer's and/or surveyor's seal as applicable. The Professional Engineer and/or Licensed Surveyor may be part of the Contractor's staff or the CEI Senior Project Engineer, or the Engineer of Record for the contract plans. The Engineer of Record must be notified of all revisions and/or modifications made to the contract documents. AND During the construction of a bridge or any structure, all foundation construction records such as pile driving records, shaft tip elevations, and borings shall be included as part of the as -built documents. These records provide critical information necessary for future inspection, maintenance, emergency management, enhancement, reconstruction, and/or demolition of these structures. These records shall be delivered to the Owner's representative at the completion of the project and prior to final payment to the Contractor. 13 • The Contractor and the Contractor's Florida Registered Professional Surveyor and Mapper (P.S.M.) are responsible for the Project's As-Built/Record Drawings unless otherwise specified within the Technical Plans and Specifications. • Prior to construction commencement, the Contractor shall meet with the CEI and P.S.M. to determine the Project's critical points to the final As-Builts. The Contractor shall also coordinate with the CEI and P.S.M. to facilitate measurement at those critical Project points. The Contractor's Final Payment shall be withheld pending the CEI and P.S.M. Certification of the contracted improvements is per design. During the progress of the work the Contractor shall keep and maintain one (1) "Approved for Construction" copy of all project plans, drawings, specifications, and any addenda, written amendments, change orders, work directives orders, supplemental agreements and other written interpretations and clarifications. • Prior to final inspection, the Contractor shall submit a copy of the "Approved for Construction" project documents with red line markups indicating any construction deviation as well as any approved design changes authorized by the Design Professional. All deviations shall be initiated and dated by the Contractor and material delivery/installation records shall be furnished as required by specification. • All survey information depicted on the As -Built Drawings shall be collected under the direct supervision of the P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter fit G-17 of the Florida Administrative Code. • For final inspection, an As -Built set (signed and sealed not required at this point) is needed to verify the field work. Packages A, B, and C: All costs to provide and maintain As -Built plans as described herein will be included in the unit price for 101-1-1 Provide/Maintain As -Built. LAP Package; All costs to provide and maintain As -Built plans as described herein will be paid for in accordance with the requirements of the !"DOT Specifications. 14 CA w w O Z O H Q I- cn a Q Q Q (U Q Q (U 0 W I- cn W w (U W LL LO cli VI - I . .. L t'• it ai* 1. •' +"? L `�i}, W H f!J UA ♦ f kL 4.1 1 '�.r `, , ',�''� �, • , � .� � ;; }k' (yc �\' S� �I �++'�" lac` ik' co O H M cn z O H Q H cn d Q U in W F- co W w Q Uj I. r�rn V r- r z O cn EL L) a LU H LU LU LL' LL ao r rn 06 00 fn z O F- LLJ F- U Q. V-- Ln w w u �n � f.J ly 0 0- W W H a U} z _O O LL H U W O w a w w rmrn V r (1) `) C � � r ca O C. to C C G m L w_ y� cn m _ : z O {U L) 0 C (JJ Ql N Q C ❑ a 0. U U F II r� 7 VY gg O O 'p Q 0 N a E O c 4Y � G h U N bl m o no L c) m � c 9 Q Q 41 r O eeqq C r_ O >E m m a W o U a 0 u F` G Cl N 0 END 21 DocuSign Envelope ID: 1168D538-6E6F-41 D5-A064-6823CAAE941 F CIIAL C'Dumty Adnn"a&a Se6xes Depart*rd Prowremenr Sir vas Dmsion Notice of Recommended Award Solicitation No.: 21-7849-St Title: Bridge Replacement - Bridge Package A - 2 Bridges - Imm Rd Bid Due Date and Time: February 9, 2021 3:00 PM RESPONDENTS: Company Name City County ST Base Bid Responsive/ Responsible Thomas Marine Construction, Inc. Fort Myers Lee FL $4,423,258.99 Yes/Yes V&H Construction, Inc. Fort Myers Lee FL $4,510,099.20 Yes/Yes Manhattan Road & Bridge Co. Fort Myers Lee FL $4,705,381.12 Yes/Yes Zep Construction, Inc. Fort Myers Lee FL $4,982,694.24 Yes/Yes Ebsary Foundation Co. Miami Dade FL 1 $5,707,535.52 Yes/Yes Kiewit Infrastructure S. Co. Sunrise I Dade I FL $7,019,767.78 1 Yes/Yes Utilized Local Vendor Preference: Yes 0 No 0 N/A On January 5, 2021 the Procurement Services Division issued ITB Solicitation 21-7849-ST: Bridge Replacement - Bridge Package A - 2 Bridges - Imm Rd project to 42,760 vendors. One hundred sixty-seven (167) bid packages were viewed and six (6) bid responses were received by the February 9, 2021 deadline. Staff reviewed the bids received. All bids were deemed responsive and responsible. Two (2) of the responsive bidders had minor irregularities due to incomplete/missing documents, but the items were verified online and resolved. Staff therefore recommends that the contract be awarded to Thomas Marine Construction, Inc., the responsive and responsible bidder, for a total contract amount of $4,423,258.99. Project Mana DocuSigned by: E9A40E062E364BC... Required Signatures DocuSigned by: Procurement Strati ise a -MCZ.. 3/10/2021 0321 CM8UF455... Procurement Services Director: 5DocuSigned by: H 3/10/2021 "­3Ec(tS'ifff4Herrera I — co M v 00 ti N 'm rn ti M LO r d a+ 7 m K W Q O Z Packet Pg. 30 11.C.3 HNTB Corporation The HNTB Companies Infrastructure Solutions 201 N. Franklin Street Suite 1200 Tampa, FL 33602 Ms. Cynthia McCanna Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 March 5, 2021 Telephone (813) 402-4150 hntb.com HNTB RE: Design Entity Letter of Recommended Award Solicitation No. 21-7849-ST Bridge Replacement - Bridge Package A - 2 Bridges - Immokalee Road Dear Ms. McCanna: HNTB (EOR) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the Bridge Replacement - Bridge Package A - 2 Bridges - Immokalee Road project includes replacing two structurally deficient bridges and providing safe roadway approaches. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, Thomas Marine Construction, Inc. is the low bidder with a bid amount of $4,423,258.99, which is approximately 0.03% more than the project's Opinion of Probable Construction Cost (OPCC) amount of $4,421,791.24. Thomas Marine Construction, Inc. is a FDOT prequalified contractor in the work classes for the construction, repair, and rehabilitation of minor and intermediate bridges as well as other categories; the expiration of their current prequalification is June 30, 2021. Thomas Marine Construction has bridge and water control structure construction experience locally as well as throughout Southwest Florida. All projects provided by Thomas Marine Construction as references are bridge projects; Thomas Marine Construction's efforts, whether as the prime or subcontractor, focused on the bridge construction portion of each project. HNTB contacted the provided references to discuss if the work performed by Thomas Marine Construction was similar in nature to the proposed Bridge Replacement - Bridge Package A - 2 Bridges - Immokalee Road project and if Thomas Marine Construction performed acceptably on the projects. All the references were contacted, and we received responses from the following: 1) Skyplex Boulevard Improvements, Lee County Port Authority HNTB contacted the project manager from Wright Construction Group, who oversaw the Skyplex Boulevard Improvements project. The reference provided positive feedback on Thomas Marine Construction's work and confirmed that Thomas Marine Construction completed the Packet Pg. 31 Page 2 of 3 11.C.3 bridge construction work as their subcontractor which included constructing footings to support a pre -fabricated arch structure, casting the key to tie the arch segments together, and placing the riding surface. 2) Golden Gate D/B Bridge (2018), Collier County HNTB contacted the construction project manager with Collier County. The reference provided positive feedback on Thomas Marine Construction's work and confirmed that Thomas Marine Construction replaced two existing two-lane bridges that had been deemed "structurally unsound" as part of a larger roadway widening project as a subcontractor to Ajax Paving Industries of Florida, LLC. 3) Golden Gate Boulevard Improvement Project (2020), Collier County HNTB contacted the construction project manager with Collier County. The reference provided positive feedback on Thomas Marine Construction's work and confirmed that Thomas Marine Construction widened two bridges from two lanes to four lanes as part of this roadway widening project as a subcontractor to Ajax Paving Industries of Florida, LLC. 4) Vanderbilt Drive, Collier County HNTB contacted the project administrator from AECOM, who was the CEI on behalf of Collier County for the Vanderbilt Boulevard Improvements project. The reference provided positive feedback on Thomas Marine Construction's work and confirmed that Thomas Marine was the prime contractor for the replacement of two bridges along the project corridor and subsequent roadway improvements. 5) US 41 over Catfish Creek, Sarasota, Florida HNTB contacted the project administrator from AECOM, who was the CEI on behalf of FDOT District 1 for the US 41 over Catfish Creek project. The reference provided positive feedback on Thomas Marine Construction's work and confirmed that Thomas Marine Construction was responsible for the bridge replacement as a subcontractor under a joint venture partnership. 6) Riverstone Bridge, Towne Park Community Development District HNTB contacted the construction manager from Heath Construction and Management, LLC, who was the developer for this project. The reference provided positive feedback on Thomas Marine Construction's work and confirmed that Thomas Marine Construction was the prime contractor responsible for the new bridge construction in this residential development. Thomas Marine Construction, Inc. provided six reference projects that were similar in nature to the bridge replacement project, and all references that responded to HNTB provided positive feedback on Thomas Marine Construction's work. Thomas Marine Construction, Inc. submitted all the required bid forms and is the lowest responsive and responsible bidder. Packet Pg. 32 Page 3 of 3 11.C.3 Based on the above information, HNTB recommends Thomas Marine Construction, Inc. be awarded the Bridge Replacement - Bridge Package A - 2 Bridges - Immokalee Road project in the amount of $4,423,258.99. Please feel free to call me with any questions. Best regards, Julian W Gutierrez Julian W. Gutierrez, P.E. Project Manager Digitally signed by Julian W Gutierrez Date: 2021.03.05 13:18:29 -05'00' H rn 00 ti N m 6� CO) LO Q 0 J W Packet Pg. 33 s2,418,-95 M s275o,755.98 M sz,—,+n.,b s+,'/W,ss+10 s+7u,9BS.so f+,'ros,aw.zo sz,a�szzu s,,9mps . ss,,u,a9a.so 0731,aaa.ae ss,on,sso.oa 11.C.3 Appendix H2 —Template - DELORA Vendor Reference Check Log Co tier County Administrative Services Department Procurement Services Division VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7849-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement — Bridge Package A — 2 Bridges — Immokalee Road Date: February 23, 2021 Bidder's Name: Thomas Marine Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Skyplex Blvd. Improvements I Project Location: I Ft. Myers, FL Project Description: Construction of 34'-span by 114'-wide composite arch bridge Completion Date: April 2019 Contract Value: $1,325,579.64 Project Owner/Title: Lee County Port Authority Owner's Address: 11000 Terminal Access Rd. Ft. Myers, FL 33913 Phone: 239-481-5000 Owner's Contact Person: Neil Monkman E-Mail: Neil.Monkman@wcgfl.com H 1. Was project completed timely and within budget? (If not, provide detail) rn Work completed ahead of schedule and within budget I* ti N 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) m Shop drawings and submittals were very detailed and processed efficiently. a� CO) V7 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes. Crews and foremen were very well experienced and quality control was self performed on their end. O J W 4. Did the process run smoothly? Were there any changes? Describe below. Process ran very smooth. There were owner requested changes to which Thomas Marine responded quickly. j M Iq 00 ti S. Was the contract closeout process performed satisfactorily? (If not, provide detail) N Yes, closeout documents were provided in a timely manner and were complete. m E t v 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Q There was a minor issue with the cable railing cables coming loose. Upon notification a response was received within hours, a crew was onsite within a couple days and issue resolved within a week only because materials had to be ordered. 7. Additional comments: I found Thomas Marine Construction to be an excellent company to work with. Their staff is friendly and knowledgeable and very responsive to all requests. The consistent goal was complete client satisfaction. Would definitely work with them again. I Alt, C' Packet Pg. 35 11.C.3 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.: 21-7849-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement — Bridge Package A— 2 Bridges — Immokalee Road Date: February 23, 2021 Bidder's Name: Thomas Marine Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Golden Gate D/B Bridge Project Location: Naples, FL Project Description: Bridge reconstruction and replacement Completion Date: January 2018 Contract Value: $1,102,250.00 Project Owner/Title: Collier County Owner's Address: 3301 Tamiami Trail East Naples, FL 34112 Phone: 239-348-1328 Owner's Contact Person: John Conti E-Mail: John.Conti@colliercountyfl.gov 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. No. 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: None. Packet Pg. 36 11.C.3 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.: 21-7849-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement — Bridge Package A— 2 Bridges — Immokalee Road Date: February 23, 2021 Bidder's Name: Thomas Marine Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Golden Gate Bridge Project Location: Naples, FL Project Description: Bridge reconstruction and replacement Completion Date: September 2020 Contract Value: $883,497.50 Project Owner/Title: Collier County Owner's Address: 3301 Tamiami Trail East Naples, FL 34112 Phone: 239-348-1328 Owner's Contact Person: John Conti E-Mail: John.Conti@colliercountyfl.gov 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. No. 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: None. Packet Pg. 37 11.C.3 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.: 21-7849-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement — Bridge Package A— 2 Bridges — Immokalee Road Date: February 23, 2021 Bidder's Name: Thomas Marine Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Vanderbilt Drive Project Location: Naples, FL Project Description: Replacement of two bridges along Vanderbilt Drive over Little Horse Pass and Tidal Creek Completion Date: May 2018 Contract Value: $4,953,758.13 Project Owner/Title: Collier County Owner's Address: 3301 Tamiami Trail East Naples, FL 34112 Phone: 239-250-6680 Owner's Contact Person: Crystal Gorman E-Mail: Crystal.Gorman@aecom.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 00 r` N 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) m Yes r` M LO 3. Was the construction process performed satisfactorily? (If not, provide detail) r Yes Q O J W 4. Did the process run smoothly? Were there any changes? Describe below. t� Yes. Changes were minimal and/or owner initiated. rj o� v 00 r` 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) N Yes aD E t 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Q None that I'm aware of. 7. Additional comments: Thomas Marine staff are professional and responsive. Project was built in reasonable compliance with plans and specs and ended in a successful project. Project also finished early. Packet Pg. 38 11.C.3 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.: 21-7849-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement — Bridge Package A— 2 Bridges — Immokalee Road Date: February 23, 2021 Bidder's Name: Thomas Marine Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: US 41 over Catfish Creek Project Location: Sarasota, FL Project Description: Replacement of 40'-span CIP bridge on US 41 Completion Date: March 2019 Contract Value: $925,229.19 Project Owner/Title: FDOT District 1 Owner's Address: 801 N Broadway Ave. Bartow, FL 33830 Phone: 727-224-7652 Owner's Contact Person: James Fitzer E-Mail: Jim.Fitzer@aecom.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. Yes 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes — all requested documents provided 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: James Fitzer — Project Administrator for FDOT on project — AECOM — 727-224-7652 Packet Pg. 39 11.C.3 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.: 21-7849-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement — Bridge Package A— 2 Bridges — Immokalee Road Date: February 23, 2021 Bidder's Name: Thomas Marine Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Riverstone Bridge Project Location: Lakeland, FL Project Description: Completion Date: August 2020 Contract Value: $1,289,895.00 Project Owner/Title: Towne Park Community Development District Owner's Address: 12051 Corporate Blvd. Orlando, FL 32817 Phone: 863-585-8699 Owner's Contact Person: Patrick Marone E-Mail: PMarone@heathfl.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. Yes 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: We were very pleased with our experience working with Thomas Marine. We gave them an aggressive timeline to work with (we asked them to complete 2 months prior to their original schedule) and they made arrangements to accommodate. Seldom in this industry am I surprised in a good way, Thomas Marine accomplished that. Packet Pg. 40 ,d►co CERTIFICATE OF LIABILITY INSURANCE 11.C.4 DATE( 03/31/2021 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 CONTANAME:CT Patti Zuk _ Van Wyk Risk Solutions PHONE 616 942-5070 FAX 616942-8199 150 Ottawa Ave NW A/c No Ext : ( ) A/C No () Suite 1000 ADDRESS: Pattiz@vanwykcorp.com Grand Rapids, MI 49503 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Union Fire Ins. Co. 19445 INSURED Thomas Marine Construction Inc INSURERB: New Hampshire Ins. Co. 23841 8999 High Cotton Lane INSURER C Allied World National Assurance Co. 19489 Ft. Myers, FL 33905 INSURER D : Arch Specialty Ins. Co. 21199 INSURER E: Charter Oak Fire Ins. Co. 25615 INSURER F : COVERAGES CERTIFICATE NUMBER: 2020-2021 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A COMMERCIAL GENERAL LIABILITY Y 3118752 7/1/2020 9/1/2021 EACH OCCURRENCE $ 1,000,( CLAIMS -MADE IN/ DA AGE TO TE FIRMM S ES (Ea olccur ence) $ 500,( MED EXP (Any one person) $ 5,( PERSONAL & ADV INJURY $ 1,000,( GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,( POLICY W PRO ❑ JECT LOC PRODUCTS - COMP/OP AGG $ 2,000,( $ OTHER: A AUTOMOBILE LIABILITY Y CA2446812 7/1/2020 9/1/2021 COMBINED SINGLE LIMIT Ea accident $ 1,000,( 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 $ C UMBRELLALIAB OCCUR 0311-9120 7/1/2020 9/1/2021 EACH OCCURRENCE $ 10,000,( AGGREGATE $ 10,000,( EXCESS LIAB CLAIMS -MADE DED RETENTION $ 0 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N / A WC011326633 7/1/2020 9/1/2021 PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,( E.L. DISEASE - EA EMPLOYEE $ 1,000,( If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 0�0 D Pollution & Professional Liability CPP0034410-10 7/1/2020 9/1/2021 Limit Occ/Agg $2,000,1 $4,000,1 E Rented or Leased Equipment QT-660-71\1171820 7/1/2020 9/1/2021 Limt/Ded. $300,000/$1,1 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: ITB#21-7849-ST Bridge Replacement -Bridge Package A-2 Bridges-Imm Rd, Collier County Board of County Commissioners is named as additional insure as required by written contract for the General Liability and Auto Liability on a primary and non-contributory basis. A 30-day notice of cancellation will be providf 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 r� @ 1988-2015 ACORD CORPORATION. All rights reservec ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 41 11.C.5 11 Bridge Replacement Project Project 66066.12 Project #1 Infrastructure Surtax Citizens Oversite Committee Proiect Checklist 4f Project(s) in line with F.S. 212.055 Expenditure related to infrastructure as follows: Construction ❑ Improvement of public facilities ❑ Land acquisition ❑ Land improvement Design Engineering costs Professional & related costs to bring facility into service (CEI, Material Testing, Specialty Consultants) ❑ EMS vehicles associated with 3 new substations ❑ Court -related expenditures for the construction, lease or maintenance of the Court -related facilities including utilities and security infrastructure 0 Life expectancy of at least 5 years ❑ Land Acquisition expenditure for Residential housing project where at least 30% of units are affordable to individuals whose total annual household income does not exceed 120% of area median income. V Project(s) in line with County Ordinance 2018-21 46 Project(s) identified in Exhibit A within County Ordinance2018-21 Project(s) in line with Ballot Language within County Ordinance 2018-21 The Infrastructure Surtax Citizens Oversight Committee (ISCOQ validated that th 11 Bridge Replacement Project project meets the necessary re i meets and is eligible to use Surtax Funding on September 02 , 2020 / _-_' Chairman Exhibit A Reference Category: Transportation Sub -Category: i1 Bridge Replacements- East of SR 29 Funding Requested: Additional $26 Million for a total of $33 Million Packet Pg. 42 TOTAL BASE BID- Bridge Replacement-Britlge Package A-2 Bridges- Imm Rd(Bridge 034831) $3,418,376.95 0 $2,504,15716 M $2,750,75598 = $2,347,527.14 0 $3, 112.89640 M $3,736,884.88 M $?562,26218 TOTAL BASE BID - Britlge Replacement - Britlge Package A -2 Britlges -Imm Rd (BRIDGE OU8321 $1 ]94,351 20 M $1 795,409.20 M $1 ,744,052.30 = $1,9M.634.36 0 52.384.106 28