Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
#24-8319 (AJAX Paving Industries of Florida, LLC)
CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("County" or "Owner") hereby contracts with Ajax Paving Industries of Florida LLC ("Contractor") of One Ajax Drive, North Venice FL, 34275, a Florida Limited Liability Company, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Collier County (CR-951) & City Gate Blvd North Intersection Improvement, Invitation to Bid No. 24-8319 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Jacobs Engineering Group, Inc., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders, and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One Million Nine-hundred Sixty-six Thousand Five Hundred Six Dollars and Sixty-one cents ($1,966,506.61). The amount of One Hundred Sixty-seven Thousand One Hundred Fifty-three Dollars and Six Cents ($167,153.06) has been allocated as an Owner's Allowance. Any allowance dollar amount that has been included in the Contractor's Bid Schedule amount is not a guaranteed portion of the aforementioned Contract Amount but rather is only eligible for reimbursement by the Owner if and subject to whether a specific dollar amount of the allowance is expressly authorized by the Owner and formally agreed upon and memorialized by the Parties in writing (the "Owner's Allowance"). Any dollar portion of an Owner's Allowance that is not authorized by the Owner and memorialized by the Parties in writing, via Change Order, shall not be eligible for reimbursement/payment by the Owner as part of a Payment Application submitted by the Contractor. 1 Construction Services Agreement:[2025_ver.1] 11 1��F 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, plus any approved allowance as provided in Section 3, 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 https://fiscal.treasurv.gov/surety-bonds/list-certified-companies.html. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents,the Contractor shall, within five(5)calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Three Hundred Thirty-five (335) 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, as more particularly defined herein at Section 16, Defined Terms. Contractor shall achieve Final Completion within Thirty (30) calendar days after the date the Punch List is delivered to the Contractor. 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, One Thousand Six Hundred Eighty-five Dollars ($1,685.00) 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 2 Construction Services Agreement:[2025_ver.1] CAO a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date specified by the Project Manager (or at his/her direction, the Design Professional) as memorialized in the Certificate of Substantial Completion issued pursuant to the terms hereof, and as more particularly defined herein at Section 16, Defined Terms. 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 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, 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, as more particularly defined herein at Section 16, Defined Terms. 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. 3 Construction Services Agreement:[2025_ver.1] CAO Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto, and made a part of this Agreement for Solicitation #24-8319 Collier County (CR-951) & City Gate Blvd North Intersection Improvement. 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 Assigned to the Project Exhibit B-1: Payment Bond Form ❑ Not Applicable Exhibit B-2: Performance Bond Form ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D-1: Contractor Application for Payment Form Exhibit D-2: Schedule of Values Exhibit D-3: Stored Materials Record Exhibit E-1: Change Order Form Exhibit E-2 Work Directive Form Exhibit F-1: Certificate of Substantial Completion Form Exhibit F-2: Certificate of Final Completion Exhibit F-3: Punch List Form Exhibit G-1: Final Payment Checklist Exhibit G-2: Warranty Exhibit H: General Terms and Conditions Exhibit I-1: Supplemental Terms and Conditions ® Applicable ❑ Not Applicable Exhibit 1-2: Affidavit Regarding Labor and Services The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 24-8319 Collier County (CR-951) & City Gate Blvd North Intersection Improvement. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system, 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: Jacobs Engineering Group, Inc. ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail or E-mail, addressed to the following: Collier County Board of County Commissioners, FL do Transportation Engineering 2885 South Horseshoe Drive 4 Construction Services Agreement:[2025_ver.1] Naples, FL 34104 Attn: Ragaey Girgis, Project Manager III Phone: 239-252-5731 Email: Ragaey.Girgis@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, or E-mail, addressed to the following: Ajax Paving Industries of Florida LLC One Ajax Drive, North Venice, FL 34275 Attn: Christie Alvaro, Director of Estimating Phone: 941-486-3600 Email: FLEstimate@ajaxpaving.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. 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. 5 Construction Services Agreement:[2025_ver.1] CAO Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated, and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Procurement Ordinance, as amended, and the terms of the Contract Documents. Section 16. Construction. (i) 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. (ii) Defined Terms: The following Defined Terms used in the Agreement shall be understood to be defined as expressly set forth below. Other terms referenced in the Agreement shall be understood as they may separately be defined herein or if not so defined shall be understood consistent with their natural and ordinary meaning. (a) "Application for Payment" shall mean the form provided by the Owner that is to be used by the Contractor in requesting a progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. (b) "Construction Project" shall mean a Project, funded by Owner funds that involves the process of building, altering, repairing, improving, or demolishing any public structure or building, or other public improvements of any kind to any real property owned or under the control of the Owner, which Work is being performed under a Construction Contract. (c) "Construction Services" shall mean all labor and materials to be provided by Contractor in connection with the construction, alteration, repair, demolition, reconstruction, or any other improvements to real property. Construction Services also means Work. 6 Construction Services Agreement:[2025_ver.1] (AG (d) "Contract" or "Contract Documents" shall refer to those documents described in Section 1, subsection A of the Agreement. (e) "Defective" shall mean an adjective which, when modifying the Work, refers to Work that is unsatisfactory, faulty, deficient or otherwise does not conform to the Contract Documents. (f) "Department" shall mean the Department or Division initiating and managing the Project on behalf of the Owner. (g) "Director" shall mean the Director or Administrator of the Department or Division initiating and managing the Project on behalf of the Owner. (h) "Final Acceptance"shall mean acceptance of the Work by the Owner as evidenced by the signature of the Project Manager or Design Professional upon the Certificate of Final Completion form, Exhibit F-2. Final Acceptance shall be deemed to have taken place only if and when such signature is affixed to such certificate. The Certificate of Final Completion shall be signed only after the Project Manager has assurance by tests, inspection, or otherwise that all of the provisions of the Contract Documents have been carried out, including completion of the Punch List form, Exhibit F-3. (i) "Professional" or "Design Professional" shall mean the professional architectural/engineering firm designated to perform the design, Construction Engineering and Inspection ("CEI") services, by an existing agreement, or resident in-house Owner engineering services for the Work. At times, Owner staff may perform the design for the Work in-house and shall be considered the Professional in relation to the Work or a particular portion of the Work. (j) "Project" shall mean the total construction, of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. (k) "Project Manager" shall mean an individual employed by the Owner and assigned to manage and administer the Project which is the subject of the Contract Documents. (I) "Proper Invoice" shall mean an invoice that conforms with all statutory requirements and all requirements specified in the Contract Documents. (m)"Punch List" shall mean the approved list of incomplete and/or deficient Work that shall be completed by the Contractor after Substantial Completion but before the Final Acceptance can be certified by the Project Manager. The Punch List enumerates the items required to render complete, satisfactory and acceptable all Work by the Contractor. The Punch List is developed by the Contractor, Owner and Professional (if any) in accordance with the provisions of the Contract and within the time frames required therein. The Punch List essentially includes items of a minor nature; major items must be completed before Substantial Completion and cannot be considered to be Punch List work. 7 Construction Services Agreement:[2025_ver.1] CAO (n) "Schedule of Values" shall mean a schedule showing all activities of the Work subdivided into component parts in sufficient detail to serve as the basis for measuring quantities in place and/or calculating amounts for progress payments during construction. The Schedule of Values shall be satisfactory in form and substance to the Project Manager. (o) "Substantial Completion" shall mean the status of completion of the Work which, in the opinion of the Project Manager as evidenced by a definitive Certificate of Substantial Completion, is complete in accordance with the Contract Documents, except for minor outstanding items listed on the Punch List. Substantial Completion includes, but is not limited to, the following occurring: (1)the Work can be safely utilized for the purposes for which it was intended; (2) all regulatory agency requirements are satisfied, including occupancy permits, operating certificates and similar releases, (3) all operational testing has successfully occurred; (4) all required training has successfully occurred; (5) all close-out documents (such as as-built drawings, certifications, warranties, guaranties, test reports, test logs, operational manuals, etc.) have been provided by the Contractor and accepted by the Owner, and permit acceptance by permitting agencies, if applicable, see Exhibit F-1. (p) "Work" shall mean the Work to be performed under this Agreement and shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Agreement in strict accordance with the Specifications, schedules, Drawings, and other Contract Documents as herein defined, all of which are made a part hereof, and including such detailed sketches as may be furnished by the Professional from time to time during construction in explanation of said Contract Documents. The Work shall be complete, and all work, materials, and services not expressly shown or called for in the Contract Documents, which may be necessary for the complete and proper construction of the Work in good faith, shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the Owner. (q) "Written Directive" shall mean a written directive and also referred to as work directive, as required by in Exhibit H, Section 10.1, in the form that appears in Exhibit E-2 that is issued to a Contractor from Owner in instances where the parties cannot agree on price and/or costs associated with work arising from differing, unforeseen or emergency site conditions and the work in question is part of the "critical path" of the contract schedule. A written directive should ultimately be followed up with an agreed upon Change Order. A verbal Work Directive may only be issued in extraordinary emergencies when necessary to protect and promote the public interest, which shall be followed up with a written Work Directive within five (5) business days. 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 8 Construction Services Agreement:[2025_ver.1] CAO 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. 9 Construction Services Agreement:[2025_ver.1] CAO IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. � /' CONTRACTOR: TWO yVIT ES: .• Ajax Paving Industries of Florida kt��• �STRIES O%, rn , _ "�`'SEAL lf�d IT S > : : �_ °)J4bOetti-CaMAYer*<%0R10'.//•: ,:z 2008 (Jessica Canon By: 0= Print me Christie Alvaro, Director of Estimating",,,ifiwit %%%` Print Name and Title S COND WITNES Kara Coggins Date: 3/6/2025 Print Name ATTEST: OWNER: Crystal K. Knze4,Clerk of Courts BOARD OF COUNTY COMMISSIONERS & Comptroller , ? OF COLLIER COUNTY FLORIDA N . i It ,,,:,, . A BY: urt %� _ -IBY 7 , • i r L. Saunders , Chairman " Tt t Attest as to Chairdwe Date: & t ', . 07 signature only.' Appro as to rm and Legality: -e-A-14--. County Attorney S Jf 7ah Print Name ,0 Construction Services Agreement:[2025_ver.11 5 . 0 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 11 Construction Services Agreement:[2025_ver.1] CAO Bid Schedule Construction ITB U24-8319 Collier Blvd CR-951 City Gate Blvd North InsterseEtion Improvement CATEGORY I-ROADWAY ITEM ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 101-1 MOBILIZATION LS 1 S 230,00000 $ 230,00000 101-1.1 PROVIDE/MAINTAIN"AS BUILT"PLANS LS I $ 1,000.00 $ 1,000.00 101-1-2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 S 28.000.00 $ 28,003.00 101.1.3 PRESERVATION OF SURVEY MONUMENTS LS 1 $ 1,000.00 S 1,000.00 102-1 MAINTENANCE OF TRAFFIC LS 1 $ 288,000.00 $ 288,000.00 104-10-3 SEDIMENT BARRIER LF 770 $ 3.30 $ 2,541.00 104-15 SOIL TRACKING PREVENTION DEVICE(LOCATION TO BE DETERMINED BY CEI 8 CONTRACTOR) EA 2 $ 2,500.00 $ 5,000.00 104-18 INLET PROTECTION SYSTEM EA 9 $ 195,00 $ 1,755.00 110.1-1 CLEARING AND GRUBBING(0.109 AC)(INCLUDES'.MOWING,LITTER REMOVAL,DRAINAGE,PIPE REMOVAL,INLET REMOVAL.ASPHALT,CONCRETE LS 1 $ 6815.00 b 8,875.00 REMOVAL,UTILITIES,ETC.) 120-1 REGULAR EXCAVATION(INCL.UNSUITABLE MATERIALS) CY 14 $ 641.00 $ 8974.00 120-6 EMBANKMENT CY 5 $ 1,780.00 $ 8,900.00 160-4 TYPE B STABILIZATION SY 588 $ 75.00 $ 44,100.00 285-709 OPTIONAL BASE,BASE GROUP 9 SY 501 $ 162.00 $ 81,162.00 327.70-8 MILLING EXIST ASPH PAVT,1.5.AVG DEPTH SY 2955 S 7.00 $ 20,885,00 334.1.13 SUPERPAVE ASPHALTIC CONC.TRAFFIC E TN 820 $ 390.00 S 31,980.00 337-7-83 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC E,FC-12.5.PG 76-22 TN 280 $ 260.00 $ 87,600.00 520-1-10 CONCRETE CURB 8 GUTTER,TYPE F LF 276 $ 39.20 $ 10,819.20 520-70 CONCRETE TRAFFIC SEPERATOR,SPECIAL-VARIABLE WIDTH SY 104 $ 141.00 $ 14,88400 522-2 CONCRETE SIDEWALK AND DRIVEWAY(6") SY 59 $ 8020 $ 5,203.80 528-1-1 PAVERS,ARCHITECTURAL,ROADWAY SY 89 $ 141.00 $ 12,549.00 527-2 DETECTABLE WARNING SURFACE SF 24 $ 42.50 $ 1,02000 570-1-2 PERFORMANCE TURF,SOD(Intl Mowing,Walering,Fertilizer etc.) SY 44 S 2000 $ 880.00 CATEGORY I I.ROADWAY TOTAL: $ 874948.00 • CAO CATEGORY II-SIGNING S PAVEMENT MARKINGS ITEMS ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 700-1-111 SINGLE COLUMN GROUND SIGN ASSEMBLY,FBI GROUND MOUNT,UP TO 12 SF EA 1 $ 775.00 $ 776,00 700-1-500 SINGLE COLUMN GROUND SIGN ASSEMBLY,RELOCATE EA 1 $ 322.50 $ 32250 700-1-800 SINGLE COLUMN GROUND SIGN ASSEMBLY.REMOVE EA 1 S 242.00 $ 24200 700-2-113 MULTI-COLUMN GROUND SIGN ASSEMBLY.F81,GROUND MOUNT,21-30 SF EA 2 $ 16,580.00 S 33,120.00 700.2.500 MULTI-COLUMN GROUND SIGN ASSEMBLY,RELOCATE EA 1 $ 4.550.00 5 4.550.00 700-2.800 MULTI-COLUMN GROUND SIGN ASSEMBLY,REMOVE EA 1 $ 3,45500 $ 3,455.00 705-10-3 OBJECT MARKER,TYPE 3 EA 3 $ 125,00 $ 375.00 706-1-3' RAISED PAVEMENT MARKER,TYPE B EA 144 5 5.90 $ 84960 ' WHITE RED EA 135 e. miEE APE V.1,..o1111.9 o, u AVE.m • MD/YELLOW xuun noETISN + E o"'", EA 9 • ucP iwsn mn o. 710-90' PAINTED PAVEMENT MARKING-FINAL SURFACE LS I $ 6,715.00 5 8,71500 PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6" GM 0.386 • PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR INTERCHANGE AND URBAN ISLAND.8" GM 0.225 ' PAINTED PAVEMENT MARKINGS.STANDARD,WHITE.SOLID FOR CROSSWALK,12" LF 621 ' PAINTED PAVEMENT MARKINGS,STANDARD.WHITE,SOLID FOR DIAGONAL OR CHEVRON,18" LF 264 PAINTED PAVEMENT MARKINGS,STANDARD.WHITE.SOLID FOR STOP LINE OR CROSSWALK,24" LF 217 • PAINTED PAVEMENT MARKINGS.STANDARD,WHITE,SKIP.10-30,8"FADE GM 0.082 • PAINTED PAVEMENT MARKINGS,STANDARD.WHITE,2-4 DOTTED GUIDELINE EXTENSION,6" GM DOSS • PAINTED PAVEMENT MARKINGS,STANDARD.WHITE,8-10 DOTTED GUIDELINE EXTENSION,6" GM 0.018Mr , nova n¢x.rtn as nvvLcA.tovsnEaiweo • PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,MESSAGE OR SYMBOL EA 2• PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,ARROWS EA 21 • RIGHT TURN EA 4 ' LEFT TURN EA 15 ' BICYCLE/ARROW EA 2 • PAINTED PAVEMENT MARKINGS,STANDARD.YELLOW.SOLID,6" GM 0.282 • PAINTED PAVEMENT MARKINGS.STANDARD.YELLOW,24 DOTTED GUIDELINE EXTENSION,6" GM 0.047 710-12.290 PAINTED PAVEMENT MARKINGS.DURABLE PAINT,YELLOW,ISLAND NOSE SF 1,856 5 26.15 $ 48.53 711-11-123 THERMOPLASTIC.STANDARD,WHITE,SOLID.12'FOR CROSSWALK AND ROUNDABOUT LF 821 S 4.35 $ 2,701.35 711-11-124 THERMOPLASTIC,STANDARD.WHITE,SOLID,18"FOR DIAGONALS AND CHEVRONS LF 264 5 8.55 S 1,729.20 711-11-125 THERMOPLASTIC,STANDARD,WHITE,SOLID,24.FOR STOP LINE AND CROSSWALK LF 217 $ 8.75 $ 1.898.75 711-11.141 THERMOPLASTIC.STANDARD,WHITE,2-4 DOTTED GUIDELINE,6" GM 0.059 9 3,155.00 $ 186.15 711-11-141 THERMOPLASTIC,STANDARD,WHITE.8-10 DOTTED GUIDELINE,6" GM 0.018 $ 3.550.00 S 63.90 711-11-170' PAINTED PAVEMENT MARKINGS,STANDARD.WHITE,ARROWS EA 19 $ 74.50 $ 1.415.50 coh RIGHT TURN EA 4 • LEFT TURN ...MCAT. �� EA 15 me X1MER OF AM...neaxm. 711-11-241 THERMOPLASTIC,STANDARD,YELLOW,2-4DOTTED GUIDELINE EXTENSION,6" GM 0047 $ 2,955.50 $ 138.01 711-14-160 THERMOPLASTIC,PERFORMED,WHITE MESSAGE EA 2 $ 289.00 $ 578.00 711-14-170 THERMOPLASTIC,PERFORMED,WHITE ARROW EA 2 5 124.15 $ 245.30 711-16-101 THERMOPLASTIC,STANDARD-OTHER SURFACE,WHITE,SOLID.6" GM 0.388 $ 9,455.00 $ 3,649.63 711.16-102 THERMOPLASTIC.STANDARD-OTHER SURFACE,WHITE,SOLID,8" GM 0.225 $ 12,800.00 $ 2,835,00 711-16-131 THERMOPLASTIC,OTHER SURFACES,WHITE,SKIP,10-30,6'WIDE GM 0.062 $ 2,365.00 $ 148.83 711-16-201 THERMOPLASTIC,STANDARD-OTHER SURFACE,YELLOW,SOLID,6" GM 0.282 $ 9.455.00 $ 2,868.31 CATEGORY II-SIGNING 8,PAVEMENT MARKINGS ITEMS TOTAL: $ 70,710.28 CATEGORY III-SIGNALIZATION ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 630-2-11 CONDUIT,FURNISH B INSTALL,OPEN TRENCH LF 240 $ 29.60 $ 7,104.00 630-2-12 CONDUIT,FURNISH 8 INSTALL,DIRECTIONAL BORE LP 355 $ 88.15 $ 30,583.25 632-7.1 SIGNAL CABLE.NEW OR RECONSTRUCTED INTERSECTION,F81 PI 1 $ 19.600,00 $ 19,600.00 633-1-122 FIBER OPTIC CABLE.FM,UNDERGROUND,13-145 FIBERS LF 120 $ 5,20 $ 824.00 633-2-31 FIBER OPTIC CONNECTION,INSTALL,SPLICE EA 4 $ 121.50 $ 488.00 633.3.11 FIBER OPTIC CONNECTION HARDWARE,FBI,SPLICE ENCLOSURE EA 1 $ 1,180.00 $ 1,160.00 633-3-12 FIBER OPTIC CONNECTION HARDWARE,FBI,SPLICE TRAY FA 1 $ 117.60 $ 117.80 633-3-15 FIBER OPTIC CONNECTION HARDWARE,FM,PRETERMINATED PATCH PANEL EA1 $ 760,00 $ 780.00 635-2-13 PULL B SPLICE BOX,FBI.30"S 60"RECTANGULAR OR 38'ROUND COVER SI2E FU 1 $ 4,990.00 $ 4,990.00 635-2-14 PULL&SPLICE BOX,FBI,17"A30"COVER SIZE(TYPE B) TA 13 $ 2,155.00 $ 28,015.00 639-1-122 ELECTRICAL POWER SERVICE,FBI,UNDERGROUND,METER PURCHASED BY CONTRACTOR AS 1 $ 5,177.00 $ 5,177.00 639.21 ELECTRICAL SERVICE WIRE,FURNISH B INSTALL LF 70 $ 14.35 $ 1,004.50 639-3-11 ELECTRICAL SERVICE DISCONNECT.FBI,POLE MOUNT EA1 $ 2,880.00 $ 2,880.00 641-2-12 PRESTRESSED CONCRETE POLE,FBI,TYPE P-II SERVICE POLE _A 1 $ 3,515.00 $ 3,515.00 646-1.11 ALUMINUM SIGNALS POLE,FBI,PEDESTAL EA 4 $ 3,875.00 $ 15,509.00 649-21.10 STEEL MAST ARM ASSEMBLY,FURNISH AND INSTALL,SINGLE ARM 60 EA 2 $ 124,185.00 $ 248,370.00 649-21-15 STEEL MAST ARM ASSEMBLY,FURNISH AND INSTALL,SINGLE ARM 70 EA 1 $ 134,235.00 $ 134,235.00 649-21-21 STEEL MAST ARM ASSEMBLY.FURNISH AND INSTALL,SINGLE ARM 7B' EA 1 $ 150,500.00 $ 150,500.00 650-1.14 VEHICULAR TRAFFIC SIGNAL,FURNISH B INSTALL ALUMINUM,3 SECTION,1 WAY AS 22 $ 2,65500 $ 58,410.00 653-1-11 PEDESTRIAN SIGNAL,FURNISH B INSTALL LED COUNTDOWN,1 WAY AS 4 $ 1,323.00 $ 5,292.00 660-3-11 VEHICLE DETECTION SYSTEM-MICROWAVE,FURNISH B INSTALL CABINET EQUIPMENT EA 1 $ 14,400.00 $ 14,400.00 680-3-12 VEHICLE DETECTION SYSTEM-MICROWAVE,FURNISH 8 INSTALL,ABOVE GROUND EQUIPMENT EA 4 $ 10,940.00 S 43,760.00 COA 663-1.111 SIGNAL PRIORITY AND PREEMPTION SYSTEM,FBI.OPTICAL,CABINET ELECTRONICS EA 1 5 12.660.00 5 12.660.00 663-1.112 SIGNAL PRIORITY AND PREEMPTION SYSTEM,FBI,OPTICAL.DETECTOR EA 4 5 12,240.00 5 48,960.00 665.1.12 PEDESTRIAN DETECTOR,FURNISH 8 INSTALL,ACCESSIBLE EA 4 5 3,265.00 5 13,060.00 870-5-111 TRAFFIC CONTROLLER ASSEMBLY,FBI.NEMA,I PREEMPTION AS 1 $ 75.20000 5 75,20000 682-1-133 ITS CCTV CAMERA,FBI,DOME ENCLOSURE-NON-PRESSURIZED,IP,HIGH DEFINITION EA 2 5 10,600.00 5 21,200.00 684-1.1 MANAGED FIELD ETHERNET SWITCH.FBI EA 1 $ 9,700.00 $ 9.700.00 685-1-13 UNINTERRUPTIBLE POWER SUPPLY,FURNISH AND INSTALL.LINE INTERACTIVE WITH CABINET EA 1 5 20,125.00 5 20,125.00 685-2.1 REMOTE POWER MANAGEMENT UNIT-RPMU,FBI EA1 $ 1,740.00 5 1,740.00 700-3-201 SIGN PANEL.FURNISH 8 INSTALL OVERHEAD MOUNT.UP TO 12 SF EA 2 $ 1,740.00 $ 3.480.00 700-5-22 INTERNALLY ILLUMINATED SIGN,FURNISH 8 INSTALL OVERHEAD MOUNT,12.18 SF EA 4 5 6,365.00 5 25,460.00 715-5-31 LUMINAIRE B BRACKET ARM.ALUMINUM,FURNISH 8 INSTALL NEW LUMINAIRE AND ARM ON NEW/EXISTING POLE 'rt 4 $ 3,320.00 5 13,280.00 CATEGORY III-SIGNALIZATION TOTAL: $ 1,021,148.35 Bid Total(Category I,II,&III): S 1,966,506.61 s Owner's Allowance(8.5%of Bid Total): S 167,153.06 •star has allocated 8.5%oldie Owner'.Allowance-for Owner.Use as Directed.This Allowance will be used only at the Owner,direction to accomplish work due to unforeseen conditions and/or u directed by die Owner inclusion of the Allowance as put of the Contract Price 8 not a guarantee dint the Contractor will be paid any son ion or the full amount of the Allowance.Eapendilures of Owner.Allowanm will be nude through Change Order with proper documentation of Time and Materials supporting the Mange. CAG EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 12 Construction Services Agreement:[2025_ver.1] FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Collier Blvd(CR-951)&City Gate Blvd North Intersection Improvement BID NO.24-8319 Full Name of Bidder Ajax Paving Industries of Florida,LLC Main Business Address One Ajax Drive, North Venice FL, 34275 Place of Business One Ajax Drive,With Venice FL, $427$ Telephone No. 941-486-3600 Fax No._941-486-3500 State Contractor's License#CGC1516738 State of Florida Certificate of Authority Document Number L08000010565 Federal Tax Identification Number 26-1871966 DUNS# 0324336479 CCR# Cage Code 1 E7 3 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 Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the Construction Solicitation Doc rev 04152022 above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing,subsequently notifies the Contractor of a modified(later)commencement date.The undersigned further agrees to substantially complete all work covered by this Bid within Three Hundred Thirty-five (335)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 the date the Punch List is delivered to the Contractor, computed by excluding commencement date and including the last day of such period. No$1111rrt, O Acceptance and acknowledged by an Authorize Age '^usTRicc'``�.,," .fir •,... 4�l ,. r • r,, Tlf (JL1 0 Signature: !' Y: `�l,.L. i `� �.�"• ?p�} Title: Christie Alvaro, Director of Estimating '� • 1 �,• '''1y7J itiltW�0. Date: 12/11/2024 Construction Solicitation Doc rev 04152022 CAO FORM 2•CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Collier Blvd(CR-951)&City Gate Blvd North Intersection Improvement Bid No.24-8319 Name Personnel Category Charlie McCleaf Construction Superintendent Ryan McCarthy Project Manager Construction Solicitation Doc rev 04152022 CAO L„____ FORM 3-MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications,including compliance with Florida Statute 255.20 to provide lumber,timber and other forest products produced and manufactured in the State of Florida as long as the price,fitness and quality are equal. Exceptions(when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager,Bidder shall furnish the manufacturer named in the specification.Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bid specifications) ,,,r t r u►,,, On behalf of my firm,I confirm that we will use all m rfi T 4<f uj terials as specifically outlined in the Bid specifications. ' .•gip Ox?; a:� Company: pax vinn_tndustries of Honda,LLC fl Signature:C. .}4, '. ,w v0 • �7 Date 12111/20_2,4_ eitlI tlli141` ° Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. N/A N/A 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date Construction Solicitation Doc rev 04152022 CAO FORM 4-LIST OF MAJOR SUBCONTRACTORS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are"qualified"(as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders)and meet all legal requirements applicable to and necessitated by the Contract Documents,including,but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer.Further,the Owner may direct the Successful Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner.(Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1 1. Electrical Slack Electrical 2. Mechanical N/A 3. Plumbing N/A —_ .._.. 4. Site Work Self Performed 5. Identify other subcontractors that represent more than 10% N/A of price or that affect the critical path of the schedule } x1�fisiirl�r,�j}, TRi r Company: Aa&ravinn industries of Etoricsa,t.LC SEAL • •U= __. ..,_.... t 2008 Signature .:i l�>ti• .t.� '• L` .._y Date: 12/11I2024 081C7 • Construction Solicitation Doc rev 04152022 CA 0 FORM 5-STATEMENT OF EXPERIENCE OF BIDDER THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONSIBLE. The Bidder is required to provide five (5) project references, stated below, of 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. L. Randall Blvd,@8th Street NE Intersection Imp, ,CollierCAP* _..- (project name) (project owner) Collier County 3301 E.Tamiami Trail.Naples L 34112 -,_„___.......... (project location) (Owner's address) Widen Roadway.__&Resurface,minor drainage__.._._.....__..... Mark Mecteary___................_... Principal Prgieci Manager (project description) (Owner's contact person) (title) March 2022/May 2022 $606,746;95__ „ _239:252.4¢42,_.... _ Mark.McCleaty colt empurttyfl;gnv (project start/completion dates) (contract value) (phone) (email) 2. SCRAP Hillsborough Ave Rd Improvements DeSoto County (project name) (project owner) De_$oto._County 201E Oak Street Suite 203.Arcadia,FL 34266_W (project location) (Owner's address) Widen/shoulder work,_drainag_e sidewalks&resurface Jacque Daniels Purchasing Agent (project description) (Owner's contact person) (title) November 2021/June 2022 $1466,713.65_ 963-993-4816.._..._.__.............. .l daniels@desotoboce,com_...,,,,,.,.,..,... (project start/completion dates) (contract value) (phone) (email) 3, Cape Coral Parkway EB Turn Lane Ext at Del Prado City of Cape Coral_..-_ (project name) (project owner) Lee County R20 Cultural Park Blvd,Cape Coral F 38990.. (project location) (Owner's address) Turn Lane Widen Concrete Resurface Work Mark Milkovich Prgr rem tal ,t_,, (project description) (Owner's contact person) (title) S;44e01.be.L2021,February 202 $224?40.45 239-574-0844 mmilkovich@capecaral;net (project start/completion dates) (contract value) (phone) (email) Construction Solicitation Doc rev 04152022 CAO FORM 5-STATEMENT OF EXPERIENCE OF BIDDER 4. Corkscrew Road and Puente Lane Int.Imp. Leo,Qounty (project name) (project owner) Fort Myers Lee County P.Q<.15px 223$,-F,Qt M.,yers FL, _339Q2..._ (project location) (Owner's address) Widening,Concrete Signals and Resurfacing_ Ryan Kirsch Project Manager.,,,.__,,,,,,,,,,, (project description) (Owner's contact person) (title) July 2021/May 2022 $1,140,634.14 239;,6339,,0.Q rkirsch@Ieegcvcp17t......_ (project completion date) (contract value) (phone) (email) 5, .?354(SR 31) FOOT —......_.,........-... _._.... (project name) (project owner) Punta Gorda.Charlotte County 301 N.Broadway Ave.Bartow FL,3381Q_ (project location) (Owner's address) New shoulder and dwidening SR 31,drainage,repave Ryan Wlliams Pr„OketAdmi lstratQr..._. (project description) (Owner's contact person) (title) September 2020/May 2021 $1 978 929.62 .__.. 863-619 m2224 .._.._,. R.Yan„Vilidmsgdistslat .sus (project completion date) (contract value) (phone) (email) 01witfilrtrt1 SEAL ' Company:nc,r,ving Industries or, 1 r`de LLSignature: '-� . ( ) °i.o _. Q; Date: 12/11/2024, ttetrltflttiltstt*`�. Construction Solicitation Doc rev 04152022 CAO FORM 6-TRENCH SAFETY ACT THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE. 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 (Ouantity) Cost (Description) (LF,SY) I. N/A 2. 3. 4. 5. TOTAL $ N/A 7#xtil1 i'iol7rrrr, F't ,q'•.C,t, Company: A'ax yin Industries of Fl rids,Lt EAL ' Signature: ` 2008 � ' Date: 12/11/2024 T � w • • Construction Solicitation Doc rev 04152022 ...,, .. FORM 7-BID BOND THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONISBLE KNOW ALL MEN BY THESE PRESENTS, that we Ajax Paving Industries of Florida LLC (herein after called the Principal) and _ib rtyMutual In ur rce comtwy —, , (herein called the Surety), a corporation chartered and existing under the laws of the State of Massachusetts with its principal offices in the city of Boston and authorized to do business in the State of Florida are held and firmly bound unto the Collier County (hereinafter called the Owner),in the full and just sum of Five Percent of the Amount of Bid dollars($-------5%-------- )good and lawful money of the United States of America,to be paid upon demand of the Owner,to which payment well and truly to be made,the Principal and the Surety bind themselves,their heirs,and executors,administrators,and assigns,jointly and severally and firmly by these presents. Whereas,the Principal is about to submit,or has submitted to the Owner, a Bid for furnishing all labor,materials, equipment and incidentals necessary to furnish,install,and fully complete the Work on the Project known as Bid No. 24-8319 Collier Blvd(CR-95)&City Gate Blvd North Intersection Improvement. NOW,THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner tQi nggt1'ItitP. ,, certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of$ -----5% -0. tut absi\ie'., •`' as liquidated damages,and not as a penalty.as provided in the Bidding Documents,then this obligatigsi sl -b j rIt ttad t %, ' � void,otherwise to remain in full force and effect. : r:»gin" r "* 2,, IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly s>`1.n d nd se' ti tpiw . .�to, . 19th day of December .2024 ��. , -d« f • '' �u4 A ax P ing Industries of Florida LLC ,Pelee 11 'f q.� ¢ � s�•+' � BY tr1 ( Ui 1 1� (Bird!), t' 3 $v,440 o1 �r:s„$iitS Liberty Mutual Insurance Company Surety Holly Nichols(Attorney-in-Fact) • Countersigned N/Ax .'�:� ;.1 - C> ' — Appointed Producing Agent for t<11A r Y ) N.S*, CAO This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. -.4 L,iiberty Liberty Mutual Insurance Company r Mutual .utucal. The Ohio Casualty Insurance Company Certificate No: 8198086-013068 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Anne Barick;Holly Nichols;Jason Rogers;Mark Madden;Michael D.Lechner;Nicholas Ashburn;Paul M.Hurley;Richard S McGregor;Robert D.Heuer all of the city of Rochester Hills state of MI each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November , 2018 . Liberty Mutual Insurance Company ' P,tr+suq *Ti.' iris& tr+suRq The Ohio Casualty Insurance Company .1'.- norty'... •% y*Ti.' 1,0k, '' �n 4 v. 40a,,,,roy West American Insurance Company Ncits 1912yo 0 1919 n s 1991 0 vi N rd Yy �.. 3• -3 z,y zEw 4? 4 �* ,;,J J 'tom;✓ o N q1 4c®ua -0a O H4us5 .0 1S «owo. t. ',,,A. , '�0, c 47) * 0 °'tit * t o `YM r 0 By' .f ro CO - David M.Carey,Assistant Secretary c - t`o State of PENNSYLVANIA z' a) rn County of MONTGOMERY ss o E ..- = On this 30th day of November , 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance c8i co o 0 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes c= a)> therein contained by signing on behalf of the corporations by himself as a duly authorized officer.CU >a m CC v IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. >D we M1 7r vh, 1F Cunremrnoa8n or Pe,rr+nyirania•Nalaty sou N 0 a !:.•d E`Y,,�C Teresa Pas:otla,NN.a:!Public N'� K• Mont9anary County yyy 4 E 0+�.. 4P My canrcnss on vxpirss March 29 2025 By: �6L-�iN) i o 61 co "1* a CatvnssaA nnrm5or I lam-ia d 0 �� ,�' arose Pastella,NotaryPublic N -lb,-•5V,, oG t,lgr.etot.Ptnr,ayvOU Axwe n'ia:s bd NOta=;ex- 46 ro N 4F`xV O N 12 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ac tl N 0•e Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 04 o ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 0 o tB Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the c cfl aaC President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety R N any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c 8 o'5- have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such�o N Z ci instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the tti provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. Li n. ARTICLE XIII-Execution of Contracts:Section 5 Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Ueweflyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West Amerieandnsurnnr-,e Company do hereby certify that the original power of attorney of which the foregoing is a fur,true and correct copy of the Power of Attorney executed by said Companies,is inf uli fbr'e r ect and has not been revoked. ".` c, t't` ' "�'1,, IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 19th day of December , 2024 �,r r='. t o' •,a,. ' ,- „, y 1NSUq ,,,tY rMs,A ,,,INst i, 'I J opvoh,4}7y�� 1JR.convoq,,r'4,. P�opvo,7,roVe v; , an R a A i ,, t Y 1912 n " 1919 n 1 � 1991 A "' . l' �' �- . 7" & a°' O 0 b t�j 4 O � � r � � '~d3$`'�acwu`,'�ayL$ o'HHA;AP!" AL, ro '44)0 µ*vyaLk Byy,Renee C.Llewellyn,AssistantSecretary;% •• ., 49rd }i• �. ' r ''. ,+ 1 ,, Ai .. f• r w INS-42573 LMiC OCIC UVAIC Multi Ca O?,?' ta:',1.. 1" A' CAO 1 FORM 8-INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant,Subcontractors,agents and employees of each and all of them,all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County.The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description,or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage,Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(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 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 of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(sl required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coveragebl and charge the Vendor for such coverage(purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor.The County shall be under no obligation to purchase such insurance,nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage]shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. E. A..0 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 lutps;//apos.fldfs.com 2. ®Employer's Liability $_1,000,000_single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $ 1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury current ISO form Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $_1,000,000 Each 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 ❑Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence ❑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. ® 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. GG—11/5/24 Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. CA() Co tev County Procurement Services Division FORM 9—CONFLICT OF INTEREST AFFIDAVIT I The Vendor certifies that,to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor/vendor must provide the following: I. 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; StFvit!,,r,,,, (financial, contractual, organizational, or otherwise) which relates to the project identified above h + tI,11 /u,',,,�� disclosed and does not pose an organizational conflict. \ •`' FOP{.. • q _Ajax eaving,Ingustries of Florida, , = n (1t pony i'*%hs L. : ;;` 2008 Christie Alvaro,Director of Estimating`11,1t� �t�.,,`'`` Print Name and"t ttl State of Florida County of Sarasota The foregoing instrument was acknowledged before me by means of 'physical/ Presence or 0 online notarization, this 11th day of December (month), 2024 (year),by / r� Cf he Alvaro (name of person acknowledging). T. .,b/r1 1M ure tart' Pub S,to of Florida) ae t(r 11St m Co' it 7is sionc Name of Notary ' Public) (Print, ype,', p Personally Known OR Produced Identification Type of Identification Produced YP Sir i, JESSICA CANON ?° � Notary Public.State of Florida '' Commission#NH 427115 �7'oa r,., My Comm.Expires Jul 27,2027 Bonded through National Notary Assn. CAO Co Yer County Procurement Services Division FORM 10—VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith,without collusion or fraud. The Vendor hereby declares the instructions,purchase order terms and conditions,requirements,and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees,if this solicitation submittal is accepted,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further,the vendor agrees that if awarded a contract for these goods and/or services,the vendor will not be eligible to compete,submit a proposal,be awarded,or perform as a sub- vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 11th day of December ,2024 in the County of Sarasota ,in the State of _Florida____,_,,. Firm's Legal Ajax Paving Industries of Florida, LLC Name: Address: .,One Ajax Drive City,State,Zip North Venice FL,34275 Code: Florida L08000010565 Certificate of Authority Document Number Federal Tax 26-1871966 Identification Number *CCR#or CAGE Code *Only if Grant Funded Telephone: 941-486-3600 ; SPr1,•' s C. Email: FLEmateeajaxpavinq.com Signature by: t E�1 .:4;f t ; 7� t ', I LC' �1n�� !` O (Typed and / ... • `•1 written) ✓J'f�� �►++n+i� 0` Title: Christie Alvaro: Director of Estimating CAO Additional Contact Information Send payments to: Aiax Paving Industries of Florida,LLC (required if different Company name used as payee from above) Contact name: Jericha Gervais Title: Receivables Manager Address: One Aiax Drive City,State,ZIP North Venice FL, 34275 Telephone: 941-486-3600 Email: jgervais@ajaxpaving.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City,State,ZIP Telephone: Email: Secondary Contact for Kara Coagins/Jessica Canon this Solicitation: Email: FLEstimatec aiaxoavina.com Phone: 941-486-3600 CA U' Collier County Procurement Services Division FORM 11-IMMIGRATION AFFIDAVIT CERTIFICATION _ . This Affidavit is required and should be signed,notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's bid. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's bid or within five(5)day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR NON-RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C.Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1.986 Immigration Act and subsequent Amendment(s)) that it is aware of and in compliance with the requirements set 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}; isti,rt, the Vendor's proposallbid. %�,*4� {yljSTf/44''''� ;"0 °OP0 0II. Ajax Paving Industries or Florida,1-1-Ci. ., 0 ' °°. . Com .Jam I ':1.1�. CL..,(\ :<; 4414. *r—:: 1,4 LOLL 9,k, , i-,., _. 10: .... .. is :,J.1 Z Chrisl.e Alvara.Dirt ctor of Print Name nt'I4tl s t s0-\ •%.. State of Florida,.____„•, County of Sarasota The foregoing instrument was acknowledged before me by means of 6 'pliysical rese ice or D online notarization, this 11th day of December (month), 2024 (year),by ii Av ro (name of person acknowledging). it . t i t ature to Pub c-te of Florida) Je a Canon (Print,Type,q(sic Stamp Commissioned Name of Notary Public) Personally Known) OR Produced Identification cf ----- ,•t+r'Y°L:14.4 JESSICA CANON Type of Identification Produced ?� ' Notary Pubtic-State of Florida Commission M HH 427115 � aon, My Comm.Expires Jul 27,2027 Bonded through National Notary Assn, Contractor Licensing Co ?�?y County 2800 N. Horseshoe Dr. b Naples, FL 34104 Growth Management Phone: 239-252-2431 Community Development Department ContractorsLicensing@CollierCountyFL.Gov STATE CERTIFIED VOLUNTARY RENEWAL NOTICE MICHAEL A. HORAN AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DR. NORTH VENICE, FL 34275 County Registration Number: C34516 Issuance Number: 34516 Classification Type: GENERAL CONTRACTOR -CERTIFIED Expiration Date: 08/31/2024 Email(s) on file: KCOGGINS@AJAXPAVING.COM Dear Contractor, This Renewal Notice for your voluntary registration with Collier County is being sent both by US Mail and by email to the address on file for your company. Please submit the renewal documentation outlined below on the GMD Public Portal located at htt s://cvportal.colliercountvfl.gov/CityViewWeb/ 1. Certificate of General Liability Insurance (minimum requirements for your category) showing Collier County Contractor Licensing Board, 2800 N Horseshoe Drive, Naples FL 34104 as Certificate Holder. If certificate is currently on file and not expired, you do not need to resubmit. 2. Certificate of Workmen's Compensation Insurance and/or Worker's Comp Exemption filed with the State. List Collier County Contractor Licensing Board, 2800 N Horseshoe Drive, Naples FL 34104 as Certificate Holder. If certificate is currently on file and not expired, you do not need to resubmit. 3. Renewed Business Tax/Occupational License. 4. Renewed State Certified License. 5. The payment slip will be emailed to the email address on file after staff has reviewed all submitted documents. Renewal fee of$45 can be paid on the GMD Public Portal. GMD Public Portal: State Certified Voluntary Renewal Guide is available on the Collier County website: https://www.colliercountyfl.gov/home/showpublisheddocument/997235/637565189627545330 For questions or to update your contact information on file, please email or call our office. cv-State Certified Voluntary Renewal Notice—Rev.6/2022 CAO N1 1,SF( IIIIIII �. !-Verily S ?�t•)STµPC E.Vf WV IS A SERVICE Of OHS AHD SSA Company ID Number: 390402 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS) and Ajax Paving Industries of Florida,LLC (Employer).The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9).This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer,the Social Security Administration (SSA),and DHS. Authority for the E-Verify program is found in Title IV,Subtitle A,of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub, L. 104-208,110 Stat.3009, as amended (8 U.S.C.§1324a note).The Federal Acquisition Regulation (FAR) Subpart 22.18,"Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors(Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A.RESPONSIBILITIESOFTHE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names,titles, addresses,and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives'contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers Revision Date 06/01/13 I t f S c. iliiiii R�rStixe-'�^ t,V{CItY IbA 4CNVIct OF DH)AII0 4,1 Company ID Number: 390402 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: a. If an employee presents a "List B" identity document,the Employer agrees to only accept"List B" documents that contain a photo. (List B documents identified in 8 C.F.R. §274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document),or U.S. Passport or Passport Card to complete Form 1-9,the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph,employees still retain the right to present any List A,or List B and List C,document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify,the Employer has a responsibility to complete,retain,and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos,as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures,the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A)of the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person,the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation,then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO �4 aer G u� Nrify f, illllll << VCNIFY ISA SERVICE Oi 0115 AND SSA Company ID Number: 390402 employed an unauthorized alien in violation of section 274A(a)(1)(A);and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections,as well as any other enforcement or compliance activity authorized by law, including site visits,to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed),and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith,to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants,in support of any unlawful employment practice,or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures(see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. Further,when employees contest a tentative nonconfirmation based upon a photo mismatch,the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R.§274a.1(l))that the employee is not work authorized.The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization,a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case),or the finding of a photo mismatch,does not establish, and should not be interpreted as,evidence that the employee is not work authorized. In any of such cases,the employee must be provided a full and fair opportunity to contest the finding,and if he or she does so,the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers Revision Date 06/01/13 A_f; �4r VENIEYISALENVICE Vi UHLANOSSA Company ID Number: 390402 (including denying,reducing,or extending work hours,delaying or preventing training,requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment,or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring,firing,employment eligibility verification,or recruitment or referral practices because of his or her national origin or citizenship status,or by committing discriminatory documentary practices.The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below,or discharging or refusing to hire employees because they appear or sound "foreign"or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions,and violations of Title VII could subject the Employer to back pay awards,compensatory and punitive damages.Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU.The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords),to ensure that it is not used for any other purpose and as necessary to protect its confidentiality,including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU,except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use"Privacy Incident—Password"in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. §552a(i)(1) and (3)) and the Social Security Act(42 U.S.C. 1306(a)).Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting DHS,SSA,their contractors and other agents,upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO ify Y Iilllll,f E-VERIFY ISA SERVILE OF NHS AND SSA Company ID Number: 390402 reasonable notice,to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify,and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials,or other media. The Employer shall not describe its services as federally-approved,federally-certified,or federally-recognized,or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS,USCIS or the Verification Division,without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and,other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services,products,websites, or publications are sponsored by,endorsed by, licensed by,or affiliated with DHS, USCIS,or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU,the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer,the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and,within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States,whether or not they are assigned to the contract.Once the Employer begins verifying new hires,such verification of new hires must be initiated within three business days after the hire date.Once enrolled in E-Verify as a Federal contractor,the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. Page 5 of 17 E-Verify MOU for Employers Revision Date 06/01/13 _. er„„„, ,,, v ,,,,$,, N ,, ,, , _-$,,,,,, ''A',./N a ��h'No /STRP'� C VERILY IV A SCNVICC OL VI{SAND SSA Company ID Number: 390402 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract,within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award,the Employer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract.Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),state or local governments,governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however,elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6,1986,instead of verifying only those employees assigned to a covered Federal contract.After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to,a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article Il.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO - erify G> SEC Ci. ',11 iillm tirsru�^� VERIFY ISA SERVICE OF DNS AND SSA Company ID Number: 390402 Article II.C.5,but reflects documentation (such as a U.S. passport or Form 1-551)that expired after completing Form 1-9,the Employer shall not require the production of additional documentation,or use the photo screening tool described in Article ll.A.5,subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor,its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract,and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information,as is appropriate by law,to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C.§552a),the Social Security Act (42 U.S.C. 1306(a)),and SSA regulations(20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA,SSA agrees to update SSA records,if appropriate,within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases,SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems,or has a policy question,the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct,to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means,and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 �IIIII� p E,a ally °70 VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 390402 b. Photo verification checks(when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names,titles, addresses,and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures,and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify,or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility,to enforce the INA and Federal criminal laws,and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides(in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLEIII REFERRALOFINDIVIDUALSTOSSAAND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO erl � .. 1111111 Fyt ,L�Nts iu P^ EVEAIEY I5A SEAVIEE OF DNS AND ASA Company ID Number: 390402 The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number,review the employee information submitted to E-Verify to identify any errors,and find out whether the employee contests the tentative nonconfirmation.The Employer will transmit the Social Security number,or any other corrected employee information that SSA requests,to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database(the Numident)or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees.The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS,the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers Revision Date 06/01/13 CAO IIIIIII M EV * rIFy ilq �` w �NlS'I'E. E-Y£ft1.Y IYA SERVICE 0£OMS AND SSA Company ID Number: 390402 employee to contact DHS through its toll-free hotline(as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations,generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch,the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport,or passport card to DHS for review by: a. Scanning and uploading the document,or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch,the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU.The Employer is responsible for providing equipment needed to make inquiries.To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLEV MODIFICATIONAND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA,including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers Revision Date 06/01/13 CAO E—Veri �R� `P1 SF(�()% „E IIIIIO _ (a..4 �I.YIb.tR[ti E-VERIFY IS A SERVICE OF DNS AND SSA Company ID Number: 390402 B.TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU,and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy,or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor,termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly,the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed.In such cases,the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice,then that Employer will remain an E-Verify participant,will remain bound by the terms of this MOU that apply to non- Federal contractor participants,and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses,financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s),and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended,or should be construed,to create any right or benefit,substantive or procedural,enforceable at law by any third party against the United States, its agencies, officers,or employees,or against the Employer, its agents,officers,or employees. C. The Employer may not assign,directly or indirectly,whether by operation of law,change of control or merger,all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense,assign,or transfer any of the rights,duties,or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU,whether civil or criminal, and for any liability wherefrom, including(but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers Revision Date 06/01/13 CAO an IIIIiiIerify 'lx £-VERIFY IS A SERVICE OF DNS AND SSA Company ID Number: 390402 E.The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to,Congressional oversight,E-Verify publicity and media inquiries,determinations of compliance with Federal contractual requirements,and responses to inquiries under the Freedom of Information Act(FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively.The Employer understands that any inaccurate statement, representation,data or other information provided to DHS may subject the Employer, its subcontractors,its employees,or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page.If you have any questions,contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO < er yIIIIIII y� � ' y I VERIFY.A SERV.Of D.A.SSA Company ID Number: 390402 Approved by: Employer Ajax Paving Industries of Florida, LLC Name(Please Type or Print) Title Michael A Horan Signature Date Electronically Signed 02/07/2011 Department of Homeland Security-Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 02/07/2011 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO c. R ' �Nts't Rfi' [Y[NrIV 1Y4 4l HVICL OF UII!r Atip 44r Company ID Number: 390402 Information Required for the E-Verify Program Information relating to your Company: Ajax Paving Industries of Florida, LLC Company Name One Ajax Drive North Venice, FL 34275 Company Facility Address Company Alternate Address County or Parish SARASOTA Employer Identification Number 261871966 North American Industry 237 Classification Systems Code Parent Company Number of Employees 100 to 499 Number of Sites Verified for 2 site(s) Page 14 of 17 E-Verify MOU for Employers Revision Date 06/01/13 CAO ami erify Tulip o< �rhr3thi�� (VCAIFY IS A SE..OF GNS AND SSA Company ID Number: 390402 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: FL 2 Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ~ O cect, llum E-VENIEV ISA SERVICE OF DNS AND S. Company ID Number: 390402 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Ingrid M Delaney Phone Number 9414863364 Fax 9414863500 Email idelanevlc aiaxuavino.com Name Barbara J Hill Phone Number 8137691990265 Fax 8137691991 Email bhill( aiaxoavino.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 CAO MS S tseco c sre�r E VERIFY IS A SERVICE OF UMS AR0 SSA Company ID Number: 390402 This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 [-Verify MOU for Employers I Revision Date 06/01/13 CAO DIVISION OF CORPORATIONS I,1 Urg Dvvii tan ni::�S'o.lz. / 1�:�! 2Lrda,e�L4iiSt 4 / searc'i record, I Seerchbvit'IrFIN.Nutnt'er/ Detail by FEI/EIN Number Florida Limited Liability Company AJAX PAVING INDUSTRIES OF FLORIDA LLC Filing Information Document Number L08000010565 FEI/EIN Number 26-1871966 Date Filed 01/30/2008 Effective Date 07/16/1981 State FL Status ACTIVE Last Event LC STMNT OF RA/RO CHG Event Date Filed 06/19/2018 Event Effective Date NONE Principal Address ONE AJAX DRIVE NORTH VENICE,FL 34275 Changed:01/24/2019 Mailing Address ONE AJAX DRIVE NORTH VENICE,FL 34275 Changed:08/06/2015 Registered Agent Name&Address HACKETT II,JACK O. FARR LAW FIRM 99 NESBIT STREET PUNTA GORDA,FL 33950 Name Changed:01/24/2021 Address Changed.01/24/2021 Authorized Person(s)Detail Name&Address Title MANAGER JACOB,JAMES A ONE AJAX DRIVE NORTH VENICE,FL 34275 Title MANAGER/CEO HORAN,MICHAEL A ONE AJAX DRIVE NORTH VENICE, FL 34275 Title PRESIDENT HAFELI,VINCE ONE AJAX DRIVE NORTH VENICE,FL 34275 Title DIRECTOR OF FINANCE FULMER,RYAN ONE AJAX DRIVE NORTH VENICE,FL 34275 Title VICE PRESIDENT PITTMAN,SCOTT ONE AJAX DRIVE NORTH VENICE,FL 34275 Title FLEET MANAGER MAITLAND,DAN ONE AJAX DRIVE NORTH VENICE,FL 34275 Annual Reports Report Year Filed Date 2020 04/29/2020 2020 05/06/2020 2021 01/24/2021 Document Images 1 l t l �API�Y S I}ti PC1F?T v e;v image in PDF format 95 1/102t?.::...!R f tt is F Itu S?f Emit 'i cw ini yr.in PDF forma: 9.1rr".il4 j -,;,1 tiNU j fKF eat `Jere image in PDF format 1 .2L12.2 i I'4$.,�4..$!.�?'.It?Sl1[.ftk;f'01 View image in PDF format itnQaP,D MEW PIP ANKoj jimial View imago ppr formai� 11!±Zd"r`r :lal?� A.,IiE'"11 1. ( View imago 41 PDF Format k;(}fi 17 7d•-t,t}hi,;,:jt(rL pi q View image in PDF Tformat J 4. ? : .611N4i{AL k..' ti Yew image in PDF:format !Mir2P.1.1.,„tkikigig_fiErnei ( View image irk PDF RA Mai 1 View image in PD format 1 o'3.sf).tif'U,.` +fitt[,;Allilk att«1 i 0,1 I.I View image inPDF forrnat CAO O ViMal,',„,,•.,/!......M.1.1.61..13.LESAII r Mew image in PDF tormta""--1 EMew;nage in PDF format flP1140 14,.:...4altiV-61.11tEQB:E VW image in PDF format Azz1MADZIELEQRI. Mew image in POE'tonrat 01,1W2D12,z.ANNI,E\ Mew image in PDF formal Mew Image in POE formal I W.Mt.12Q.11?...:.:ANt{41ALfEi I Mew image in PDF formai 1 Mew linage in PDF format 0.1.19(M. IN.tfl k,RA.; LA KY Mew image in PDF format CAO State of Florida Department of State I certify from the records of this office that AJAX PAVING INDUSTRIES OF FLORIDA LLC is a limited liability company organized under the laws of the State of Florida, filed on January 30, 2008, effective July 16, 1981. The document number of this limited liability company is L08000010565. I further certify that said limited liability company has paid all fees due this office through December 31, 2023, that its most recent annual report was filed on January 4, 2023, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighteenth day of December, 2023 6.1"C Si ' . Secretary of State Tracking Number: 2329518828CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication CAO 1 E SHE n � Ron DeSantis,Governor ( ,�`i� F�„H Melanie S.Griffin,Secretary �4'41 , .., dbr gy (s,,,, T4v r Y; STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES �,1 Y HORAN, MICHAEL ALAN AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DRIVE NORTH VENICE FL 34275 LICENSE NUMBER:CGC1516738 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com 0 Vierri.IP ISSUED:06/05/2024 V'4.9n-erA Do not alter this document in any form. 1 '!7*y;w�, T This is your license. It is unlawful for anyone other than the licensee to use this document. ❑� &ter_. CAO � Ron DeSantis,Governor ,g`� fig= Melanie S.Griffin,Secretary e: Q �_ � dbda , , ,� „; � STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY& EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES HORAN, MICHAEL ALAN AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DRIVE NORTH VENICE FL 34275 LICENSE NUMBER: CUC1224679 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com ❑� , ❑J ISSUED:06/05/2024 :.KDo not alter this document in any form. T This is your license. It is unlawful for anyone other than the licensee to use this document. CAO Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY September 30,2024 AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DRIVE NORTH VENICE, FLORIDA 34275-3624 *REVISED* RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY) , DRAINAGE, ELECTRICAL WORK, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, GUARDRAIL, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING, SIDEWALK, TRAFFIC SIGNAL, MILLING, UNDERGROUND UTILITIES (WATER & SEWER) . Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337.14 (1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code (F.A.C.) , by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3) , F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov CAO Form W-9 Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) Ajax Paving Industries of Florida LLC 2 Business name/disregarded entity name,if different from above. M 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1,Check 4 Exemptions(codes apply only to only one of the following seven boxes. certain entities,not individuals; a see instructions on page 3): c ❑ Individual/sole proprietor ❑ C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate 0 y c Q LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) , . . , P_ Exempt payee code(if any) C. e Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax o , box for the tax classification of Its owner. Compliance Act(FATCA)reporting in ❑ Other(see instructions) code(if any) !+ 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, d and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained C this box If you have any foreign partners,owners,or beneficiaries.See instructions ❑ outside the United States.) 01 — a) 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) c0 One Ajax Drive 6 City,state,and ZIP code • North Venice,FL 34275 ul 7 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid j Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a [ Jill resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other - ` entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. [Employer Identification number Note:If the account is in more than one name,see the instructions for line 1.See also What Name and — -- 1.--- Number To Give the Requester for guidelines on whose number to enter. 2 6 - 1 8 7 1 9 6 6 fign Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicat{riytlhatrIAm exempt from FATCA reporting is correct. Certification instructions.You must cross out item(s $7'da pgen notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest d didt3r _o�n�0}(r�try For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured pro je eltajf �r Het)iti .1.)rtrilbilVions to an individual retirement arrangement(IRA),and,generally,payments other than interest and divide ct!ou are lid;lodge tae.cerr titatit91,Zut ou must provide our correct TIN.See the instructions for Part II,later. Sign Signature of : O E. Here U.S.person 2008 :X Date General Instructi ns" "%.n�•OHIOP•',-4 New line 3b has been added to this form.Aflow-through entity is ',� b' ID- ,'• required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Codeldo ss othe iv,v foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. -i t i i i i i i to another flow-through entity in which it has an ownership interest.This Future developments.For the latest information about developments change is Intended to provide a flow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they were published,go to www.irs.gov/FormW9. beneficiaries,so that it can satisfy any applicable reporting requirements.For example,a partnership that has any Indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-2024) CAO ,tic ., v,i, , , , r FAQ :jam L• a ti i0 � m I Fi -IDm Z Ln p Z N Z o ID D < m -I 7 g D :r d w, , w 0 m DD L. r 0 D C - < X Z n co r O O CET ° _ o _^ o m Z D 71 ZO -- ,_ D O < -I U �, v CD -I Z f7 Z Z —I N O m O v ID r+ c o Z Z < ZZ Z 0 Z N M -< -. m = 0 C m m p m O C Q 0po o Q p �. - Z � C CD o o rL' m n D _1 r) I N Z -n o n o, m m m- 3 0 3 D 7v X m = m 'T1 C G1 70 R1 r rO�, o N Q rm r O n n 0 -1 N (A) -n 70 m m rn 0 `° Fi CA) Os D Z n F' o N N w u, r > -� Cl., to o � °° DZ � o z 0 0 r c G� Z I . c Z O D Fo v 7 D m m C C 0 :<-‘-alu15-P‘-hilr'D r D CD z . 7, 0.1 tr:;./ mmiemagi CA �(..! :,;;) t 9:127- t, ,„ 0 z I ♦ -0' {fi I 4p," tooll,,,4 m m - Z D o v p70 = m CD 70 o CD Q m Z D < Z _l —C VI Z•I v D 7 p 7-1 0 < rn = z0 =� CC co a, O r _ O (n r - c ° �. � Z < 0 n — 0 , v ul Z n m Z Z —I �, = O m c — c N Z ' Z C OZ Z Z D n Z v) m ° C m m p D Q N m Q • ,' -1 3 ? c 3 m D C D Q o ° 0 v !�'•� m n D n 7D -I N Z -n m ° C n p m = Z r- cn .,( 'a Q rt NO 0 " ' D n ` . n T < O m 1- O r v N �- m — Q w CI) .� v N c,,, m m r 0 I n — = D I N) - r- 70 m m m p CD — !' Os N 7o p m Z N D N N o D D Z V) tlf CD •o o r� D -1-1 cn Z Q a) 3asI Z > n G1 Z `° 0 n c CO D con =I Q V) CD m -n — C? rh Cn m m p n 0_ c D C 0 0 D h m -•I ri- I 00 Z r co ri onsatais zit i Form W-9 Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester.Do not Department of the Treasury Go to www.irs.gov/FormW9 for instructions and the latest information. send to the IRS. Internal Revenue Service Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) Ajax Paving Industries of Florida LLC 2 Business name/disregarded entity name,if different from above. M 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1.Check 4 Exemptions(codes apply only to monly one of the following seven boxes. certain entities,not individuals; o, see instructions on page 3): oc 1] Individual/sole proprietor El corporation El corporation ❑ Partnership ❑ Trust/estate 6 2 0LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . . . P Exempt payee code(if any) 0...9 Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax z.0 classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax 0 2 box for the tax classification of its owner. Compliance Act(FATCA)reporting Cc ❑ Other(see instructions) code(if any) Ii= 3b IT on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, v and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained 4 this box if you have any foreign partners,owners,or beneficiaries.See instructions , . _ ❑ outside the United States.) to a 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) U) One Ajax Drive 6 City,state,and ZIP code North Venice,FL 34275 7 List account number(s)here(optional) ■ Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid f Social security number 1 backup withholding.For individuals,this is generally your social security number(SSN).However,for a - _ resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other w[ Jill entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer identification number 1 Note:If the account is in more than one name,see the instructions for line 1.See also What Name and Number To Give the Requester for guidelines on whose number to enter. 2 6 - 1 8 7 1 9 , 6 6 Certification Under penalties of perjury,I certify that: _ 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indica4r)g1lhat;I�rm exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2C to $yTCRJblen notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest d dLv1tlC`_ on b}}��r tyiy For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured pro Az ,_e'oelkai f Mt ar,RSbgtions to an individual retirement arrangement(IRA),and,generally,payments other than interest and divide tfg3ou are r ii2?daoCsloe tare cer f iczitit3fl,but ou must rovide our correct TIN.See the instructions for Part II,later. Sign signature of r : O Here U.S.person ,,may 2008 :Z3 Date General Instructi ns - . L,AIv....a�` New line 3b has been added to this form.A flow-through entity is .,� r5' �^ •``�` required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Codelia ss othe 10 foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. �t t i t r t t t to another flow-through entity in which it has an ownership interest.This Future developments.For the latest information about developments change is Intended to provide a flow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they were published,go to www.irs.gov/FormW9. beneficiaries,so that it can satisfy any applicable reporting requirements.For example,a partnership that has any Indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it An individual or entity(Form W-9 requester)who is required to file an should check the"LLC"box and enter its appropriate tax classification. information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3.2024) FaoT Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY September 30,2024 AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DRIVE NORTH VENICE, FLORIDA 34275-3624 *REVISED* RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY) , DRAINAGE, ELECTRICAL WORK, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, GUARDRAIL, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING, SIDEWALK, TRAFFIC SIGNAL, MILLING, UNDERGROUND UTILITIES (WATER & SEWER) . Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337.14(1) , Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3) , F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, 14 James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov CAO Guy HURLEY /waunAmcs moune7vaFnv/CsS February 6, 2OZ4 RE� Principal: Ajax Paving Industries ofFlorida, LLC. To Whom It May Concern: The purpose of this letter is tm advise you of the surety bond capacity and reputation ofAjax Paving Industries of Florida, LLC. VVe have had the continuing privilege of providing surety bonds for this company for more than 3Oyears. We write bonds for Ajax Paving Industries of Florida, LLC through Liberty Mutual Insurance Company and extend to them a surety line in excess of$200,000,000 per single projectand $750,000,000in aggregate. Liberty Mutual Insurance Company is licensed to do business inall states and has an A.M. Best Rating of ^A" with a financial size of Class "XV°. Liberty Mutual Insurance Company's Treasury Listing is $l,763,981,OOO. Ajax Paving Industries of Florida, LLC is a professionally managed organization with an excellent reputation. They have an experienced organization and are well financed, We recommend Ajax Paving Industries ofFlorida, LL[tmyou without reservation. Upon the request of Ajax Paving Industries of Florida, LL[, we will be pleased to execute Performance and Payment Bonds. This letter is not an assumption of liability, nor isita bid or performance bond. The surety reserves the right to review the file and contract terms and conditions for acceptance prior tothe authorization or execution of any performance and payment bonds. Sincerely, y.1 MUTUAL 'N R, rr - ` , � de, This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. vieierty Liberty Mutual Insurance Company Lib ' Mutual. The Ohio Casualty Insurance Company Certificate No: 8198086-013068 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Anne Burick,Holly Nichols;Jason Rogers;Mark Madden;Michael I) Lechner;Nicholas Ashburn,Paul M.Hurley;Richard S.McGregor,Robert I.).Heuer all of the city of Rochester Hilts state of MI each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th -day of November 2018 . Liberty Mutual Insurance Company JP otNo8rj ,'01 s`�f ' Ptssor? , The Ohio Casualty Insurance Company a i R.ca v 45p ,,fo y6 i' ►,%C� West American Insurance Company a1912K919 )i ns �aC^All , 'N sO aBy't • 1 _ = u. m David M.Carey,Assistant Secretary C,,c :a ro State of PENNSYLVANIA 5s EL, of MONTGOMERY o On this 30th day of November , 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance ) •m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes 4 al> therein contained by signing on behalf of the corporations by himself as a duly authorized officer.Ti >@ �'w IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. PA 4�`a�n7"w S lej.i Cmrcnum e�rh c PennnNlanN� try Sea' O ti 'rti .,i s 9 TVOW.Panleila.N0.04 P0* CD'co r rcml,]w w y CWr,ylid& C E O � ©� ran comm sson a'pros Mann 2e 2025 By: O N IP C z,, v Cotemission nu +t iza,44 eresa Pastella,Notary Public a � r,,vo,_ Meeww Pr,,,,,vn„0.. pa:ro,0 Nnu,,h o ,,any r- o c (I) L. t Q; This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 0.5 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows. d i`",y E d? ARTICLE IV OFFICERS:Section 12.Power of Attorney. o 0 o N Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the y,-- u President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m a T1 cC any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in•fact,subject to the limitations set forth in their respective powers of attorney,shalt-cc,U o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such © a) 2 LI instruments shall be as binding as it signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the.Q d provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t_a ARTICLE XIII-Execution of Contracts:Section 5,Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company,When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed, I,Renee C.Ueweltyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Compan;do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 6th day of February , 2024 , P,mew. p`,SY INa04. N 1N5Ihb �J `beavea 4� yJ `p.•ot.� 9y 4P oopPOA4'4�4 3 r`o T Y/d fur C+ +r 8 ed co 1912 Q I° 1919 n i 1991 n r �y"-- B • • d•v.,a r„�es<`aeT 1. sf'HAuv F�D� rs 'vorx�* �a3 y Renee C.Llewellyn,Assistant Secretary LMS-12e73 LMIC OCIC WAIC Multi Co 02121 CAO CORPORATE SUBSTANCE ABUSE PROGRAM STATEMENT OF POLICY This Company has legal responsibility to comply with the United States Department of Transportation's (US DOT) regulations regarding the testing of Company employees. To accomplish that end, the Company cannot condone and will not tolerate any of the following behaviors by its employees: A. Use of illicit drugs. B. Abuse of legal drugs (prescription or over-the-counter). C. Abuse of alcohol D. Sale, purchase, transfer or use or possession of illegal drugs or prescription drugs obtained illegally. E. Arrival for work under the influence of drugs or alcohol. Should any of these above-mentioned behaviors be detected, the Company will terminate the employee. The testing of an employee's urine for drugs is an effective mean to identify those in need of treatment or disciplinary action. However, the urine testing program is intended to supplement, not replace, other means of drugs or alcohol detection //7/ ,64 .00 OF pi ,*„S Michael A. Horan z. co/o- JTE Chief Executive Officer c' v 4*/ , --lb;• •...• • xvrd /1°"/111110°\ CAO AC oRo® CERTIFICATE OF LIABILITY INSURANCE DATE T (MM/DD 24/YYYY) 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 be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Debbie Rossi NAME: Guy Hurley, LLC PHONE (248)519-1306 FAX 248)619-1401 (A/C,No,Extl: (A/C,No): 989 E. South Boulevard E-MAIL drossi@ghbh.com ADDRESS: Suite 200 INSURER(S)AFFORDING COVERAGE NAIC# Rochester Hills MI 48307 INsuRERA:American Contractors Insurance Co A 12300 INSURED INSURERB:ACIG Insurance Company A 19984 Ajax Paving Industries of Florida, LLC INSURER c:Continental Insurance Company A 35289 One Ajax Drive INSURER D:Travelers Prop Casualty Co. A+XV 25674 INSURERE:National Fire Ins Co of Hartford AXV 20478 North Venice FL 34275 INSURERF: COVERAGES CERTIFICATE NUMBER:24-25 Kara 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. IFF POLICY EXP LTR TYPE OF INSURANCE INK) WVD POLICY NUMBER (MM DD/YEYYY) (MM DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY GL24A00094 6/1/2024 6/1/2025 EACH OCCURRENCE $ 10,000,000 A CLAIMS-MADE X OCCUR GL24B00094(GL Excess) 6/1/2024 6/1/2025 DAMAGE TO RENTED PREMISES PREMISES (Ea occurrence) $ X XCU Coverage Included MED EXP(Any one person) $ 5,000 A X Contractual Liability GL24C00094 (GL Excess) 6/1/2024 6/1/2025 PERSONAL 8 ADV INJURY $ 10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 POLICY X PRO-T LOC PRODUCTS-COMP/OPAGG $ 10,000,000 JEC OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 5,000,000 (Ea accident) E X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED -- SCHEDULED BUA7015117321 6/1/2024 6/1/2025 BODILY INJURY(Per accident) $ AUTOS _ AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) $ UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 10,000,000 `, x EXCESS LIAR CLAIMS-MADE 7014990214 6/1/2024 6/1/2025 AGGREGATE $ 10,000,000 DED RETENTION $ $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A B (Mandatory in NH) WCA000030724 6/1/2024 6/1/2025 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Inland Marine QT 630- 4W330426-TXS-24 6/1/2024 6/1/2025 Leased/Rented $550,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE EVIDENCE OF COVERAGE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE R McGregor/DROSSI i _..,,k \,. 1 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) i AJAX PAVING INDUSTRIES OF FLORIDA, LLC. CONSTRUCTION EXPERIENCE OF PRINCIPAL SUPERVISORY PERSONNEL YEARS INDIVIDUAL'S NAME POSITION/OFFICE TYPE OF WORK EXPERIENCE CAPACITY Michael A.Horan,P.E Chief Executive Officer,Manager 5,6,7,8,9,10 43 Civil Engineer/Manager Vince Hafeli President 5,6,7,8,9,10 34 Engineer/Manager Natalie Woody, P.E. Secretary/Treasurer 5,6,7,8,9,10 12 Engineer/Secretary/Treasurer Scott Pittman,P.E. VP of Operations-North Region 5,6,7,8,9,10 21 Civil Engineer/Manager Andre DeCraene VP of Operations-South Region 5,6,7,8,9,10 21 Engineer/Manager Tom Daquanna Construction Manager-Tampa 5,6,7,8,9,10 34 Engineer/Manager Matt Horan Area Manager-Sarasota 5,6,7,8,9,10 10 Civil Engineer/Project Manager Matthew Desotell Area Manager-Fort Myers 5,6,7,8,9,10 8 Civil Engineer/Project Manager Joe Minich Area Manager-Tampa 5,6,7,8,9,10 20 Civil Engineer/Estimator Mike Woody TPR Coordinator 5,6,7,8,9,10 6 Project Engineer Mike Curie Quality Control Manager-Asphalt 5,6,7,8,9,10 23 Quality Control Manager John Savage Project Manager 5,6,7,8,9,10 20 Quality Control Manager Rusty Reynolds Asphalt Plant Operations Manager 5,6,7,8,9,10 35 Asphalt Plant Operations Manager Mickey Cox General Manager-Plants and Materials 5,6,7,8,9,10 28 Asphalt Plant Operations Manager Jim Price, P.E. Project Manager 5,6,7,8,9,10 23 Civil Engineer/Project Manager Dale Purcell Construction Manager 5,6,7,8,9,10 24 Construction Manager Jayson Brown,P.E Project Manager 5,6,7,8,9,10 12 Civil Engineer/Project Manager Jason Prokopetz,P.E. Project Manager 5,6,7,8,9,10 20 Civil Engineer/Project Manager Mike Morgan,P.E. Project Manager 5,6,7,8,9,10 34 Civil Engineer/Project Manager Linda Bailey EEO Officer 5,6,7,8,9,10 12 EEO Officer Mandy Kustra Safety Director 5,6,7,8,9,10 19 Safety Director Eric Green Safety Manager 5,6,7,8,9,10 14 Safety Manager Bob Kern Safety Manager 5,6,7,8,9,10 2 Safety Manager Steve Ayers Design Build Project Director 5,6,7,8,9,10 45 Engineer/Manager Felipe Jaramillo, P.E. Alternative Contracting Project Manager 5,6,7,8,9,10 17 Civil Engineer/Project Manager Jerry Hunt Construction Manager 5,6,7,8,9,10 42 Construction Manager Garrett Fons Construction Manager 5,6,7,8,9,10 21 Construction Manager Roger Owens Project Manager 5,6,7,8,9,10 35 Project Engineer Nathan Hassler,P.E. Project Manager 5,6,7,8,9,10 11 Project Engineer Clayton Cross Project Manager 5,6,7,8,9,10 18 Project Engineer Chris Stewart Project Superintendent 5,6,7,8,9,10 28 Foreman/Superintendent Wally Cabral Project Superintendent 5,6,7,8,9,10 40 Foreman/Superintendent Ralph Bridger Project Superintendent 5,6,7,8,9,10 43 Foreman/Superintendent Joseph Dutton Project Superintendent 5,6,7,8,9,10 29 Foreman/Superintendent Brian Pittman Asphalt Paving Superintendent 5,6,7,8,9,10 15 Foreman/Superintendent Christie Alvaro,P.E. Senior Estimator 5,6,7,8,9,10 22 Civil Engineer/Senior Estimator Dave Reid Senior Estimator 5,6,7,8,9,10 26 Senior Estimator Type of Work: 5 Grading(Includes Clearing and Grubbing,Excavation and Embankment 6 Drainage(All Storm Drains, Pipe Culverts,Culverts,etc.) 7 Flexible Paving (Includes Limerock,Shell Base and other Optional Base Courses,Soil-Cemented Base, Mixed-in-Place Bituminous Surface Treatments,and Stabilizing) 8 Portland Cement Concrete Paving 9 Hot Plant-Mixed Bituminous Structural and Surface Courses 10 Milling CAO Ajax Paving industries of Florida,nna,LLC An Equal OpportunifyEmployer One Ajax Drive • North Venice,FL34275 Main:941.486,3600 • Fax:941.486.3500 July 24,2023 RESOLUTION OF THE BOARD OF DIRECrORS OF AJAX PAVING INDUSTRIES OF FLORIDA, LLC Resolved,that the following individuals are authorized to enter into contracts and sign bonds with all governmental agencies, municipalities, private developers, and contractors for work performed on behalf of AJAX Paving Industries of Florida, LLC. In addition, resolved,that the following individuals have written authorization to acknowledge receipt of payment by signature on an appropriate Partial,Conditional or Final Waiver, process the filling of a Claim of Lien, Notice of Non-Payment or Satisfaction of Lien according to the Mechanics Lien Law,or process the recovery of outstanding monies due,through the means of Small Claims Court on behalf of AJ X Paving Industrie of Florida,LLC,authorized to transact business in the State of Florida tli%fol10 in man er: is Mrchae A.Horan Mickey C ^ Jerich Gervais Chief xrcu e CJ;i er/Manager Vice 'resider) t and Materials Recvables Manager/Release Forms ...-- (A r- ......._ Vince Hafeli Ryhn F me‘ President Chief Financ al Officer Regional Vice President,Lake Wales r-�.u� ---•- . __ _ a . Scots PittmanMatt Desotellun Taylor Executive Vice Preside Marketing Regional Vice President,Ft.Myers Estimator an iovernment air / / Andre DeCraene Matthew iM<Y (,--'/� Lee Strauss Executive Vice President-Opeerations Regional is is stile ,Nc t) t rVertice Estimator "7 Dave.Reid John Savt c: Mirk Miller Se stimator ��s,' , Dire r of/Qualit Control !'stir ;tor 7 ,,64, oseph Minich Nat lie Woody Sharon Radford Regior7.alzVice esidrrr, 7i)lra Secretary/rieasurer Estimator a Felipe Jaramillo Christie Alvaro Engineer Director Director of Estimating CA- E-Verify-Employer Wizard-Company Information Page 1 of 1 Rod ify Minnow seed. LVe!I.rrrW 't« Employ Corot IjIbU1ty Vtirrtickown inpw Delaney 01131 PIA•01/11I2016 Log Out -:;nos mil 44 ioe rar:ip Ham. Company Information My Coosa New Case view Case. Company Name: Ajax Paving Industries of Florida,LLC i View t Edit Saone Cates Company ID Number. 390402 e. I My Profile Doing Business As(DOA) Edit Prattle Name: Change Password DUNS Number: 032430479 Change$ecudP Questone Physical Location: Mailing Address: My Company Address 1: One Ajax Drive Address 1: Ede Company Prone Address 2: Address 2: Add New Ua.r City: North Venice CIty: State: FL Sots:View E:daVng Llama Zip Code: 34275 Zip Code: Close Company Aooaunt County: SARASOTA My Reports Vl.w Reports Additional Information: My Resources Employer identification Number:201871966 View Eweneal Resources Total Number of Employees: 100 to 499 TaWeTutodai ParentOrganrzatIon: Administrator: View User Manual Sham Idea. Organization Designation: Contact Us Employer Category: None of these categories apply NAICS Code: 237-HEAVY AND CIVIL ENGINEERING CONSTRUCTION ( Vern Total Hiring sites: 2 1 J Vien/EtJl1 Total Points of Contact: 2 i V1eW I Edit ) U.$.Orp rtmeun.fHom land 3.cunty•ewar.an.ro. U.e.Mamma and tnvriprIUat$eMCte•wow+.mwitaov Enable Perrnnw,v Too*, Aac..albiey torddoschnewdre { https://e-verify.uscis.gov/emp/EmployerWizard.aspx 1/13/2016 State of Florida Department of State I certify from the records of this office that AJAX PAVING INDUSTRIES OF FLORIDA LLC is a limited liability company organized under the laws of the State of Florida, filed on January 30, 2008, effective July 16, 1981. The document number of this limited liability company is L08000010565. I further certify that said limited liability company has paid all fees due this office through December 31, 2023, that its most recent annual report was filed on January 4, 2023, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighteenth day of December, 2023 Q .t. ':,','.74•:&"• ---*: ';,';:--,1 ti ( •=14 �tt vv>G-As Secrettny of State Tracking Number: 2329518828CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication ";‘.' F; nid Department of State DIVISION OF CORPORATIONS [ ., •'"•''_'" ,,..,.K=-�•^••>,.w,,, w =tlrr.t.t Xht1,,*nJ bi(ortf!., Oc,�,air nt:,f 1t{t c. / .):•:r:2!J..Q uvpmmrgQ/ / ;r;.an.2.ia'rQr,i Detail by FEI/EIN Number Florida Limited Liability Company AJAX PAVING INDUSTRIES OF FLORIDA LLC Filing Information Document Number L08000010565 FEI/EIN Number 26-1871966 Date Filed 01/30/2008 Effective Date 07/16/1981 State FL Status ACTIVE Last Event LC STMNT OF RA/RC)CHG Event Date Filed 06/19/2018 Event Effective Date NONE Principal Address ONE AJAX DRIVE NORTH VENICE, FL 34275 Changed: 01/24/2019 Mailing Address ONE AJAX DRIVE NORTH VENICE, FL 34275 Changed: 08/06/2015 Registered Agent Name&Address HACKETT II,JACK O. FARR LAW FIRM 99 NESBIT STREET PUNTA GORDA, FL 33950 Name Changed:01/24/2021 Address Changed: 01/24/2021 Authorized Person(s)Detail Name&Address Title MANAGER JACOB,JAMES A ONE AJAX DRIVE NORTH VENICE, FL 34275 Title MANAGER/CEO HORAN, MICHAEL A ONE AJAX DRIVE NORTH VENICE,FL 34275 Title PRESIDENT HAFELI,VINCE ONE AJAX DRIVE NORTH VENICE, FL 34275 Title DIRECTOR OF FINANCE FULMER, RYAN ONE AJAX DRIVE NORTH VENICE, FL 34275 Title VICE PRESIDENT PITTMAN, SCOTT ONE AJAX DRIVE NORTH VENICE, FL 34275 Title FLEET MANAGER MAITLAND, DAN ONE AJAX DRIVE NORTH VENICE, FL 34275 Annual Reports Report Year Filed Date 2020 04/29/2020 2020 05/06/2020 2021 01/24/2021 Document Images 01/24/c02':--ANNUAL REPORT View image in PDF format 05/06/2020--AMENDED ANNUAI REPORT View image in PDF format 04/29/2020--ANNUAL REPORT View image in PDF format 12112/2019--AMENDED ANNUAL REPORT View image in PDF format 09/30/2019--AMENDED ANNUAL REPORT View image in PDF format 01/24/2019--ANNUAL REPORT View image in PDF format 05/19/2013--CORLCRACHG. View image in PDF format 0111E/2018—ANNUAL REPORT View image in POE format 01/19/2017--ANNUAL REPORT View image in PDF format 02/01/2016—ANNUAL REPORT View image in PDF format 08/0E12015,,--AMENDED ANNUAL REPORT View image in PDF format CAO 04/03/2015--ANNUAL REPORT View image in PDF format �;'i 9.0..1.4..-.:.-M fct-gr. View image in PDF format .Q11i.22014 ANNUAL,REPORT View image in PDF'format cium20,1,,,,ANNuALE.EPORT View image in PDF format 01/161 012—ANNUAL.REPORT View image in PDF formal 01/04/2011—ANNUAL REPORT View image in PDF format 01107'2010--ANNUAL REPORT View image in PDF format 01/22/2009--ANNUAL REPORT View image in PDF format 01/30/2008--Florida Limited Liability Vmm image in PDF format nand,C.epart^:ent of State,C,,visr.r,of Corp atiprs CAO J .SAMeov AJAX PAVING INDUSTRIES OF FLORIDA LLC Unique Entity ID CAGE!NCAGE Purpose of Registration XHFAM55Z66J5 1E7E3 All Awards Registration Status Expiration Date Active Registration Dec 2,2025 Physical Address Mailing Address 1 Ajax DR One Ajax DR North Venice,Florida 34275.3505 North Venice,Florida 34275-3505 United States United States '$,rl0 144) Ajax Paving Industries of Florida, LLC AJAX OFFICES NORTH VENICE OFFICE FORT MYERS OFFICE One Ajax Drive 13350 Rickenbacker Pkwy North Venice, FL 34275 Fort Myers, FL 33913 941 .486.3600 239.936.9444 941 .486.3500 Fax 239.936.9445 Fax TEMPLE TERRACE OFFICE LAKE WALES OFFICE 7860 Professional Place 24174 Highway 27, Unit #300 Temple Terrace, FL 33637 Lake Wales, FL 33859 813.769.1990 813.769.1991 Fax ASPHALT PLANTS & AJAX MATERIALS NORTH VENICE PLANT 1 ODESSA PLANT 5 One Ajax Dr 11603 S.R. 54 North Venice, FL 34275 Odessa, FL 33556 941 .486.3420 Tower 727.375.5780 Tower 941 .486.8771 Fax 727.375.5750 PUNTA GORDA PLANT 2 TAMPA PLANT 6 40851 Cook Brown Road 6050 Jensen Road Punta Gorda, FL 33982 Tampa, FL 33619 239.543.4544 Tower 813.574.8331 Tower 239.543.1105 Fax 813.574.8334 Fax PORT MANATEE PLANT 3 LARGO PLANT 7 12165 U.S. 41 North 1550 Starkey Road Palmetto, FL 34221 Largo, FL 33771 941 .845.1138 Tower 727.499.2168 Tower 941 .721 .3155 Fax 727.499.2169 Fax FORT MYERS PLANT 4 LAKE WALES PLANT 8 7121 Pennsylvania Street 1800 Old Bartow Road Fort Myers, FL 33912 Lake Wales, FL 33859 239.489.3320 Tower 239.489.9973 Fax AJAX MATERIALS 500 Gene Green Road Nokomis, FL 34275 941 .485.5301 Office 941 .485.5264 Fax www.ajaxpaving.com CAO ool idDe Brooksville 93 .. ' Grovt land „„" "Pirie Hills ' Orlando ri1 , .Clcrmorn i Timber Akio Manor Conway ' t_coo�:hee , ":,4 4,; .Oak Rrgge Spring Hill ' , " ,, Dade,;„Gity r Wi�mr�Mrr�' Shady Hills North q ": Bayonet r1.�..t�.�n.s. Ct3�C,�8�0tMt :I I MeaidOw ri' a 4rRt4isi C t tip"•'I, ,t39tl ^""—t -., '- Ajax Plant'5-Odess ‘ira . ifitik 1 i603 S.R.54 KISS irnmee , AJ a t.irkea Zephythifts dipper • ',St Clot Hwlda ----, f .�r Ha or n Greater TariiienLutz '-41Z) Davenport Ong$ ..f 4orthdaie , , ,Lake `" ¢ E �� `yak Haines City,' � Palm Harbor .Magdale±ttr" Lake fresh , Y� r Town'n' d Terr►pFe ., Aubumdate VV me ,. �,,,�• Ajax Plant 7-Largo , r r + CoUt1I Ajax Plant 8-Tampa Havre r,+. Ajax Plant 8-Lake Wales 1.50 Starke Road Dunedin" ry Terrace 6050 Jensen Road e1Bnu t 1800 Old Bartow Road ' OA!' yliki:-. ': ` ' Mt4ar `'�.,ver • '" -Lakeland' OYDies$r �Va6;e' i her►or L ' 3 - J T tTl�a Blandon Highlands w-"Gen ns z Art " take rry. y Lake Wales r Kwsr tuna trltftatl R k$ 1a5 )11k Bartow Nk Gitx4friverview 'Boyette cr<n xt ke yalC e rreaetr'c Beach/ rt" .' ... „ a$ r gores! St Petersburg . f ,4 " Fort Meade Fros ireof .u... RiWn AJax Plant 3-Port Manatee v' 41., 12165 U.S.41 North '' , ;:1 `3t bete , . Botvfln fl .i g Green g , 27 r ` 1 17 Perk AV4ti Hoknes•Palmetto`Mani Ws TttO cortelLitz Bradenton . -- - --- ZeK j•igf>4Z1oat t3aysh0re is Cie Sw>,)c i,, Key Gardens Meadows t t °svtvan krto rakIta Sarasota Shores SPn Lake F,iacid Gsull,�C#ate Ajax Plant 1-North Venice - , Ales . ..* " One Ajax Drive Placid Lakes ' Va ) . ia e ,''AJA,c I e erk sot#hea t t.aut.t\: \van. „ Arcadia t/QtlKk t3stdtl "" ,`• south`' "North Port ""'""` Vence � �`r � � t^#+rbocrf 27 i F , is •lewood Charlotte ,Glevc4and t, 'Grove City Punta(Gorda �Y ecii M Web Ajax Plant 2-Punta Gorda N 4it Aso Im1ti, 40851 Cook Brown Road 4 RWondeneS rw. a,. Cheriatte., . '4,11f w c f larbOr x t � a LaBelle aokeeea �,' North Fort :9r,;�1 art Myers ,."., ,.:,,,.. " 4► , C .• Myers _shores :0 .� ,. Fart'•Myere i Iti" RAJ•. i . .f * ; or, Ajax Plant 8-Fort Myers " " `� flit 7121 Ferynsytvxtnia Street Ajax Paving Industries of Florida, LLC P CaPC Coral -,e 4, One Ajax Drive, North Venice, P1.34278 ea�t e , � At)" __}wCia$os ; steeTk e Ph (941)486-3600=Fax(941)486-3500 -. 'on lay,iiilLer v . Beach: titervr '. CPO . F, ., .Intrnokalee FORM 12-BIDDERS CHECKLIST IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. Please read carefully,sign in the spaces indicated and return with your Bid. FAILURE TO PROVIDED THE BID DOCUMENTS MAY BE GROUNDS TO DEEM YOU NON-RESPONSIVE/NON- RESPONSIBLE. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings,descriptive literature,etc.have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed and accepted in BidSync: a. Construction bid instructions form b. Construction services agreement c. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: a. Bid Form(Form 1) b. Contractors Key Personnel(Form 2) c. Material Manufacturers(Form 3) d. List of Major Subcontractors(Form 4) e. Statement of Experience(Form 5) f. Trench Safety Act(Form 6) g. Bid Bond Form(Form 7) h. Insurance and Bonding Requirements(Form 8) i. Conflict of Interest Affidavit(Form 9) j. Vendor Declaration Statement(Form 10) k. Immigration Law Affidavit Certification(Form 11)MUST be signed and attached with your submittal. 1. Signed Grant Provisions and Assurances package in its entirety,if applicable,are executed and should be included with your submittal. 9. Copies of required information have been attached a. Business tax Receipt(Collier County Businesses Only) b. Company's E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida(sunbiz.org) d. Any required professional licenses—valid and current(myfloridalicense.com) (ie:General Contractors license,Underground Utility and Excavation,Builders, Trade Contractors,etc.,as applicable,requested and/or required.)REQUIRED: Florida General Contractors license and FDOT Prequalification letter e. Vendor W-9 Form 10. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time,otherwise the Bid cannot be considered. EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category [Charlie McCleaf] Construction Superintendent [Ryan McCarthy] Project Manager 13 Construction Services Agreement:[2025_ver.1] CAO EXHIBIT B-1: PUBLIC PAYMENT BOND (Following This Page) 14 Construction Services Agreement:[2025_ver.1] CAO EXHIBIT B-1: PUBLIC PAYMENT BOND Bond No. 013133494 Contract No. 24-8319 KNOW ALL MEN BY THESE PRESENTS: That Ajax Paving Industries of Florida LLC as Principal/Contractor, and Liberty Mutual Insurance Company , as Surety, located at 175 Berkeley Street. Boston MA 02118 (Business Address) are held and firmly bound to Collier County Board of County Commissioners as Oblige in the sum of Two Million One Hundred Thirty Three Thousand Six Hundred Fifty Nine and 67/100 ($ 2,133,659.67 ), this includes allowance for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors, and assigns, jointly and severally. .41 WHEREAS, Principal has entered into a contract dated as of theZZday of ger;f , 20 5_ with Oblige for Collier Blvd(CR-951)&City Gate Blvd North Intersection Improvement (Project) in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise, it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties'obligation under this { Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESSWHEREOF, the above parties have executed this instrument this j day of irOW , 20937-the name of undersigned representative, pursuant to authority of its governing body. (2024_ver.1] Signed, sealed and delivered in the presence of: P,R)IN C1PAL/CONTRACTOR:Ajax Paving Industries of Florida LLC Signq 0 111`D ie 4kI.vart);DNrecf nv t -rblim ft Name and Title STATE OF COUNTY 0� A. The foregoing instrument was acknowled ed before me by m--ns of ✓physical presence or online notarization, this�jday of rf A C.. 20 _ S by .� .-i 1 V0.� as iQF.('DfZ O6�trnr-F', v1 of C s ' ' in Vim; uS-I-R_;ESs;: Io►' ,. 'a co porn ioreon behalf . ' he corpor.n. He/She is personally known to me OR has produced I f A--P o, ILi• nowit) identification and did (di not) take an oath. My Commission Expires: • —kign ure of Notary) (AFFIX OFF 1P$EAL) KARACOGGINS I ra°;' �. Notary Public-State of Florida �' (fl Commission N HH 114653 Legibly Printed) '':',o My Comm.Expires Apr 6,2025 notary Public, State of Bonded through National Notary Assn.Qommjssion No.: SURETY: Liberty Mutual Insurance Company 175 Berkeley Street Authorized Signature Boston, MA 02116 (Printed Name) (Business Address) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of_ physical presence or __online notarization, this_day of 20 by , as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) i Notary Public, State of I Commission No.: OR POWER OF ATTORNEY IN FACT i 1 [2024_ver.1) i Liberty Mutual Insurance mpany As;Attorne act Signature • .(Attach wer of Attorney _ ltitholas Ashburn (Attorney-in-Fact) (P Int,i Name) • 176 Berkeley Street Boston, MA 02116 '°,' l v e= ' (Business Address) STATE OF Michigan COUNTY OF Oakland The foregoing instrument was acknowledged before me by means of X physical presence or _online notarization, this 7th day of March 2025 by Nicholas Ashburn as Attorney-in-Fact of Liberty Mutual Insurance Company a Massachusetts corporation, on behalf of the corporation. He/She is personally known to me OR has produced Personally Known identification and did (did not) take an oath. f My Commission Expires:May 25, 2027 C , 11t7( (Signature of Notary) (AFFIX,QFFICIAL SEAL) Name: Jill E. Moore : 7s (Legibly Printed) Notary Public, State of Michigan D e • Commission No.: N/A 0° ; ° 1) "4 a a a a a JILL E MOORE #1163,,, ' NOTARY PUBLIC•STATE OF MICHIGAN COUNTY OF OAKLAND My commission Expires Ma 25.2027 Acting in the County of , /,,,,,,c/ [2024_ver.11 EXHIBIT B-2: PUBLIC PERFORMANCE BOND (Following This Page) 15 Construction Services Agreement:[2025_ver.1] EXHIBIT B—2: PUBLIC PERFORMANCE BOND Bond No. 013133494 Contract No. 24-8319 KNOW ALL MEN BY THESE PRESENTS: That Ajax Paving Industries of Florida I I C as Principal/Contractor, and Liberty Mutual Insurance Company , as Surety, located at 175 Berkeley Street, Boston, MA 02116 (Business Address) are held and firmly bound to Collier County Board of County Commissioners as Oblige in the sum of Two Million One Hundred Thirty Three Thousand Six Hundred Fifty Nine and 67/100 ($ 2,133,659.67 ), in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs, and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise, it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety,for value received, hereby stipulates and agrees that no changes, extensions of time, ( alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this „ day of QQ.,h , 20 ± , the name of each party being affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. [2024_ver.1] CA a, tit �, . ' `I ° Signed, sealed and delivered in the presence of: PRINCIPAL/CONTRACTOR: Ajax Paving Industries of Florida LLC 011Ar ': 1 anattire • I YI Akz_no T%rec rx O c S�►Ma'fl Name and Title STATE OF FLDe+dQ COUNTY OF., (?{ - The foregoing instrument was acknowled ed before me by mAa s of p ical resence or online notarization, this of ' �2C 200�5 b` gZakt --a ► E —Fi n- Md n of P- to (•—O e21 corporatio n behalf o=th` corporation. He/She is personally known to me OR has produced 't\) l A — 6e.� &rl( 1 .t\o►.O%) identification and did (did not)take an oath. 0--(90- Cic/K-6 My Commission Expires: CUM_ Signat e of Notary) (AFFIX OF C „ AL) KARA COGGlNS Notary Public-State of Florida egibly Printed) y CommissionComm r Expires HHApr 114653 62025 otary Public, State of •'•'?'oF F`.°: M . bonded thr gh National Notary Assn. ommission No.: SURETY: Liberty M al Insurance Company 175 Berkeley Street Authorized nature Boston, MA 02116 Nicrlola shburn Attorne -in-Fact (Pri 'ed Name) (Business Address) STATE; OF Michigan COUNTY OF Oakland 'The foregoing instrument was acknowledged before me by means of X physical presence or online notarization, this 7th day of March 20 25 by Nicholas Ashburn as Attorney-in-Fact of Liberty Mutual Insurance Company a Massachusetts corporation, on behalf of the corporation. He/She is personally known to me OR has produced Personally Known identification and did (did not) take an oath. My Commission Expires:May 25, 2027 (Signature of Notary) `►"V(FFIX OFFICIAL SEAL) Jill E. Moore �'•`:' (Legibly Printed) e"°•"° Notary Public, State of Michigan X w Commission No.: N/A a{ `" C ' --U r' JILLEMOORE ° + r/t'4 NOTARY PUBLIC-STATE OF MICHIGAN •, r, >, *'' COUNTY OF OAKLAND rhJ,lr�r��i►o ,a‘+ My Commission Expires Cs May 25�2027 A( Acting in the County of ✓(A/IS„c/. 2024 ver.11 4y1 I - 1 .ow This Power of Attorney limits the acts of those named herein,and they have no authority to * bind the Company except in the manner and to the extent herein stated. `A, Liberty Mutual. Mutual Insurance Company 0` Mutual* The Ohio Casualty Insurance Company Certificate No: 8198086-013068 SURETYWest American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Anne Barick;Holly Nichols;Jason Rogers;Mark Madden;Michael D.Lechner;Nicholas Ashburn;Paul M.Hurley;Richard S.McGregor;Robert D.Heuer all of the city of Rochester Hills state of MI each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November , 2018 . Liberty Mutual Insurance Company 4`,tNSUg9 A�SY INs�, a 1NSU,, The Ohio Casualty Insurance Company Jic°RPO�rFp4[� �g`�rc°R"OR+ro m �e ePOR;i, West American Insurance Company 1912 m o m vi ., a o 1919 r, i 1991 //�J/ Z a p d 00 ! a) v"1;4YAGHuSW da O `,44,0".D3 '! 'NOI"Nh S e ._ d O co State of PENNSYLVANIA David M.Carey,Assistant Secretary s= 2 rn County of MONTGOMERY SS E U o- ., -- D On this 30th day of November , 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance t, m ` > Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes E a?_ therein contained by signing on behalf of the corporations by himself as a duly authorized officer. m a' .6 a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. __Se = to p 5� PggT IL O (43, • p,0,1*,. E`� Commonwealth of Pennsylvania-Notary Seal 2 O ��oo`� �GZ 9 Teresa Pastella,Notary Public '— at OF Mun E oRI My commission expires March 28.2025 By: �id%�<.l t.s[/ O U "gk, ? Commission number 1126044 a) Sycvo'• ,c, Member,Pem,sylramaAssociation of Notases eresa Pastella,Notary Public Q o ca N 4 � o v = a) a)Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 cNro o.g Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N L ARTICLE IV-OFFICERS:Section 12.Power of Attorney. a� Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the v o President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety aI co > 92 c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-a O. `5- have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such o a, Z instruments shall be as binding as if signed by the President and attested to bythe Secretary.Any power or authority granted to any representative or attorney-in-fact under the co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t°n ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect-agd has not been revoked. r s a IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7th day of March , 2025 . 11 „% v%NSUR 01 INSV fNSU,p +r�,' G� • T c Q`onPoa,,r'9 c, ye e3 % tr Q31912 0 u 7.; fiy s: 11991 B.0„",30.•,a 0� "4MPS�Lt ,e 40,0. as y Renee C.Llewellyn,Assistant Secretaf � " .q;r(r;. + ' ' , e LMS-12873 LMIC OCIC WAIC Multi Co 02/21 , �w , l., EXHIBIT B-3: INSURANCE REQUIREMENTS (Following This Page) 16 Construction Services Agreement:[2025_ver.1] 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 bocexempti 2. ®Employer's Liability $_1,000,000_single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury current ISO form Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage. OwnedfNon-owned/Hired;Automobile Included 6. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: 0 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 0 Project Professional Liability $ Per Occurrence 0 Valuable Papers Insurance $ _ Per Occurrence ❑Cyber Liability $ Per Occurrence 0 Technology Errors&Omissions $ Per Occurrence t , 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. ® 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. GG—11/5/24 Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. ICAO EXHIBIT C RELEASE AND AFFIDAVIT FORM (Template Form Following This Page) 17 Construction Services Agreement:[2025_ver.1] EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF ( Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and its subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final]Application for Payment No. Contractor's Signature Name and Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of_ physical presence or_online notarization, this_day of 20_ by , as of a corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public, State of Commission No.: CAO [2024_ver.1] EXHIBIT D-1 CONTRACTOR APPLICATION FOR PAYMENT FORM (Template Form Following This Page) 18 Construction Services Agreement:[2025_ver.1] CAO EXHIBIT D-1 FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER) or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: Project No. County's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name& Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @5% $ Retainage @ 5%through [Insert $ through [Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances(except such as covered by Bond acceptable to OWNER); (3)all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner's Project Manager Name: Signature: Date: [2024_ver.1] CAO EXHIBIT D-2 SCHEDULE OF VALUES (Template Form Following This Page) 19 Construction Services Agreement:[2025_ver.1] CAO w 0 *a'H Z W 0 2 3 2 L £ > C N . O ; c8 IV W LU• ` m a z d Fa- 7 Oi W W CC .0 C W a) O m Q c e. Z V N rt F- o K t O a l0 W 2 a U 0 d Z 2 t LT J a W ti m▪ O E m O M E Z 0 F- F o F- F- W W C J U 0 U a m a rc w a 0 a . 0 a 0 a co CE L in O W I Fd- W W F_LU _ O a QpT • F 0 rn 0 O 2 of a) 0 cli _7 a) o Q m W a 3 et K '' O 0 W y O ) F- I- .2m c K m a m c W y a) L a] m U O y O a 0 au O« u� 0 — F-• W C a a) 9 V O 0 H y C al 0 N W ,I) o a Z Q W L 0 0 0 m 0 Q U m L J Z 'n z a 0 N N W E a y a) O 04 3 y y H Q' a A 2 aF_ c 2 U8 0 c a, W .J W =0 U W Q C C_ 2 > P.U7 U €£N O E al m 8 a Z O y O ai, 1- — a sa cti m 0 T— W E O 0 ia1 C I11 y O ro z a 0 8 U 2W n F 2 F C O - 0 aa L = ce Z F_O a r U CAO EXHIBIT D-3 STORED MATERIALS (Template Form Following This Page) 20 Construction Services Agreement:[2025_ver.l1 A O _ F- W U v1 Z d N d F- o J d Z CO U, 2 F- 0 W 0 J O J a' F W a z I -J U 0) 0 = W O -i > --I W F a z Z w U m = g F- m n Z a W 0 I-- I-- > O U 0 W E. O w O FF-- /2 wa D a• 0 a L E. m ° ra O rX anj ci W a «_. .f6 _0 0 W cx O m W a W c "0 W N U I::::" ce W N W m m N 2 C O m Z o W 5 U °1 O a > ETZ -o 0 m a Ul S N w J cC a. a 1 m + 1 Cl) Q N a o CC N 0 Z O_ _O F. a a a F U 0 W _ W 3 U W D. W d z 2 w U F- - W d o 70 0 C m a CAO EXHIBIT E-1: CHANGE ORDER (Template Form Following This Page) 21 Construction Services Agreement:[2025_ver.1] Co Ter County Procurement Services Change Order Form Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: Select One: ❑Contract Modification (Construction or Project Specific) ❑Work Order Modification Project Manager Name: Division Name: Original Contract/Work Order Amount Original BCC Approval Date;Agenda Item# Current BCC Approved Amount Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount SAP Contract Expiration Date(MASTER) Dollar Amount of this Change o.00°%o Total%Change from Original Amount Revised Contract/Work Order Total $o.00 o.00°i % Change from Current BCC Approved Amount Total Cumulative Changes $o.00 o.00°i %Change from Current Amount Notice to Proceed Original NTP Original Final Last Final Date #of Days Completion Date Approved Date #of Days Added Revised Final Date Current Substantial Completion Date (includes this change) (if applicable) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request: ❑Add Time; ❑Add funds; ❑ Use of Allowance; ❑ Modify/Delete existing Task(s); ❑Add new Task(s); ❑ Reallocate funds; ❑ Other(must be explained in detail below) 1.) Detail of change/s to be made through this Change Order. 2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of days remaining or "N/A" if not applicable. 3.) Explain why this change was not included in the original contract/Work Order. 4.) Describe the impact if this change is not processed. Page 1 of 4 Change Order Form(2024_ver.1) ',.`},_ Coler County Procurement Services Change Order Form Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time i]Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form(2023_ver.1) CAO Co ier County Procurement Services Change Order Form Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mvflorida.com%sunbiz/search/). If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. Prepared by: Date: Signature-Division Project Manager Printed Name Accepted by: Date: Signature-Design/Engineer Professional(if applicable) Printed Name/Title/Company Name Accepted by: Date: Signature-Contractor/Consultant/Vendor Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name Approved by: Date: Signature-Division Director or Designee(Optional) Printed Name Approved by: Date: Signature-Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form(2024_ver.1) CAO Cltrer County Procurement Services Change Order Form Contract# CO# PO# Project#: Project Name: Contractor/Consultant Name: FOR PROCURMENT USE ONLY FY_ CHO Request# Approved by: Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative ❑ Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptroller COLLIER COUNTY, FLORIDA By: By: , Chairman Dated: Date: (SEAL) Agenda# Approved as to Form and Legality: Deputy County Attorney Print Name Page 4 of 4 Change Order Form(2024_ver.1) CAO EXHIBIT E-2: WORK DIRECTIVE FORM (Template Form Following This Page) 22 Construction Services Agreement:[2025_ver.11 CAO EXHIBIT E-2 WORK DIRECTIVE CHANGE PROJECT NAME: CHANGE # DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Collier County Board of Commissioners PROJECT#: CONTRACTOR: ENGINEER: You are directed to proceed promptly with the following change(s): Description: Purpose of Work Directive Change: Attachments: If a claim is made that the above change(s)have affected Contract amount or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract amount: Method of determining change in Contract Times: ❑ Unit Prices ❑ CONTRACTOR's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other A not-to-exceed itemized estimated increase Estimated change in Contract Time: (decrease)in Contract amount: $ Increase or decrease by calendar days. RECOMMENDED: AUTHORIZED: By: By: Engineer/Design Professional Owner's Representative [2024_ver.I] CAO EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION FORM (Template Form Following This Page) 23 Construction Services Agreement:[2025_ver.1] EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional Project No. PROJECT: CONTRACTOR Contract For Contract Date 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 C'AO [2024_ver.1] 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 final punch list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion and Contractor shall provide Owner with written notice that all punch list items have been completed. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance, and warranties shall be as follows: 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 , 20 Signature of Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on , 20__ and will submit within five calendar days, an approved pay application to bccapclerk@collierclerk.com. The pay application will include regular schedule of value scope work to be billed and all work to be billed for all change orders. Signature of Contractor Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 Signature of Owner Type Name and Title CAO [2024_ver.1] EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION FORM (Template Form Following This Page) 24 Construction Services Agreement:[2025_ver.1] EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. Design Professional Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. The warranty in Exhibit G-2 is attached to and made a part of this Certificate. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION [2024_ver.1] CA^ Intentionally left blank Executed by Design Professional on , 20 . Signature of Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Final Substantial on this , 20 Signature of Contractor Type Name and Title OWNER accepts this Certificate of Final Substantial on this , 20 . Signature of Owner Type Name and Title CAO [2024_ver.11 EXHIBIT F-3 PUNCH LIST FORM (Template Form Following This Page) 25 Construction Services Agreement:[2025_ver.1] v.r EXHIBIT F-3 PUNCH LIST FORM Item Description Value Completion Date Dated Approved No. by Owner Subtotal x 150% '1; [2024_ver�]� EXHIBIT G-1 FINAL PAYMENT CHECKLIST (Template Form Following This Page) 26 Construction Services Agreement:[2025_ver.1] EXHIBIT G-1: FINAL PAYMENT CHECKLIST Bid No.: Project No.: PO No. Date: Contractor: The following items have been secured by the for the Project known as 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 L I 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: 0 � —1-1— 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. L_J 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 0 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: Executed by Design Professional on , 20 Signature of Design Professional Type Name and Title Executed by Contractor on , 20 Signature of Contractor Type Name and Title Executed by Owner on , 20 Signature of Owner Type Name and Title [2024_ver.1] EXHIBIT G-2 WARRANTY (Template Form Following This Page) 27 Construction Services Agreement:[2025_ver.1] EXHIBIT G-2 WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Substantial Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF SUBSTANTIAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. CONTRACTOR: WITNESS: Signature Signature Name Printed and Title Name Printed [2024_ver.1] EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization, or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 28 Construction Services Agreement:[2025_ver.1] CAO 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 the Board's award of the Agreement, 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 29 Construction Services Agreement:[2025_ver.1] CAO 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 At least ten (10) days prior to submitting the monthly Application for Payment, the Contractor shall submit to the Project Manager a final Schedule of Values. The Schedule of Values shall be satisfactory in form and substance to the Project Manager and shall subdivide the Work into component parts in sufficient detail to serve as the basis for measuring quantities in place and calculating amounts for the Contractor's monthly progress payments during construction. Further, it shall include 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. Unsupported or unreasonable allocation of the Contract Price to any one activity shall be justification for rejection of the Schedule of Values. The Contractor shall not submit an unbalanced Schedule of Values which provides for overpayment to the Contractor on activities that would be performed first. The Schedule of Values shall be revised and resubmitted until acceptable to the Project Manager. Once the schedule has been accepted by the Project Manager, the Owner reserves the right (at its option) throughout the Contract to require that the Contractor honor a particular price contained in the Schedule of Values, if the activity pertaining to it is being deleted or modified. Upon approval of the Schedule of Values by the Project Manager, it shall be incorporated into the form of Application for Payment attached to the Agreement as Exhibit D and shall be used as the basis for the Contractor's monthly Applications for Payment. The 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. 4.2 The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date, and monthly thereafter, but not more often than once a month or prior to substantial completion being met. 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 agreed to by the Owner in writing, the Application for Payment shall also 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 form attached hereto and made a part hereof as Exhibit D-3. 30 Construction Services Agreement:[2025_ver.1] r't,F J payment under the legal doctrine of "'aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The Owner may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The Owner may not accept any additional surcharges (credit card transaction fees) as a result of using the Owner's credit card for transactions relating to this agreement. 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 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. 5.4 If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 6. FINAL PAYMENT. 6.1 Owner shall make Final Payment to Contractor in accordance with Section 218.735, F.S. and the terms of the Contract Documents after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to Final Payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to Final Payment and such other 32 Construction Services Agreement:12025_ver.1] CAO 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 Acceptance and 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. 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 to Proceed 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. 33 Construction Services Agreement:[2025_ver.1] CAO 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 record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. 34 Construction Services Agreement:[2025_ver.1] CAO 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 (e.g. interior or exterior wall faces). The annotated drawings shall be clean, and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed, or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(a�colliercountvfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 35 Construction Services Agreement:[2025_ver.1] 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's 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 in the form of a Work Directive, Exhibit E-2, and Owner shall not be liable to the Contractor for any increased compensation without such 36 Construction Services Agreement:[2025_ver.1] CAO written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive. 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 affected 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, as amended and the terms of the Contract Documents 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 37 Construction Services Agreement:[2025_ver.1] CAO matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit, or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 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 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 38 Construction Services Agreement:[2025_ver.1] CAO and costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner, and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in 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 seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, 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 (ITB) and Request for Proposals (RFP) including professional services and construction services. 39 Construction Services Agreement:[2025_ver.1] . Contractors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/Contractor's proposal may be deemed non- responsive. Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any 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 seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s)to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 40 Construction Services Agreement:[2025_ver.1] CAO 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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 41 Construction Services Agreement:[2025_ver.1] CA.O shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to 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. 42 Construction Services Agreement:[2025_ver.1] CAO 20. COMPLETION. Substantial Completion and Development of the Punch List 20.1 Substantial Completion is as defined in the Defined Terms section of this Agreement. When the Contractor believes Substantial Completion has been achieved, it shall certify in writing to the Project Manager that the Project is Substantially Complete in accordance with the Contract Documents and request the Project Manager to inspect the Work and to issue a Certificate of Substantial Completion. Prior to making such a request the Contractor must: a) Complete all Work necessary for the safe, proper and complete use or operation of the Project as intended, including: all regulatory agency requirements are satisfied, including occupancy permits; operating certificates and similar releases; all operational testing has successfully occurred; all required training has successfully occurred; all close-out documents (such as as-built drawings, certifications, warranties, guaranties, test reports test logs, operational manuals, etc.) have been provided by Contractor and accepted by Owner. b) Prepare a Contractor-generated punch list(i.e., a list of all items required to render the Project complete, satisfactory, and acceptable, for submission with the request for inspection and issuance of a certificate of Substantial Completion), which shall include and list separately the estimated cost to complete each remaining unfinished item included on the list with an explanation as to the basis for those costs, substantiated by the Schedule of Values, subject to the Owner's final review and approval as stated below. c) Upon receipt of the request from the Contractor, the Project Manager, assisted by the Professional, if any, and other Owner personnel, as appropriate, shall review the request, the Work and the Contractor-generated Punch List to determine whether the Work is ready for Substantial Completion inspection. If this review fails to support Substantial Completion inspection, the Project Manager shall so notify the Contractor citing the reasons for rejection. If the Project Manager and Professional (if any) determine the Work is ready for Substantial Completion inspection, the following procedures will be followed: 1. The Project Manager will, within a reasonable time, schedule, and conduct inspection(s) of the Work with the Professional (if any), other Owner personnel as required, and the Contractor for the purpose of formally reviewing the status of completion of the Work,the readiness of the Project for use and the Contractor-generated Punch List. A copy of the Contractor- generated punch list will be provided to all participants and any additional items noted during the inspection will be added to the list. The Project Manager, the Professional, their representatives and other Owner representatives will review the Work and the Contractor-generated punch list to assure all deficiencies are noted on a final document (Exhibit F-3 Punch List Form). The Punch List must include all items required to render the Project complete, satisfactory and acceptable. If Project Manager and Contractor disagree on whether an item belongs on the Punch List, the Project Manager has the final say on whether the item is included or not. The Punch List shall be finalized and issued to the Contractor by the Owner within the time frames indicated below. 43 Construction Services Agreement:[2025_ver.1] CAO 2. If upon completion of the inspection(s) the Owner does not consider the Project Substantially Complete, the Project Manager will notify the Contractor in writing giving reasons why the Project is not Substantially Complete. 3. If, upon completion of the inspection(s), the Owner considers the Project Substantially Complete, the Project Manager shall prepare a Certificate of Substantial Completion to establish the date for Substantial Completion as the date of the completed inspection(s). The Certificate of Substantial Completion shall be approved by the Owner upon the signature of both the Project Manager and the Professional and shall be issued to the Contractor. The Certificate shall fix the date of Substantial Completion. 4. Substantial Completion cannot occur until all conditions necessary for safe and proper use, occupancy, maintenance, and operations are in place. 20.2 Time Frames for Issuance of the Punch List (a) The Owner shall issue the Punch List to the Contractor within the time frames described below, provided that the Contractor has completed its obligations in providing a proper contractor-generated Punch List prior to the Substantial Completion inspection. (b) For construction estimated to cost less than ten million dollars ($10,000,000.00), the Punch List must be finalized within thirty (30) Days after the Substantial Completion date. (c) For construction projects estimated to cost more than ten million dollars ($10,000,000.00), the Punch List must be finalized and issued within forty-five (45) Days after the Substantial Completion date. (d) For construction projects involving more than one building or structure or multiple phases, the Punch List must be prepared for each building, structure or phase within thirty (30) Days of the Substantial Completion date of a particular building, structure or phase if it is estimated to cost less than ten million dollars ($10,000,000.00) or within forty-five (45) Days if it is estimated to cost more than ten million dollars ($10,000,000.00). (e) If the development of the Punch List takes the full amount of time designated (or a portion thereof) and includes a tentative punch-list based upon the above dollar amount thresholds, the delivery of the Punch List of items shall be delivered by the Owner no later than five (5) business days thereafter. Within twenty (20) business days after the delivery of the Punch List to the Contractor, the Owner must pay the Contractor the remaining contract balance owed, that includes all retainage previously withheld by Owner less an amount equal to 150 percent (150%) of the estimated cost to complete the items on the Punch List. At the same time the Owner delivers the Punch List Contractor shall submit a payment application requesting that Owner pay the Contractor the remaining contract balance owed including all retainage previously held by Owner less an 44 Construction Services Agreement:[2025_ver.1] CAO amount equal to 150 percent(150%)of the estimated cost to complete the items on the Punch List. (f) The failure to include any corrective work or pending items not yet completed on the Punch List does not alter the responsibility of Contractor to complete all the construction services purchased pursuant to the Contract Documents. (g) 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 Punch List. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.3 Completion of Punch List Work and Release of Remaining Contract Balance (a) Upon completion of the Punch List Work, the Contractor shall certify in writing to the Project Manager that all Punch List Work has been completed in accordance with the Contract Documents and request the Project Manager to inspect the Work and to approve Punch List completion. If, in the Project Manager's opinion, the Work is not ready for such inspection, the Project Manager will so inform the Contractor, giving reasons for such opinion. If the Project Manager is satisfied that an inspection is warranted, the Project Manager will, within a reasonable time, schedule and conduct inspection(s) of the facility with representatives of the Owner's user department, the Professional (if any), and the Contractor, for the purpose of formally reviewing the completion of Punch List Work. If the Project Manager and the Contractor disagree on whether an item remains incomplete, the Project Manager has the final say on whether the item is complete or not. (b) If, upon completion of the inspection(s) the Owner does not consider the Punch List Work complete, the Project Manager will notify the Contractor in writing giving specific reasons why the Punch List Work is not complete. (c) Upon completion of all items on the Punch List, the Contractor may submit a Payment Request for the remaining amount withheld by the Owner. If a good- faith dispute exists as to whether one or more items identified on the list have been completed pursuant to the Contract Documents, the Owner may continue to withhold an amount not to exceed one hundred and fifty percent (150%) of the total costs to complete such items. This remaining balance of retainage may be requested by the Contractor in its Application for Final Payment after Final Acceptance of the Work by Owner (Exhibit F-2 Certificate of Final Completion). (d) All items that require correction under the Contract Documents and that are identified after the preparation and delivery of the Punch List shall remain the obligation of the Contractor. (e) Warranty Items may not affect the Final Payment of retainage pursuant to Section 218.735(7)(f), Florida Statutes. 45 Construction Services Agreement:[2025_ver.1] CAO (f) If the Owner fails to comply with its responsibilities to assist in developing the Punch List within the time frame applicable to the Project(as described above), the Contractor may submit a request for all remaining retainage withheld by the Owner. The Owner need not pay or process any payment request for retainage if Contractor has, in whole or part, failed to cooperate with the Owner in development of the Punch List or failed to perform its contractual responsibilities with regard to development of the Punch List. Additionally, the Owner does not have to pay or release any amounts that are the subject of a good-faith dispute, the subject of a claim brought pursuant to Section 255.05, Florida Statutes, or otherwise the subject of a claim or demand by the Owner or Contractor. 20.4 Final Completion (a) Upon written notice from the Contractor that the Project is complete, the Project Manager shall schedule a final inspection with the Contractor, the Design Professional, and any other personnel requested by the Project Manager. The Project Manager shall notify the Contractor in writing of any Work this inspection reveals to be defective, or otherwise not in accordance with the Contract Documents. The Contractor shall immediately take such action as may be necessary to remedy such defects and bring the Project into full compliance with the Contract Documents and then request another inspection. (b) Final Completion of the Work shall be achieved by the Contractor when all the Work required under the Contract Documents has been satisfactorily completed, including all Punch List work, and specifically as noted in the Specifications section. (c) After the Project Manager has determined that all Work has been completed, the Project Manager will issue a Certificate of Final Completion Exhibit F-2 for the Work. 20.5 Application for Final Payment After the Certificate of Final Completion, Exhibit F-2 for the Work has been issued by the Project Manager, the Contractor may make Application for Final Payment following the procedure for progress payments. As an explicit condition precedent to the accrual of Contractor's right to Final Payment, Contractor shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form 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, including but not limited to: (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, Exhibit G-1. (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. 46 Construction Services Agreement:[2025_ver.1] C'AO 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-1. 20.6 Approval of Final Payment (a) If, on the basis of the Project Manager's observations and review of Work during Construction, final inspection, and review of the Application for Final Payment (all as required by the Contract Documents), the Project Manager is satisfied that the Work has been completed and the Contractor has fulfilled all of its obligations under the Contract Documents, the Project Manager will, within ten (10) days after receipt of the Application for Final Payment, indicate in writing that the entire remaining balance is found to be due and payable to the Contractor and approve payment. Otherwise, the Project Manager will return the Application to the Contractor, indicating in writing the reason for refusing to approve for Final Payment, in which case the Contractor will make the necessary corrections and resubmit the Application. 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. (b) 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. (c) The Contractor's obligation to perform the Work and complete the Project in accordance with the Contract Documents shall be absolute. Neither approval of any progress or Final Payment, the issuance of a Certificate of Substantial Completion, any payment by the Owner to the Contractor under the Contract Documents, any use or occupancy of the Project or any part thereof by the Owner,the issuance of a Final Completion,any act of acceptance by the Owner, any failure to do so, nor any correction of defective Work by the Owner shall constitute an acceptance of Work not in accordance with the Contract Documents. 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 47 Construction Services Agreement:[2025_ver.1] Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers,fabricators,suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1)year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22 TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections,tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation, and be replaced at Contractor's sole expense. 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. 48 Construction Services Agreement:[2025_ver.1] CAO 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys, and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to Final Payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents, and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after Final Payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event 49 Construction Services Agreement:[2025_ver.1] C'AO of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect, and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-3 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.B, 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. 50 Construction Services Agreement:[2025_ver.1]$$ 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents, or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 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 51 Construction Services Agreement:[2025_ver.1] CAO 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation, or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules, and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full-time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 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 52 Construction Services Agreement:[2025_ver.1] CAO 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; 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. 53 Construction Services Agreement:[2025_ver.1] CAO 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 to Proceed. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below. 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of 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 sales tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying, or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and 54 Construction Services Agreement:[2025_ver.1] CAO shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses.All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2)provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of 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: 55 Construction Services Agreement:[2025_ver.1] CAO 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub- subcontracts and purchase orders. 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 56 Construction Services Agreement:[2025_ver.1] CAO 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 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 The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliercountvfl.gov)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. 57 Construction Services Agreement:[2025_ver.1] CAO Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of$2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/ petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. A. 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 58 Construction Services Agreement:[2025_ver.1] CAO 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. 59 Construction Services Agreement:[2025_ver.1] 4.%'“.) EXHIBIT I-1: SUPPLEMENTAL TERMS AND CONDITIONS ® Attached hereto, following this page ❑ Not Applicable 60 Construction Services Agreement:[2025_ver.1] .pie EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS ISSUED FOR BID DOCUMENTS FOR Collier Blvd (CR-951 ) City Gate Blvd North Intersection Improvement Collier County Project No. 68056 Collier County 2885 South Horseshoe Drive Naples, FL 34104 For information contact: NICK DE CICCIO, P.E ,JaCO S 5811 PELICAN BAY BLVD. SUITE 305 5811 PELICAN BAY BLVD, SUITE 305 NAPLES, FL 34108 NAPLES, FLORIDA 34108 813-679-7720 STATE OF FLORIDA ENGINEERING BUSINESS NO. EB0002822 CAD GENERAL NOTES Work elements of this project may be added to, or deleted from, this Contract. The COUNTY may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The COUNTY/CEI shall have the right to reject all material or work that is deemed unsatisfactory and require the replacement of, at the expense of the CONTRACTOR. The CONTRACTOR shall not work outside of right-of-way line,right of entry,or easement lines. The CONTRACTOR shall be responsible to restore all disturbed areas and match the existing landscape. The CONTRACTOR shall report and replace (at CONTRACTOR's own cost) all existing COUNTY assets that become damaged or destroyed during the construction process. PERMIT CONDITIONS CONTRACTOR will be responsible for obtaining any permits necessary for the completion of their work. • Right-of-Way Permit(CONTRACTOR to obtain) PROJECT SCHEDULE/PHASING CONTRACTOR shall submit a complete (detailed) Project Schedule to the COUNTY within 14 days from issuance of the Notice to Proceed(NTP)to the CONTRACTOR.This schedule shall be updated monthly to reflect progress/deviations to the project and submit to the COUNTY for review and acceptance. SUBMITTAL OF SHOP DRAWINGS Shop drawing submittals are required as set forth in the specifications. Ordering of associated materials and/or construction of these items cannot begin until shop drawings have been received, reviewed, and approved in writing by the ENGINEER. PROTECTION OF LOCAL ROADS This project is located along and adjacent to numerous 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 2 CAO employees, SUBCONTRACTORS or suppliers not complying with this restriction. ALLOWANCES/CONTINGENCY Included within the Bid Schedule is an allowance 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 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 Owner to pay costs and expenses associated with the categories indicated on Bid Schedule. The allowance will be calculated as shown in the Bid Schedule Summary. PAY ITEM 102-1 MAINTENANCE OF TRAFFIC Refer to FDOT specifications. Traffic Control Plans shall be prepared by the CONTRACTOR and shall conform to the latest FDOT Standards and Specifications. All maintenance of traffic (MOT) shall conform to FDOT Standard Index 102-600s, or latest version.The CONTRACTOR shall submit complete MOT plans (Signed and Sealed by a Florida Professional Engineer) 30 days prior to construction for COUNTY and CEI approval. All MOT related costs shall be included under Pay Item 102-1. The CONTRACTOR to provide traversable access to sidewalk and bike lanes, where applicable, which shall be maintained throughout construction. Note: No lane closures will be permitted between the hours of 7:00—9:00AM and 3:30—6:30PM Note: Safe access to residences, residential communities, and businesses must be maintained at all times. Any temporary closures for minor work shall be coordinated with adjacent landowners a minimum of 30 days prior to potential temporary closures. PAY ITEM 101-1-1: AS-BUILTS/RECORD DRAWINGS The CONTRACTOR and his Florida Registered Professional Surveyor and Mapper (P.S.M.) are responsible for the Project's As-Builts/Record Drawings. 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 61 G-17 of the Florida Administrative Code. As-Builts/Record Drawings are to be provided to the COUNTY's Project Manager within thirty (30) days of substantial project completion in the following formats: One (1) PDF and ten (10) hard copies (11"x17"). 3 1 , When changes to the plans are required after contract award, all final drawings 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 must be part of the CONTRACTOR's staff. The ENGINEER of record must be notified of all revisions and/or modifications made to the contract documents. Prior to construction commencement,the CONTRACTOR shall meet with the Design Professional and P.S.M. to determine the project elements critical points required for final As-Builts. The CONTRACTOR shall also coordinate with the Design Professional and P.S.M. to facilitate measurement at those critical project points, as per design. The CONTRACTOR's Final Payment shall be withheld pending the Design Professional and P.S.M. Certification that the constructed improvements are 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. The CONTRACTOR shall maintain a "Approved for Construction Ghosted Plan Set." The CONTRACTOR shall show updated construction deviations annotated in red line as well as any approved design changes authorized by the Design Professional. All deviations shall be initialed and dated by the CONTRACTOR. For final inspection, an As-Built set (signed and sealed not required at this point) is needed to verify the field work. PAY ITEM 104-10-3: SEDIMENT BARRIER Refer to FDOT specifications for sediment barrier installation. The CONTRACTOR shall stake silt fence along the perimeter of the project to prevent run-off and to be used as a barrier to pedestrians. PAY ITEM 110-1-1: CLEARING AND GRUBBING ACTIVITIES The CONTRACTOR shall perform all required clearing and grubbing activities as well as the placement of fill/embankment to allow the relocation of utilities. Clearing and Grubbing Includes but is not limited to:Vegetation Removal,Drainage Inlet and Pipe Removal,Pavement Removal,Concrete Removal(traffic separator,sidewalk,curb and gutter,etc.) Refer to FDOT specification for additional details. 4 CAO FUEL AND BITUMINOUS COST ADJUSTMENTS NOT PROVIDED Section 9-2.1.1 Fuels and Section 9-2.1 Bituminous Materials of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, are 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 their bid. PAYMENT Payment for bid items with units designated as"Lump Sum"shall be made on a percent completed basis.Percent completion shall be reviewed and approved by the COUNTY/CEI.Partial Payments of Milestones may be allowed upon review and approval of COUNTY/CEI. UTILITIES The CONTRACTOR shall coordinate any and all utility relocations or proposed interruption of services with the Utility Agency, Collier County Utility Department, and Collier County IT (request an official meeting)within 15 days of Notice to Proceed.This meeting will be to establish requirements with regards to any interruption of service during proposed utility relocations. CONTRACTOR will not be entitled to any delays caused by restrictions imposed on construction activities. The CONTRACTOR is responsible for locating all existing utilities (including valves, when appropriate) within project area. Coordination with utilities will be required prior to construction. Existing condition at construction limits may change during the course of construction. Contact COUNTY immediately upon identification of utilities which may be impacted by Construction activities. Should any utility be damaged,the CONTRACTOR shall be responsible for all repairs including the need for both on-site and off-site pumper trucks. All utilities are to remain in service at all times. The CONTRACTOR shall call for locates prior to any excavation.The existing utilities shown on plans have been identified based on available data. The CONTRACTOR shall verify all utilities and service locations within the vicinity of work. The cost of potholing to identify and protect existing utilities shall be included in the cost of the work requiring it. The CONTRACTOR shall protect utilities from damage during construction operations at all times. No excavation is allowed within ten feet(10') of the water main without prior approval from Public Utilities Division (PUD). The water mains shall remain in service at all times unless otherwise noted. 5 CAO CONTRACTOR shall adhere to the latest Collier County Public Utility,AWWA, and the Florida Department of Environmental Protection Specifications. NOTE: For proposed signal pole foundations in close proximity to any existing utilities, CONTRACTOR shall hand dig to adjacent utility and install temporary surface casing(cost to be include with the signal pole) prior for drilled shaft installation. Known locations: SE corners (pole ID 4) at the intersection of Collier Blvd and City Gate Blvd N. All irrigation systems within the limits of construction should be field verified and any irrigation systems' equipment that is damaged during the construction, will be the CONTRACTOR's responsibility to repair said damages. CONTRACTOR will be responsible for capping existing irrigation lines in median at City Gate Blvd N. Cost of capping existing irrigation lines is to be included in the cost of the proposed sleeves.Coordinate with Pamela J.Lulich,PLA,CPM,Collier County Landscape Operations Manager. -END- 6 C'AO EXHIBIT 1-2: AFFIDAVIT REGARDING LABOR AND SERVICES (Following This Page) 61 Construction Services Agreement:[2025_ver.1] ICAO AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes,when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: Ajax Paving Industries of Florida,LLC Address: One Ajax Drive,North Venice FL,34275 Phone Number: 941-486-3600 Authorized Representative's Name: Christie Alvaro Authorized Representative's Title: Director of Estimating Email Address: FLEstimate@ajaxpaving.com AFFIDAVIT ```��,,,I,„� Christie Alvaro (Name of Authorized Representative), as authorized representative attest ,,.‘`�STRIi � a�Paving Industries of Florida,LLC (Name of Nongovernmental Entity)does not use coercion for labor or O . C 'Pv� a'tlefined in §787.06, Florida Statutes. :C?; c�: Z SElder pt illy of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true. :.. 2002• ' , C1, FL `1 e . /I V 3/6/2025 %' •.• g.n Q•iif authoriz d epresentative) Date STATE OF Florida COUNTY OF Sarasota Sworn to.Or afirmed,)'and subscribed before me, by means of'physical presence or online notarization this 6th daft of M r , 2025 , by Christie Alvaro (Name of Affiant),who produced their as identification /are p rsonally known to me. <iR °'e' JESSICA CANON _° ,h�,`,, rotary Public-State of Florida / Y €a� � r bliC I Commission#HH 427115 // 9 I `-'F'oa.^_.°' !Ay Comm.Expires Jul 27,2027 /27/2027 1 3crcec:nrncgh National Notary Assn. Commission Expires Personally Known RrOR Produced Identification Di Type of Identification Produced: CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM version:2025.1 CAO