Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Backup Documents 12/09/2025 Item #16B10
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16810 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. ROUTING SLIP Complete routing lines # 1 through #2 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routine lines #1 through #2- cmmnlete the checklist and forward to the Cn„ntv Attnr 7 oft e Route to Addressees (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney's Office County Attorney Office V 12 q 4. BCC Office Board of County Commissioners 5 Q 4. Minutes and Records Clerk of Court's Office 0 1L 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally, the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event One of the addressees above may need to contact staff for additional or missing information. Name of Primary Staff Francheska Correa / Procurement Contact Information 239-252-6020 Contact / Department Agenda Date Item was December 09, 2025 Agenda Item Number -444+ Approved by the BCC 0 Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 25-8352 Thomas Marine number if the "Immokalee Rd (CR Construction Inc. document is to be 846) Shoulder recorded Improvements" INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is Yes N/A (Not aDDrODriate. Initial Applicable) 1. Does the document require the chairman's original signature, STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A rovide the Contact Information(Name, Agency, Address, Phone on an attached sheet. 3. The original document has been signed/initialed for legal sufficiency. (All documents to FC be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike -through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the FC document or the final negotiated contract date, whichever is applicable. 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's FC si nature and initials are required. 7. In most cases (some contracts are an exception), the original document and this routing slip N/A should be provided to the County Attorney's Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame, or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on December 09, 2025, and all changes N/A is not made during the meeting have been incorporated in the attached document. The / an option for County Attorney's Office has reviewed the changes, if applicable. ^y this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC, all changes directed by the BCC have been made, and the document is ready for the f Ah an option for Chairman's signature. l this line. *7. 1 6 B 1 0 �p_ CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("County" or "Owner") hereby contracts with Thomas Marine Construction, Inc. ("Contractor") of 8999 High Cotton Lane Ft. Myers, FL 33905, a Florida Profit Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Immokalee Rd (CR 846) Shoulder Improvements — SCOP2, Invitation to Bid No. 25-8352 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Julio Ordonez, PE, 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. Applicable if Grant Funded. To the extent the Project is a "public works project," all iron or steel products used to perform the Work must be produced in the United States, which means that all manufacturing processes, from initial melting through application of coatings, occur in the United States, other than metallurgical processes to refine steel additives. Per Section 255.0993, F.S. Contractor understands that this project is funded in whole or in part by grant monies and agrees to comply with ali grant requirements identified in Exhibit I. 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 two hundred fifty-three thousand one hundred twenty-five 1 Construction Services Agreement: [2025_ver.31 CAO ysBIoN (1,253,125.00). The amount of Fifty thousand (50,000.00) 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. 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.treasury.gov/surety-bonds/list-certified-companies htm]. 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. C. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Agreement, the specifications accompanying the Agreement, or to the work to be performed under the Agreement shall in any way affect its obligation on this bond, except as provided herein, and waive notice of any change, extension of time, alteration or addition to the terms of the Agreement or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. 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 One Hundred and Fifty (150) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions 2 Construction Services Agreement: [2025_ver.3] CAO 6 B 1 004 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 and 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 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. 3 Construction Services Agreement: [2025_ver.31 ,CAQ I 661 0 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. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto, and made a part of this Agreement for Solicitation #25-8352 Immokalee Rd (CR 846) Shoulder Improvements — SCOP2. 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 1-1: Supplemental Terms and ConditionsE]Applicable ❑ Not Applicable Exhibit I-2: Affidavit Regarding Labor and Services 4 Construction Services Agreement: [2025_ver.3] •.fit i 1 6 B 1 0 The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 25-8352 Immokalee Rd (CR 846) Shoulder Improvements — SCOP2. 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: Julio Ordonez, PE ®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. Mai[ or E-mail, addressed to the following: Collier County Board of County Commissioners, FL c/o Transportation Management Services 2885 Horseshoe Drive South Naples, FL 34104 Attn: Katherine Chachere, Project Manager Phone: 239-252-5805 Email: Katherine.chachere@collier.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: Thomas Marine Construction, Inc. 8999 High Cotton Lane Fort Myers, FL 33905 Attn: Kevin C. Shimp, President Phone: 239-337-0008 Email: kcshimp@aol.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. 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), F.S. which reads 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 5 Construction Services Agreement: [2025_ver.3] CAO 16BIow building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under, and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated, and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 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 that authority is 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 6 Construction Services Agreement: [2025_ver.3] CAO 6B10° one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. 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. (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. 7 Construction Services Agreement: [2025_ver.3] CAO 1 6B1 0 ' 0) "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. (1) "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 Owner and 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. (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 a Construction Services Agreement: [2025_ver.31 CAG 16BI0s,,j 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 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. Remainder of the page is left blank intentionally. 9 Construction Services Agreement: [292.5_ ver.3] CAO IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: ` Cap—ti-t✓ r,�Ltc-�.� FI ST WITNESS „d 6L 1, C P int Name SEC ND WITNESS V Print Name ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller CONTRACTOR: Thomas Marine Construction, Inc. By. _ Print Name bpdTitle Date: /v \1 N 1 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA { BY G BY: B rt . Saunders. C airman Attest as to Chairman's signature only Date A4pprovij tAirm and Legality: ` t unty Attorney Print Na 10 Construction Services Agreement: t2025_ver.31 ,CAO 9 .* EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 1 6B1 pal Construction Services Agreement: [2025_ver.3] 1 6 B 1 p Immokalee Road (C.R. 846) SCOP Shoulder Improvements 2 CONSTRUCTION ITB NO.25-8352 BID SCHEDULE Project-Descnotion. Widening existing traffic lanes from 10' to 12' and adding 5' paved shoulders (from east of Agri Boulevard to west of Bridge No. 034832 Financial Project I.D. No. 44966801054-01 ITEM NO. DESCRIPTION CITY UNIT UNIT COST TOTAL 101.1 MOBILIZATION 1 LS S 85,000.00 $ 85,000.00 102-1 MAINTENANCE OF TRAFFIC 1 LS $ 114,300.00 $ 114,300.00 104-10.3 SEDIMENT BARRIER 8,244 LF $ 2.00 $ 16,488.00 104-18 INLET PROTECTION SYSTEM 2 EA $ 160.00 $ 320.00 110-1-1 STANDARD CLEARING & GRUBBING 1 LS $ 60.500.00 $ 60,500.00 120-1 EXCAVATION 858 CY $ 45.00 $ 38,475.00 120.6 EMBANKMENT 2,386 CY $ 53.00 $ 126,458.00 160-4 TYPE B STABILIZATION (3-FOOT SHOULDERS) 2,640 SY $ 38.00 $ 100.320.00 285-701 OPTIONAL BASE GROUP 1 (4" THICK, BLACK BASE ONLY) 4,400 SY $ 51.00 $ 224,400.00 285.716 OPTIONAI BASF GROUP 15 (A" THICK RI ACK RA-F ONI Y) 1,660 SY $ 111.00 $ 183,150,00 327.70-1 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH) 904 SY $ 16.00 $ 14,464.00 334.1.12 SUPERPAVE ASPH. CONC. TYPE SP-12.5 (TRAF. B)(2" THICK) 200 TN $ 307.00 $ 61,400.00 337-7-81 A. C. FRICTION COURSE TYPE FC-9.5 (TRAFFIC B), PG 76-22 382 TN $ 289.00 $ 110,398.00 430-982-129 MITERED END SECTION. OPTIONAL ROUND, 24" CD 2 EA $ 7,000.00 $ 14,000.00 670-1-2 PERFORMANCE TURF (SOD) 13,600 SY $ 5.10 $ 68,850.00 700-1-50 SIGNS, SINGLE POLE (RELOCATE) 10 AS $ 125.00 $ 1,250.00 701-18.101 PROFILED THERMO., STD.-ASPH. SURF., 6" WHITE SOLID 1.540 GM $ 14,500.00 $ 22,330.00 701-18-221 PROFILED THERMO., STD.-ASPH. SURF., 6" YELLOW SKIP (10--30-) 0.770 GM $ 3,700.00 $ 2,849.00 706-13 PAVEMENT MARKERS, RETRO-REFLECTIVE 204 EA $ 5.75 $ 1,173.00 711-17 REMOVE EXIST. PAVEMENT MARKINGS 1 LS $ 7,000.00 $ 7,000.00 TOTAL BID AMOUNT:'; $ 1,253,125.00 Staff has allocated $50,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. fflaark EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 12 Construction Services Agreement: [2025_ver,3] �6B�0 FORM I - BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Immokalee Rd (C.R. 846) Shoulder Improvements - SCOP2 BID NO. 25-8352 Full Name of Bidder Thomas Marine Construction, Inc. Main Business Address8999 High Cotton Lane Place of Business Fort Myers, FL 33905 Telephone No. 239-337-0008 Fax No. 239-337-0099 State Contractor's License # CGC1515445 State of Florida Certificate of Authority Document Number F68794 Federal Tax Identification Number 59-2163377 DUNS # 02-853-2935 CCR# Cage Code 5WNY4 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division staff. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (1 U) 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 16B10 above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt ofthe signed and approved agreement and Purchase Order, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified ( later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within One Hundred and Fifty (150) 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. Acceptance and acknowledged by an Authorize Agent Signature: Title: Kevin C. Shimp, sident L Date: 5/29/2025 Construction Solicitation Doc rev 04152022 FORM 3 -MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID MAYBE 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) Section B (Exception requested t¢ 131d specifications manufacturers and materials) EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. ny: - re; Date Construction Solicitation Doc rev 04152022 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?017-08 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non -compliant or non -qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non -compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address I. Electrical N/A 2 Mechanical N/A 3. Plumbing N/A 4. Site Work 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Paramount Asphalt & Sealcoating Corporation 260 20th Street NE, Naples, FL 34120 Company: Thomas Marine Signature: Kevin C. Shimp Ruction, Inc. Date: 5/29/2025 Construction Solicitation Doc rev 04152022 6 El 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. 1 Bridge Replacement Pkg A (project name) immokalee Road CR 826 (project location) Collier County (project owner) 2885 S. Horseshoe Drive, Naples, FL 34104 (Owner's address) Replace bridges, widen roadway, and drainage Julio Castro Senior Inspector (project description) (Owner's contact person) (title) July 2021 - Feb 2023 $ 4,188,885.55 239-272-3420 julio.castro@colliercountyfl.gov (project start/completion dates) (contract value) (phone) (email) 2. Reynolds Street Bridge Replacement (project name) Reynolds Street, DeSoto County (project location) Replace bridge, widen and reconstruct roadway (project description) Nov. 2020 - July 2021 1,126,406.00 (project start/completion dates) (contract value) Desoto County (project owner) 201 East Oak Street, Arcadia, FL 34266 (Owner's address) Mike Giardullo County Engineer (Owner's contact person) (title) 941-916-8073 m.giardullo@desotobocc.com (phone) (email) 3. Gator Canal Bridge Replacement Collier County (project name) (project owner) Immokalee Road CR 846 over Gator Canal 2885 S. Horseshoe Drive, Naples, FL 34104 (project location) Replace bridge, widen and reconstruct roadway (project description) Oct 2019 - Jan 2022 $1, 316, 004.00 (project start/completion dates) (contract value) Construction Solicitation Doc rev 04152022 (Owner's address) Matt Thomas PM Supervisor (Owner's contact person) (title) 239-348-1328 matthew.thomas@colliercountyfl.gov (phone) (email) FORM 5 -STATEMENT OF EXPERIENCE OF BIDDER 4. Goodland Drive Rehabilition (project name) Goodland, FL (project location) Widen & Re -Align Goodland DR, drainage (project description) 3/2021 - 12/2021 $ 2,582,729.00 (project completion date) (contract value) Collier County (project owner) 2885 S. Horseshoe Drive, Naples, FL 34104 (Owner's address) Julio Castro Senior Inspector (Owner's contact person) (title) 239-272-3420 julio.castro@colliercountyfl.gov (phone) (email) 5. Sidewalk Con%tnirtion for Roberts Ave & Manle Dr nPSntn r..niinto (project name) Roberts Ave & Maple Dr, Desoto Co (project location) Sidewalks, drainage, and roadway reconstruction (project description) 3/2023 - 7/2023 $1,082,733.56 (project completion date) (contract value) Company: Thomas Mar Signature: Kevin C.C. Sh' (project owner) 201 East Oak Street, Arcadia, FL 34266 (Owner's address) Mike Giardullo County Engineer (Owner's contact person) (title) 941-916-8073 m.giardullo@desotobocc.com (phone) (email) ronstruction, Inc. Date: 5/29/2025 Construction Solicitation Doc rev 04152022 6 B I oW 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 uanti Cost (Description) L( F•SY) I. 2. 3. 4. d Simple Slope LF Company: Thomas Marine t Signature: Kevin C. Shima 20 $5.00 $100.00 TOTAL $100.00 #ruction, Inc. Date: 5/29/2025 Construction Solicitation Doc rev 04152022 I6Byp , FORM 7 - BiD BOND THiS FORM MUST BE COMPLETED OR BID MAYBE DEEMED NON-RESPONSIVE/NON- RESPONISBLE KNOW ALL MEN BY THESE PRESENTS, that we Thomas Marine Construction, Inc. 8999 Iligh Cotton Lane, Ft Myers, Fl. 33905 (herein after called the Principal) and Travelers Casualty &: Surety Company of America (herein called the Surety), a corporation chartered and existing under the laws of the State of CT with its principal offices in the city of Hartford and authorized to do business in the State of FI, are held and firmly bound unto the Collier County Board of County Commissioners _ (hereinafter called the Owner), in the ftill and just sine of 5%of the attached bid dollars ($ 500 ) 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 f irnish, install, and fully complete the Work on the Project known as Bid No. 25-8352 immokalee Rd (C.R. 846) Shoulder Improvements - SCOP2. 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 terns of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance,. if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ 5% noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in fall force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 20th day of May -)0 25 BY Counter; Appointed Producing Agent for Travelers Casually K Surety Company of America Principal (Seal) . Surety (Seal) 16B1011 Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patti Zuk of GRAND RAPIDS , Michigan , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed bylaw. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21 st day of April, 2021. 890 State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ^3'�O 1 IN WITNESS WHEREOF, I hereunto set my hand and official seal. i /.OTARY My Commission expires the 30th day of June, 2026 . w M " �_ _ W Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers. President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Atlomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 20th day of May , 2025 . Goo _ � tir _ Kevin E. Hughes, AssiStant To verify the authenticity of this Power of Attomey, please cal/ us at 1-800-421 3880. Please refer to the above -named Attomey(s)-in-Fad and the details of the bond to which this Power ofAttnmey is attached. 6B10W Collier County FORM 9 — CONFLICT OF INTF,REST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: l . All documents produced as a result of the work completed in the past or currently being worked on for the above - mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non- public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Thomas Marine ConsyPt3ction, Inc. Company Name Signature Kevin C. Shi4,,President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 29th_ day of May (month), 2025 (year), by Kevin C. Shimp (name of person acknowledging). �re of Notary Public - State of Florida) Linda Solich (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced LINDASOLICH lYt Pa Commission # HH 346132 q.,.. Expires February 5, 2027 1 sa 1 0;A .tom. Collier County FORl1'I 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 29th day of MaY 12025 in the County of Lee , in the State of Florida Firm's Legal Thomas Marine Construction, Inc. Name: Address: 8999 High Cotton Lane City, State, Zip Fort Myers, FL 33905 Code: Florida F68794 Certificate of Authority Document Number 59-2163377 Federal Tax Identification Number 5WNY4 *CCR # or CAGE Code *Only if Grant Funded Telephone: 239-337-0008 Email: kcshimp@aol.com Kevin C. Shimp Signature by: (Typed and written) Title: President 6 B 1 O' Additional Contact Information Send payments to: (required if different Company name used as payee from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Secondary Contact for this Solicitation: Email: Phone: 16B10Pl 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 ofthe submission of the Vendor's bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) that it is aware of and in compliance with the requirements set forth in Florida Statutes 048.095, and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Thomas Marine G Kevin C. Shi State of Florida County of Lee ction, Inc. Company Name Signature Print Name and Title The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this 29th day of May (month), 2025 (year), by Kevin C. Shimp (name of person acknowledging). —0 A Personally Known OR Produced Identification Type of Identification Produced LINDASOLICH Commisslon # HH 346132 +rPP` Expires February 5, 2027 (Signature of Notary Public - State of Florida) Linda Solich (Print, Type, or Stamp Commissioned Name of Notary Public) Ron DeSantis, Governor Melanie S. Griffin, Secretary dblar STATE OF FLORIDA `a DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES �' : �o4ia. Ci•• • • I • I 1 • . • • ••• _ •M�'t✓rI 11 ice!'••_ . i LICENSE NUMBER: CGC1515445 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com A.- ISSUED:08/23/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 1 6 B I Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE FLORIDABOARDOF S STATE OF FLORIDA PROFESSIONAL ENGINEERS VIM DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com ❑� 4'�� ' Do not alter this document in any form. '�•C This is your license. It is unlawful for anyone other than the licensee to use this document. 1 6810 Form (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification 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. Give form to the requester. Do not send to the IRS. 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.) Thomas Marine Construction, Inc. 2 Business name/disregarded entity name, if different from above. 9 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 ro only one of the following seven boxes. certain entities, not individuals; a o ❑ Individual/sole proprietor ❑ C corporation ✓❑ S corporation ElPartnership ❑ Trust/estate see instructions on page 3): G ❑ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . Exempt payee code (if any) IL . . Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S. or P) for the tax o classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the Exemption from Foreign Account Tax o tax classification of its owner. Compliance Act (FATCA) reporting ❑ Other (see instructions) code (if any) a` u A (Applies to accounts maintained 3b if on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, and are this form to trust, you providing a partnership, or estate in which you have an ownership interest, check this box if have foreign beneficiaries. See instructions ❑ outside the United States.) y you any partners, owners, or . . . . . . to 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optional) 8999 High Cotton Lane 6 City, state, and ZIP code Fort Myers, FL 33905 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 Social security number backup withholding. For individuals, this is generally your social security number (S. However, for a - m - 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 um 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 Number To Give the Requester for guidelines on whose number to enter. 5 9 - 2 1 1 1 6 1 3 1 3 1 7 7 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. 1 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. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured�ropert a cellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you re required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of ^y I 1 1` Here U.S. personr 11 Date ` �/ / L10 1 General Instructions)%] Section references are to the Intern Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form, A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign 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). Purpose of Form 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) 16ts1Q`i Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W. PERDUE, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY April 28,2025 THOMAS MARINE CONSTRUCTION, INC. 8999 HIGH COTTON LANE FT. MYERS, FLORIDA 33905 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: BASCULE BRIDGE REHABILITATION, BRIDGE PAINTING, DRAINAGE, FLEXIBLE PAVING, GRADING, INTERMEDIATE BRIDGES, MINOR BRIDGES, R&R INTERMEDIATE BRIDGES ("R&R" IS REPAIR AND REHABILITATE), R&R MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 1, 000 FEET OR MORE, R&R MINOR BRIDGES, SIDEWALK, STEEL SHEET PILING, COFFER DAMS. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2026. 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 maybe 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. JTII Sincerely, James E. Taylor II, Prequalification Supervisor Contracts Administration Office Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov 16810 E-Verify, Company ID Number: 385562 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY fynary '� UIIIIIII E-VERIFY IS A SERVICE OF DNS AND SSA The parties to this agreement are the Department of Homeland Security (DHS) and Thomas Marine Construction, Inc (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 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. RESPONSIBILITIES OFT HE EMPLOYER The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify. Company ID Number: 385562 16Its 10 UIIIIIII ENERIFY IS A SERVICE OF DNS AND SSA 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 11.13 of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees 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 necessaryto 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.l(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 I Revision Date 06/01/13 1 6B 1 0,,,lr E-Verify. Company ID Number: 385562 t�^ Iflllll E-VERIFY IS A SERVICE OF DNSARD SSA (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 k "W E-Verify. Company ID Number: 385562 6B1 0 Fl1FA T Ucilia ��Y�F«. E-VERIFY IS A SERVICE OF DNS AND SSA 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 il an U E-Verify. Company ID Number: 385562 IIIIIII E-VERIFY IS A SERVICE OF DNS AND SSA 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 maybe used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify. Company ID Number: 385562 Of Pf t, Fy s E-VERIFY IS A SERVICE OF DNS AND 5SA 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). 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 II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 afff E-Verify. Company ID Number: 385562 6 of^ti ` %If1110 f�Sft.i E-VERIFY IS A SERVICE OF OHS ANO SSA Article II.C.S, 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 II.A.S, 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. 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 E-Verify. Company ID Number: 385562 b. Photo verification checks (when available) on employees. 6B1 0 U10 1-VERIFY IS A SERVICE DF DNS AND SSA 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 w - erg fy, Company ID Number: 385562 6 otP^Ev E-VERIFY IS A SERVICE OF DNS AND SSA 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 workdays. 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. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 010 E-Verify, Company ID Number: 385562 EYAA, MF 6 B 1 01 IIIIIII 1 sf<9,YD St�J� E-VERIFY IS A SERVICE OF DNS AND SSA 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 MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify. Company ID Number: 385562 B. TERMINATION fYART.4f 6 � 1 ;F(�.VU SfLJe ��IIII� E-VERIFY IS A SERVICE OF DNS AND SSA 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 anytime 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 I Revision Date 06/01/13 E-Verify Company ID Number: 385562 16 DEPP�R� T � z IIIIIII ` f4An sP� E-VERIFY IS A SERVICE OF DNS AND SSA 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 E-Verify. Company ID Number: 385562 Approved by: U ED E-VERIFY IS A SERVICE OF DNS AND SSA Employer Thomas Marine Construction, Inc. Name (Please Type or Print) Title Linda J Solich Signature Date Electronically Signed 01/17/2011 Department of Homeland Security - Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 01/17/2011 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify. <U�of^<Ir 6 � 1 0 �I�III &VERIFY IS A SERVICE OF DHS AND SSA Company ID Number: 385562 Information Required for the E-Verify Program Information relating to your Company: Company Name Thomas Marine Construction, Inc. Company Facility Address 8999 High Cotton Lane Fort Myers, FL 33905 Company Alternate Address County or Parish LEE Employer Identification Number 592163377 North American Industry Classification Systems Code 237 Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 site(s) Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify. Company ID Number: 385562 1 6B 1 0 OS I.�h'D SEA li. E-VERIFY IS A SERVICE OF DNS AND SSA Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FL Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 1 6BI 0i E-Verify,, Company ID Number: 385562 aE�M a� ul�lil E-VERIFY IS A SERVICE OF DHS AND SSA Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Linda J Solich Phone Number 2393370008 Fax 2393370099 Email Isolich(c�tmcfla.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ' "t E-Verify. Company ID Number: 385562 This list represents the first 20 Program Administrators listed forth is company. Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 oEe� . J IUM E-VERIFY IS A SERVICE OF DNS AND SSA 6M 16B10 -ttt Collier County Date: May 29, 2025 Email: Rita.Iglesias@,colIiercountyfl.gov Telephone: (239) 252-1033 Addendum #1 From: Rita Iglesias, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #25-8352 - lmmokalee Rd (C.R. 846) Shoulder Improvements - SCOP2 The following changes are made to the above -mentioned Collier County solicitation. Strikethroughs are deletions, and underlines are additions: Change 1: Extending Bid Opening dates Bid Opening: May 29 2025 3!00 nna ES i to June 5, 2025, 3:00 PM EST • Bid Schedule will be replaced to correct the QTY column: 25 83�2 BID SCHEDULE to be replaced with 25-8352 — BID SCHEDULE R1 If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-counly-flfl) bidding platform under the solicitation for this project. Please sign below and referenced solicitati r � (Signature) Thomas Marine C nstruction, Inc. (Name of Firm) EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Kelley Hill Personnel Category Construction Superintendent Mark D. Mabee Project Manager 13 Construction Services Agreement: [2025_ver.3] 1 6 B 1p,l EXHIBIT B-1: PUBLIC PAYMENT BOND (Following This Page) 14 Construction Services Agreement: [2025_ver.3] Bond No, 108315779 EXHIBITB —1: PUBLIC PAYMENT BOND Contract No. 25-8352 KNOW ALL MIEN BY THESE PRESENTS: That Thomas Marine Construction, Inc. as Principal/Contractor, located at 8999 High Cotton Lane, Fort Myens, r ,Telephone: (239)337 008 (Business Address and Telephone Number), and Travelers Casualty & Surety Company of America as Surety, located at One Tower Square Hartford, CT 06183 , Telephone: (866)336-2077 (Business Address and Telephone Number) a duly organized corporation, nationally recognized surety company licensed and/or registered to engage in the surety business in the State of Florida and enter into agreements of surety with a resident or non-resident agent licensed to conduct business in the State of Florida and existing under and by virtue of the laws of the State of Florida, are held and firmly bound to Collier County Board of County Commissioners, located at 3299 T amiami Trail East, Suite 102, Naples, FL 34112-5746, Telephone: (239) 252-8999 as Obligee in the sum of One million three hundred three thousand one hundred twenty five and 00/100 ($ 1,303,125.00 ), this includes allowance, lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: WHEREAS, Principal/Contractor has entered into a contract dated as of the ' day of Immokalee Rd (C.R. 846) Shoulder Improvements - SCOTfT — 20_ with Obligee for Bid No. 25-8352 (Project) with the Obligee, to furnish at Principal/Contractor's own cost, charges, and expense all the necessary materials, equipment, and/or labor, in strict and express accordance with the Contract, which Contract and all exhibits, is made a part of this Bond as fully and completely as if said Contract were set forth herein, is referred to as the Contract. NOW, THEREFORE, the conditions of this obligation are such that, the above bounded Principal/Contractor shall promptly make payments to all persons supplying materials, equipment, services and/or labor used directly or indirectly by said Principal/Contractor or subcontractors in the prosecution of the work provided for in the Contract in accordance with Sections 255.05 or 713.23, Florida Statutes; then this obligation shall be null and void and of no further force and effect; otherwise to remain in full force and effect; AND, the said SURETY for value received, hereby stipulates and agrees that no change involving any extension of time, or addition to the terms of the Contract or to the services to be performed, or materials to be furnished thereunder, shall effect said obligation of the SURETY on this bond, and the SURETY does hereby waive notice of any such changes, extension of time, alterations, or additions of the terms of the Contract, or to the work, or to the scope of services, or any other 6B10 changes, compliance or noncompliance to the terms of the Contract as to the work or scope of services. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. Claimant shall give written notice to the Principal/Contractor and to the SURETY as requested by Sections 255.05 or 713.23, Florida Statutes. Any actions against the Principal/Contractor or the SURETY shall be brought within the time specified by Section 255.05 or Section 713.23, Florida Statutes. IN WITNESS WHEREOF, the above parties have executed this instrument this 29th day of October , 20 25, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCI ,CONTRACTOR: Thomas Marine Construction, Inc. Signature II Kevin C. Shi4, President Name and Title STATE OF FLORIDA COUNTY OF LEE The foregoing instrument was acknowledged before me by rneans of x physical presence or _ online notarization, this 29th day of October 20 25 by Kevin C. Shimp , as President of Thomas Marine Construction, Inc. a Florida corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did not) take an oath. My Commission Expires: February 5, 2027 (AFFIX OFFICIAL SEAL) LINDASOi ICH PTA Po Csxnmiss 'l # HH 346132 t,Fnq,: Expires February 5, 2027 (Signature of Notary) Linda Solich (Legibly Printed) Notary Public, State of Florida Commission No.: HH 346132 SURETY: TLuthori�zedd elers Casualty & Surety Company of America y One Tower Square Signature Hartford, CT 06183 (Printed Name) Linda DeVries Attest; STATE OF Michigan COUNTY OF Kent (Business Address) SURETY GWWW E ACKNOWLEDGMENT 1 681 The foregoing instrument was acknowledged before me this 29th day of October 20 25 by Linda DeVries, Attorney -In -Fact (name of officer or agent, title of officer or agent), of (name of corporation acknowledging), a Connecticut (state or place of incorporation) corporation, on behalf of the corporation. He/She is (personally known to me) (or has produced identification) personally laiown (type of identification) (as identification) and (did/did not) take an oath. `_J� PATRICIA A. ZUK Patricia A. Zuk, ary Pu�iSc ROTARY PUBLIC _ STATE OF MICHIGAN COUNTY OF KERT Signature of Person Taking My Commission Expifes Febfuary is, 6211 Acting in the County of Acknowledgment Name of Acknowledger Typed, Printed or Stamped .1 6 B 1 p Bond No. EXHIBIT B — 2: PUBLIC PERFORMANCE BOND 108315779 Contract No. 23-8352 KNOW ALL MEN BY THESE PRESENTS: That Thomas Marine Construction, Inc. as Principal/Contractor, located at 8999 High Cotton Lane, Fort Myers, FL 33905 Telephone_ (239)337-008 (Business Address and Telephone Number), and _ Travelers Casualty & Surety Company of America as Surety, located at One Tower Square Hartford, CT 06183 Telephone: (866)336-2077 (Business Address and Telephone Number) a duly organized corporation, nationally recognized surety company licensed and/or registered to engage in the surety business in the State of Florida and enter into agreements of surety with a resident or non-resident agent licensed to conduct business in the State of Florida and existing under and by virtue of the laws of the State of Florida, are held and firmly bound to Collier County Board of County Commissioners , located at 3299 Tamiami Trail East, Suite 102, Naples, FL 34112-5746, Telephone: (239) 252-8999 as Obligee in the sum of One million three hundred three thousand one hundred twenty five dollars and 00/100 ($ 1,303,125.00 ), lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents as follows: In the event of a default by the Principal/Contractor, the Surety shall assume all obligations of the Principal/Contractor under the Contract including providing the required scope of services set forth in the Contract assuming all warranties, providing all as built drawings, meeting all indemnification and insurance requirements, payment of royalties and license fees, providing for the safety of persons and property and all other obligations of the Principal/Contractor under the Contract. WHEREAS, Prin ipai hap ei a ed into a contract dated as of the day of t Lv cez,b20; mmokalee Rd rC.R. 846) Shoulder Improvements - SCUP2 with Obligee for Bid No. 25-8352 (Project) with the Obligee, to furnish at Principal/Contractor own cost, charges, and expense all the necessary materials, equipment, and/or labor, in strict and express accordance with the Contract, which Contract and all exhibits, is made a part of this Bond as fully and completely as if said Contract were set forth herein, is referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS BOND and obligation is such that, the above bonded Principal/Contractor shall in all respects fully, promptly, and faithfully comply with the terms and conditions of the Contract, including all exhibits, and shall indemnify and save harmless the Obligee against and from all costs, expenses, damages, including but not limited to damages for delay due to the Principal/Contractor's default, attorney's fees, including appellate proceedings, injury, or loss of which said Obligee may be subject by reason of any wrongdoing, misconduct, want of care or skill, negligence, failure to petition within the prescribed time, delay or default, including patent infringements, on the pail: of said Principal/Contractor, its agents, or employees, in the execution or performance of the Contract; then this obligation shall be void; 1sB10 otherwise, to remain in full force and effect for the term of the Contract, including any and all guarantee periods as specifically mentioned in the Contract; AND, 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 and service to be performed hereunder, or materials to be furnished thereunder or the specifications referred to therein shall in anywise affect the Surety's obligations under this bond, and the Surety does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract, or to the scope of services including the work, or to work or to the specifications to be provided by the Principal/Contractor or any other changes, compliance or noncompliance to the terms of the Contract as to the scope of services. The Surety shall be responsible for delay, damages or liquidated damages due to Principal/Contractor's default and consequential damages for Surety's failure to fulfill its responsibilities as set forth herein. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor shall automatically increase the obligation of the Surety on this bond and notice to the Surety is not required for such increased obligation. 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. Any suit under this bond must be instituted within five years from the date Obligee obtained actual knowledge of the cause of action. 16B10 IN WITNESS WHEREOF, the above parties have executed this instrument this 29th day of October , 2025 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPALICO,NTRACTOR: Thomas Marine Construction, Inc. Signature Kevin C� Simp, President Name and STATE OF FLORIDA COUNTY OF LEE The foregoing instrument was acknowledged before me by means of X physical presence or _ online notarization, this 29th day of October 20 25 by Kevin C. Shimp , as President of Thomas Marine Construction, Inc. a Florida 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: February 5, 2027 (AFFIX OFFICIAL SEAL) .SpPYC c= LINDASOLICH Comrnlsslcrj iF HH 346132 Expires February 5, 2427 (Signature of Notary) Linda Solich (Legibly Printed) Notary Public, State of Florida Commission No.: HH 346132 1 6 B 1 0 SURETY: Trayelers sualt-y & Surety of America Authorized Signature Linda DeVries (Printed Name) ATTEST: STATE OF Michigan COUNTY OF Kent One Tower Square Hartford, CT 06183 (Business Address) SURETY WRWXh7A7E ACKNOWLEDGMENT The foregoing instrument was acknowledged before me this 29th day of October 2p25 by Linda DeVries, Attorney -In -Fact (name of officer or agent, title of officer or agent), of (name of corporation acknowledging), a Connecticut (state or place of incorporation) corporation, on behalf of the corporation. He/She is (personally known to me) (or has produced identification) personally lalown (type of identification) (as identification) and (did/did not) take an oath. Patricia A. Zuk, o. • y Pu}aic— PATRICIA k ZUK Signature of Person Taking, NOTARY PUBLIC - STATE OF MICHIGANl COUNTY OF KENiT Acknowledgment My Commission Expires February i8, 28;8 Acting in the County of _ _ r -V. Name of Acknowledger Typed, Printed or Stamped 1 6 B 1 0 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELER St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY --- KNOtitii ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, T revelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constiluie and appoint Linda DeVrias of GRAND RAPIDS , Michigan , their true and lawful Attorney(s)-in-Faci to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligators in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21si day of April, 2021. �t w State of Connecticut City of Hartford ss. BY y a Robert L. Rane}FSenior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Ramey, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. a T i:Ola ,f-{irr�H ivly Commission expires the 30ih day of ,ions, 2026 Nua_,c Anna P. Nowtk, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, reccgnizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more offlcars or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVE©, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the pourer prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such pourer so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached - I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 29th day of October 2025 EL'Ji1'fpt43,1':•� dnr,'t'ro,1 " 4JP'+%1°t: 2 SELL Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofA1 torney, please colt us at 1-800-421-3880 Please refer to the above-nanired Attomey(s)in-Fact and the details of the band to which this Power ofditorirey is attached. 1 SB1 0 insurance Brokers Consultants October 29, 2025 Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 RE: Thomas Marine Construction, Inc. — Bond 1108315779 The purpose of this letter is to confirm that Collier County Board of County Commissioners, obligee on the above bond for the Immokalee Rd (C.R. 846) Shoulder Improvements - SCOP2 Bid No. 25-8352, is authorized to add contract date to "whereas" sections of the Performance and Payment bonds. Please let me know if you have questions. Sincerely, Patti Zuk Director, Commercial Lines 16B1Q FORMM 8 -1N. SURAWEAND:B©NDiR Q11IRi lVtENTS 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(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coveragell 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(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the 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. 1 6 B 1 0 EXHIBIT B-3: INSURANCE REQUIREMENTS (Following This Page) 17 Construction Services Agreement: [2025_ver.3] 16BI EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth herein. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth herein with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. [2024_ver.1 ] 1 6 B 1 C 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/boeexemp 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 $_2,000,000single limit per occurrence, $5,000,000 aggregate for Bodily current ISO form Injury 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 Contractor/Vendor 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 lie 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. it. ® 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 — 2/21 /2025 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. 16BI EXHIBIT C RELEASE AND AFFIDAVIT FORM (Template Form Following This Paqe) 18 Construction Services Agreement: [2025_ver.3] �6B10 EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF ( Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and 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 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: (AFFIX OFFICIAL SEAL) (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: online notarization, [2024_ver.1 1 6 B 1 0 EXHIBIT D-1 CONTRACTOR APPLICATION FOR PAYMENT FORM (Template Form Following This Pape) 19 Construction Services Agreement: [2025_ver.3] 16810 EXHIBIT D-1 FORM OF CONTRACT APPLICATION FOR PAYMENT Collier Count Board of County Commissioners the OWNER or Collier County Water -Sewer Owner's Project Manager's Name: Bid No. Project No. Count 's Division Name Purchase Order No. Submitted by Contractor Representative: Name Application Date: Contractor's Name & Address: Payment Application No. Original Contract Time: Ori inal Contract Price: $ Revised Contract Time: Total Chancie Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & Stored to Date: $ Retainage @5% through Insert Date $ Retainage @ 5% through [Insert date $ Retainage @ % after Insert date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment(s Percent Work Completed to Date: % AMOUNT DUE THIS APPLICATION: $ Percent Contract Time Completed to Date. - Liquidated Damages to Be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized 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: EXHIBIT D-2 SCHEDULE OF VALUES (Template Form Following This Page) 20 Construction Services Agreement: [2025_ver.31 1 6B 1 0`4 w o J a W H H 0UJ W t2 ------------ z a e r la ,o w i W CD pa T ? N � w W = U rn Z Z gLL m° r w z r W J w a w a O0 o Q LLI r Q r a W LU r r J W a or a Q o 0 r O fn U N J uj a w ir Ow UI a r W a ui W ui r J N F 00 O U Q W Y � U Z J U w r Oa W � a F 0 LU J W O J W Q v U) Z 0 r a U U1 W LU � W W m ----------------- r� z 7 ll J U 'L m m c m m c U N C O N a a� L O n 0 E `o f0 c a n m L d 0 c N m E U N N N N C Ul � � d � C C y c, L O U C lu � L U U N N �a o � m a � c L/ N L N L U1 c � c 3 N m N Q� o U N N U C m E c � o U L � C N � U c � O � t0 N E L `o c _ N m � U n (� U1 n� �a T L m y m � L f0 3 C N O t0 � G L F- c m E L � F- o s U 1 6 B 1 0' EXHIBIT D-3 STORED MATERIALS (Template Form Following This Page) 21 Construction Services Agreement: [2025_ver.3] �•y U ~ w n Li O O P R w Q w IL 0 a y R Ow w J J Z Q FQ- J (n Q z m N 2 W J O J cr F w a z } U M W O -j J w az =m �v 00 w O > w w U w wa x >- Q =) w 00 LL,>O X U W as fr w Cm C D z w U_ O z x w J a a z O F- a w U U) w 0 w F- Q 0 1 6B1 0 EXHIBIT E-1: CHANGE ORDER (Template Form Following This Pape) 22 Construction Services Agreement: [2025_ver.3] 6 B 1 0 Collier County ..,_fir Procurement Services Contract# CO# PO# Project #: Project Name: Contractor/Consultant Name: Select One: ❑ Contract Modification (Construction or Project Specific) ❑ Work Order/Purchase Order Modification Project Manager Name: Division Name: Original Contract/Work Order Approved Amount (excluding Owner's Allowance) BCC Approved Date & Agenda Item: Original Approved Owner's Allowance Current Contract / Work Order Approved Amount Dollar Amount of this Change Revised Contract / Work Order Total Total Cumulative Changes(Including all change orders Notice to Proceed Original NTP Original Final Last Final Date # of Days �� Completion Date F� Approved Date # of Days Added Revised Final Date Current Substantial Completion Date (includes this change) (if applicable) Check if applicable: ❑ Per Florida Statute 218.755 Prompt processing of change orders: For any contract for construction services entered on or after July 1, 2025, the local governmental entity must approve or deny the price quote and send written notice of that decision within 35 days after receipt of such quote. Quote Date of Response Due Date Receipt (35 days from Date of Receipt) 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 (Include Affidavit Regarding Labor and Services); ❑ 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 (2025_ver.1) tCollier County —_f. Procurement Services Contract# CO# PO# Project #: Project Name: Contractor/Consultant Name: 16B�0 Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) CO# AMD# Description COST TIME Justification Additive + Deductive Days Added Total New I Time ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2025_ver.1) t00— Collier County Procurement Services 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/Searchl). 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: Signature- Contractor/Consultant/Vendor Printed Name/Title/ Company Name Approved by Signature -Division Manager or Designee (Optional) Printed Name Approved by: Signature -Division Director or Designee (Optional) Printed Name Approved by: Signature -Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form (2025_ver.1) Date: Date: Date: Date: Collier County Procurement Services Contract# CO# PO# Project #: Project Name: Contractor/Consultant Name: FY _ CO Request # Approved by: Approved by: FOR PROCUREMENT USE ONLY PUR- Signature-Procurement Professional Signature/Date Signature -Procurement Manager/Director (OPTIONAL) APPROVALTYPE: ❑ Administrative ❑ Administrative -BCC Report ❑ BCC Stand -Alone ES ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court and Comptroller By: Dated: (SEAL) BCC APPROVAL BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Date: Agenda # Approved as to Form and Legality: Deputy County Attorney Print Name Page 4 of 4 Change Order Form (2025_ver.1) Chairman 6B EXHIBIT E-2: WORK DIRECTIVE FORM (Template Form Following This Pape) 23 Construction Services Agreement [2025_ver.3] 1 6B1 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 ❑ Unit Prices ❑ Lump Sum ❑ Lump Sum ❑ 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: 32 go Engineer OWNER's Representative *An itemized cost proposal(s)/quote(s) shall be submitted with the Change Order. 1 681 EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION FORM (Template Form Following This Page) 24 Construction Services Agreement: [2025_ver.3) 1 661 0 OWNER'S Project No. PROJECT: CONTRACTOR Contract For _ Contract Date EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION Design Professional Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the 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. 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 1 6B1 A Contractor generated punch list of items to be completed or corrected is attached (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. A final Punch List Exhibit F-3 ("Punch List") will be developed, by the Owner and Contractor, with the Owner having the final say on the items included on the Punch List. The Punch List must include all items required to render the Project complete, satisfactory, and acceptable. 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 Punch List must be completed or corrected by CONTRACTOR within 30 days from the delivery date of the Punch List 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(a)-colliercierk.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 1 gB 1 �, Signature of Owner Type Name and Title I 6BI OW: EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION FORM (Template Form Following This Pape) 25 Construction Services Agreement: [2025_ver.3] 6 B 1 0 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 ] I 6B y 0 1 Executed by Design Professional on Signature of Design Professional Intentionally left blank 20 Type Name and Title CONTRACTOR accepts this Certificate of Final Substantial on this Signature of Contractor Type Name and Title OWNER accepts this Certificate of Final Substantial on this 120 Signature of Owner Type Name and Title 20_ [2024_ver.1 ] EXHIBIT F-3 PUNCH LIST FORM (Template Form Following This Page) 26 Construction Services Agreement [2025_ver,3] 16B1 ooq EXHIBIT F-3 PUNCH LIST FORM Item Description Value Completion Date Dated Approved by Owner No. Subtotal x 150% Delivery Date of Punch List from Owner to Contractor: (date of final Punch List). Final Completion Date: (30 days from the delivery of Punch List) 16610 EXHIBIT G-1 FINAL PAYMENT CHECKLIST (Template Form Following This Pape) 27 Construction Services Agreement: [2025_ver.3] 1 6B 1 0 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: Calendar Days. Final Completion Time as set forth in the F-3 Punch List: Actual Final Completion Date: YES NO 1. 2. All Punch List items completed on 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.: (attach to this form). 8. issued on Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. 11. Consent of Surety received on Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: Executed by Design Professional on 20 Signature of Design Professional Executed by Contractor on Signature of Contractor Executed by Owner on _ Signature of Owner 20 Type Name and Title ., 20 Type Name and Title Type Name and Title 1 6B 1 ps1 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 12024_ver.1 ] 1 6 B 1 0 ,. EXHIBIT G-2 WARRANTY (Template Form Following This Page) 28 Construction Services Agreement: [2025_ver.3] 1 6B1 Or EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization, or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement: 12025_ver.31 1 6 B 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 30 Construction Services Agreement: [2025_ver.3] 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 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 ante scum rances, tog and her with o evidence that the materials and equipment are covered by appropriate ther 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. 31 Construction Services Agreement: [2025_ver.31 16B10 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). Within twenty (20) business days after the dare of each Section 2p8!735oF.S r Payment is he ProjectsManagertamped a, so tDes gn and within the timeframes set forth Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefor; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices shall be processed in accordance with Section 218.735, F.S. and the terms of the Contract Documents. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall withhold retainage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255.078, F.S. The foregoing does not prohibit Owner from withholding retainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255.078, shall be at the re uctid on ret of the inage below the maximum amount set forth in Section 255.078, F.S.F Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Section 255.078, F.S. or otherwise required pursuant to Section 218.735(7), F.S. Any interest t tainatheg onstrlll a ocn srueervices to the benefit of the Owner. Pursuant to Section 218.735(8)(f), f the total cos is $200,000 or less, then the 5% retainage requirement does not apply. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor,. TheOwner shalllllier has been paid in full not be required to make paymrentgh the unt I and runious less month's Application for Paym these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided paya lethat Owner continues to pay Contractor all amounts that Owner does not dispute are due and 32 Construction Services Agreement: [2025_ver.31 a n. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or prior to final completion. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The 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 such Contractor under this Agreement or any other agreement between Owner and Contractor, to 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 33 Construction Services Agreement: [2025_ver.31 I 6B 1 0-1 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 documentation that may be required by the Contract Documents and the Owner. Prior to release of Final Payment, 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 foam 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 34 Construction Services Agreement: [2025_ver.3] 16BI0 � may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, to Documents, Contractorcmay e or procedure construction indicated or utilize asubstitutemens,, in or required by the Contract method, sequence, technique or procedure to f construction w the Project Manceptablagere to tto deteemineathatthe Contractor submits sufficient informationtract substitute proposed is equivalent to1eWab indicated the Project Manager ha I be t ensameDas those provided procedures for submission to and re y herein for substitute materials and equipment. ch evaluate ach 7,5 The Project Manager shalt btconsult with the DesignProfme within essional.Professionalhl Notsubstitute wll be proposed substitute and, if need be, to ordered, installed or utilized without the Project Manager's prior written acceptance which shall Shop be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Drawing. The Owner may require tCwithaesrto furnish at ect to any substitute. actor's expense a The Project Manager performance guarantee or other surety p record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor andmaking akgsges in thContractubstitut e ContractoD hall reimburse Ownecuets r thereby. Whether or not the Owner accepts aproposed for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 7.6 Per Section 218.755, F.S. effective July 1, 2025, Owner shall approve or deny a price quote for a Change Order within thirty (35) days after receipt of such price quote from the Contractor (receipt commencing the date upon which the County's Project Manager and Department Head receives the price quote, whichever is earlier). A denial notice shall specify deficiencies and actions necessary to remedy deficiencies. g. 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; equipment use and 8.1.5 All equipment present at the Project site, description of designation of time equipment was used (specifically indicating any down time) 8.1.6 Description of Work being performed at the Project site; 35 Construction Services Agreement: [2025_ver.31 16B10A 8.13 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of 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�COLLIERCOUNTYFL.GOV 36 Construction Services Agreement: [2025_ver.31 I6BI The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and 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. 37 Construction Services Agreement: [2025_ver.31 16BIO 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 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 38 Construction Services Agreement: [2025_ver.3] ' ' 1j 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 t Contll be in compliance with ract h e County Pro Procurement Ordinance, ase dedand the terof the Contract Documentsin effect at the time such modifications are authorized. 10.8 For any contract for construction services entered on or after July 1, 2025, the County must approve or deny a price quote for a change order requested or issued by the County within 35 days after receipt of such price quote from the Contractor (receipt commencing the date upon which the County's Project Manager and Department Head receives the price quote, whichever is earlier) consistent with the prompt processing of change orders set forth in Section 218.755, F.S. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit, or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 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 39 Construction Services Agreement: [2025_ver.3] 1 6B1 0 with equipment and the execution of such work aaddshall patching of the Work thatdmay be coordinrequ red ote its r make theirs. Contractor shall do all cutting, fitting, por shall not its several parts come together properly and atngr teotherw se alter ng the work with such other work. arndtwill only cut endanger any work of others by cutting, excavating, o or alter their work with the written consent of the Project Contractor nand' ger and the others whose work will be this paragraph are for the benefit of affected. The duties and responsibilities o Co r the such utility owners and other Contractorsto the extent that there are racts between Owner and suchputlityeowrnersl and pother benefit of Contractor in said direct cont contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any report to Project other contractor or utility owner (or Own wrier), d ficien iesontractor s nasuchpwork that rendeect and r t unavailable or Manager in writing any delays, defects unsuitable for such proper execution results. r integratontwithf Contractor's Work. ailure to report II constitute an acceptance of the other work as fit proper fo 13. INDEMNIFICATION AND INSURANCE. and 13.1 To the maximum extent permitted by Florida law, Contractor shall fy, defend any and all liabilities, hold harmless Owner, its elected officials, officers, and employees, nt damages, losses and costs, including otrll nteendto tionally reasonable wrongful ttconduct fees, Contractor, tets caused by the negligence, recklessy Contractor in employees, agents, officers, subcontractors andother personser the specific intent and and agreement ofb ployed or utilizedbthe Parties that the performance of this Agreement all the Contract Documents of any project forwhichwexpressContractor provided ly agrees that it /will not claimband waa es to include the foregoing indemnification. Co pursuant any claim, that this article violates Senot be construed to negateleabridge to Section se 725.06, F.S. This indemnification obligation shall reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section 13.1. s blcontractor Ication againsprOwner and incluContdractoalms waves aby an employee of Contractor or anyn shall entitlement to immunity under Sectio4o liability Ownernmay bened entitledtlo unde tithe doctrine of e construed as a waiver of any immunity or limitation osurvive the 768.28, F.S. This indemnification provision shad sovereign immunity or Section defend,to and termination of this Agreement lho ed bywever tthelnatamount oftany insubalnceloee nqui edobe obtained or hold harmless shall not maintained under the Contract Do m harmless shall be limited Ing the to one million dollarsContractor's ($1,000 000) orobligations the to indemnify, defend and hold ha Contract Price, whichever is greater, in accordance with Section 725.06, F.S. arate from the duty 13.2 The duty to defend under this exists erticle 13 ardless isindependent any plt mate liability of to, f the Contractor, actorr, Owner indemnify, and the duty to defend ex 9 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 judgment will survive the action pirati against the Owner or ainon or earlier anidemn on of thfield Agreement until it is determined by fin ) 9ment that anapplicable statute of party for the matter indemnified hereunder is fully and finally barred by the limitations. rmance 13.3 Contractor shall obtain and carry, at theamounts aimes ns during set forth' in Insu andce and Bonding er the Contract Documents, insurance of the types and in 40 Construction Services Agreement: [2025_ver.3] 1 6 B 1 0 Requirements form Exhibit B-3 to the Aments and obligations set forth undehExhib'tall g times comply with all of the terms, conditions, require 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with alae ral, stateto the anddtl ocal la s codes, but not statutes, ordinances, rules, regulations and requirements app cab limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, F.S.). 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, his de, statute, or ordinance requires the inusion of enforceable, such terms shall be deemed terms in this Agreement in order for Agreement to be included in this Agreement. Notwithstanding anything in the Contract Do lawents the con , rtrar or it is understood and agreed that in the event of a change in any applicable regulations subsequent to the date this Agreement was executed that increases the Contractor's r for such increases, time or cost of extent Co performance tractor knew he Work, or should have known of such changes prior or to the date of this except to the extent Contra 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 ons Immigration Reform and Control ecamended. Fa�u eeby the Co t actor4to comply with ghe (ulatlaws relating thereto, as either may b 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. Contractor shall comply with all applicable provisions of Sections 448.09 and 448.095, F.S., as may be amended. The definitions in Section 448.095(1), F.S., as may be amended, apply to this section of the Agreement. Contractor shall register with and use the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all employees of Contractor. Contractor may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and uses the E-Verify system. If Contractor enters into a contract with a subcontractor to perform work under this Agreement, Contractor must obtain a properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor must maintain copies of all such affidavits for the duration of this Agreement. Owner may terminate this Agreement for cause if Owner determines that Contractor or Contractor's subcontractor has not complied with any applicable provision of Sections 448.09 or 448.095, F.S., as may be amended. Owner will terminate this Agreement for cause if Owner has a good faith belief that Contractor has knowingly violated subsection 448.09(1), F.S., as may be amended. If the OWNER has a good faith belief that a subcontractor knowingly violated Section 448.09(1), F.S., as may be amended, but OWNER determines that Contractor otherwise complied with Section 448.09(1), F.S., as may be amended, OWNER will notify Contractor as such, and Contractor must immediately terminate Contractor's contract with said subcontractor. If this Agreement is terminated under Section 448.095(c), F.S.: (a) such termination is not a breach of this idered as such; (b) Contractor may not be awarded a public contract Agreement and may not be consment is terminated; and (c) for at least 1 year after the date on whch the teiOwner asreliable are result of the termination oft a Agreement for any additional costs incurred y 41 Construction Services Agreement: [2025_ver.31 16B10 ) receiving an award Contra ctor acknowledges, and without exception or stipula roof the Immigration Reform and Control shall be fully responsible for complying with the provision Act of 1986 as located at 8 U.S.C. 1324, et it and affidavit. davit. Failureulations 'by the warded Contractor(s) amended and with the provisions contained within to comply with the laws referenced herein or the provisionshave the discretion itlovunilatelrallystermina er breach d p of the award agreement and the County shall ha agreement immediately. 14.4 Applicable if Contract is $1,000,000 or more. B executing this Agreement and each and every renewal hereof (if renewal is separately provided Y F.S., Contractor certifies, represents, and warrants that: (a) for herein), pursuant to Section 287.135,n List, it is not on the Scrutinized Companies with Activities in Sector List, (b) t is not on the Scrutinized i Companies with Activities in the Iran Petroleum Energy does not in in a Boycott Companies with Activities in Iran Terrorism Sectors Lithatdt isan t engaged hor engaging Business operations p or is engaged in business in Cuba or Syria, and (e time it mitted d or of Israel, and that all such certifications were true at the and as ofbhe effective sbi date proposal l for was Agreement, as of the Effective Date of this Agreement, of this Agreement. Notwithstanding anything contained inthiCo nractoeis found to have submitted Owner may terminate this Agreementimmediately— e) above inuaccordance with Section 287.135(5), F.S., (2) false certification regarding () — ( ) Iran Petroleum Energy Sector List, or is or has Contractor is found to have been placed on the heitinized Companies with Activities in Sudan is or the Scrutinized Companies with Activities in t Contractor is been engaged in Business operations in Cuba uubrsuantt toiSect Sea or a ction F.S., oycott Of relati g to scrutinized found to have been placed on a list crest p be in active business operations in Iran. Such termination SBollcott of Israel" and °Bus Hess lope operations" available to the Owner at law or in equity. The term Y used in this section are defined as in Section 287.1385, 35, F.S. Lists referred to in this section are those Lists in and maintained pursuant to Section Applicable if Contract is under $1,000,000. providedery tely f renewal is By executing this Agreement and each and e Contractor fes, rl hereof iepresents, and pwarrants that: (a) for herein), pursuant to Section 287.135, F. t, and (b) it is not engaged in a Boycott it is not on the Scrutinized Companies that Boycott Israel Lisid or of Israel, and that all such certifications were true at to and as ofbhe effectime it sumitted itsbe date ofany(renewal Agreement, as of the Effective Date of this Agreement, to the contrary, the of this Agreement. Notwithstanding anything contained ontracitoAgs foundtto have submitted Owner e may terminate this Agreement immediately if. () Contractor certification regarding (a) or (b) above in accordance with Section 287.135, F.S., or (2) engaged in has been placed on the Scrutinized Cos all be in addition at ott tolsrael any and or is or all remedas been 'ies available �the he a Boycott of Israel. Such termination Owner at law or in equity. The term "BOYC List is the list maintaott of Israel" used in ined puirrsuantt to, Section 287.135, Scrutinized Companies that Boycott F.S. 14.5 Applicable if Contract is over $100,000. interest of, Pursuant to Section 286.101, F.S., Contractor shala FolreiSnlose any current or Country of Concern, asrdefined below, f contract with, or any grant or gift received from 9 such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at 42 Construction Services Agreement: [2025 ver.3] IME any time or such contract or grant or gift was received or in force at any time during the previous five (5) years. For purposes of this section, "Foreign Country of Concern" means the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity under significant control of such foreign country of concern. Contractor's disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. Contractor represents that within one (1) year before proposing any contract to the Owner, Contractor provided a copy of such disclosure to the Florida Department of Financial Services. 14.6 By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to Section 786.06, F.S., Contractor certifies, represents, and warrants that it does not use coercion for labor services, as those terms are defined in Section 786.06. Contractor will provide to the Owner an affidavit in the form attached as Exhibit J signed by an officer or representative of Contractor under penalty of perjury attesting that Contractor does not use coercion for labor or services. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately if Contractor is found to have submitted a false attestation. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity. 14.7 Pursuant to Section 166.246, F.S., Contractor agrees that Contractor does not and will not, nor will it allow a subcontractor to, use any funds from the Owner for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States. 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. 43 Construction Services Agreement: [2025_ver.3] 1 6B1 0 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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 44 Construction Services Agreement: [2025_ver.31 1 6 B 1 W" attorneys' fees (including appeals) and interest thereon at the excess, including costs of collection, mum legal rate of interest until paid. If the unpaid balance to complete the Work, such eexcess maxi 9 such costs, expenditures and damages incurred by the mint shall shall be paid to the Contractor. The amount to be p aid tlicat on, and this obligation for the y case may be, shall be approved by the Project Manager, up pp survive termination of the Agreement. the full t of any and and 18.4 The liability of Contractor hereunder shall extends sustained,include nd obligations nassumed by all sums paid, expenses and losses incurred, damages me ag or assumptions were necessary or required, Owner in good faith under the belief that such pay lies, and other items therefore in completing the Work and providing labor, materials, equipment, supplies, omse of any claims, demands, suits, or re -letting the Work, and in settlement, of chargethe o comp der! If the Agreement is terminated by and judgments pertaining to or arising the Owner for cause, in addition all here the samenorasimilah itemslorbservicesfor l offe expenses red by incurred by the Owner in reprocuriring elsewhere Contractor. is 18.5 If, after notice of termination of Contractor's ngdefaultt to prorthated pt rsuant to this default was excusable, or determined for any reason that Contractor was not i that Owner is not entitled to the remedies against Cctor's ctor premed es rovided herein nsthen the sha termination betthe will be deemed a termination for convenience and Contra 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 O�ner hals to fulfill led to cure material such obligationdefault Y O owed by owner to Contractor under this Agreement, then Contractor may within fourteen (14) days ofreceiv this A regiment unt I such default is cu ed, ing written notice of same from afterogiving Owner a second stop its performance under g performance under the Agreement. fourteen (14) days written notice of Contractor's intention to stop 120 consecutive days through no If the Work is so stopped for a period of one hundred and twenty ( ) any act or fault of the Contractor or its Subcontractors or their agents or employees o Contractor or any Subcontracttor, the performing portions of the Work under contra with r written notice to Owner of Contractor's intent to Contractor may terminate this Agreement by givingfourteen terminate this Agreement. If Owner does not cure it s default within additional (14) da r tt nenoticeipo ys of Contractor's written notice, Contractor may, uponfourteen t for Work erformed the Owner, terminate the Agreement and recoverObenentitrpledrrtonpayment fo pWork not through the termination date, but in no event shall Contractor performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. on seven 19.1 Owner shall have the right to terminate thse enteof sument ch termination forthout cause convenience) calendar days written notice to Contractor. In the Contractor's recovery against Owner shall be limited tot ate withheldportion of expenseseasontab a termination through the date of termination, together with any g against expenses incurred, but Contractor shall bentitled antic gated profit on portions of the Work not owner, including, but not limited to, damages or any performed. ht to suspend all or any portions of the Work upon giving Contractor 19.2 Owner shall have the rig prior written notice of such suspension. If all or any portion of not less than two (2) calendar days' 45 Construction Services Agreement: [2025_ver.3] 16BIO irk' l be to seek an of th e Work is so suspended, Contractor's sole and a ursiset forth in the ve remedy (Contract Documents SiIn no time to its schedule in accordance with the pry adddie tional compensation or damages. Provided, event shall the Contractor be entitled to any shall have the right to however, if the ordered suspension exceeds six (bon of the Work which ) months, the t is subject to the ordered terminate the Agreement with respect to that port suspension. ent is 19.3 It is further understood and agreed by and between onershe a Ines the event that e owner, its sole subject to appropriation by the Board of County Com ro riate for payments discretion, determines thathis A sufficient reementdghe Owner shall d funds are not Contractor appropriate of such occurrence and due to Contractor under t 9 penalty or this Agreement shall terminate on the last day of the current fiscal period without any p Y expense to the Owner. 20. COMPLETION. Substantial Com letion and Deveocimentof the Punch List tion of his t. When 20.1 Substantial Completion is as defined in the h Defined as been achieved, sha Itcertify in wrong to the the Contractor believes Substantial Completionin accordan ct Project Manager that the Project is Substantially ectplheeWork and to issueita Certificate atethe aof Documents and request the Project Manager tons p Substantial Completion. Prior to making such a request the Contractor must: a) Complete all Work necessary for the safe, proper and completeereuse or operation requirements tare of the Project as intended, including: opelratinglcertifi ages and similar releases; satisfied, including occupancy permits;ired all operational testing has successfully document occurred; (such as uas-built It id awi gs ning has successfully occurred; all close-out Operational manuals, etc.)certifications, been provided by Contractors and accepted by Owner. etc.) have p b) Prepare aContractor-generated punch and aist cceiptableist for suof lbmiss on with the request ems required to render the Project complete, satisfactory, which shall for inspection and issuance ofthe certificate estimated costttotlal comp complete remaining include and list separately those unfinished item included on the list with an explanaon as the basis e Schedule of Values, subject to the Owner's finalrre review costs, substantiated by th and approval as stated below. c) Upon receipt of the request from the Contractor, the Project Manager, shall ssisrevdie y the Professional, if any, and other Owner personnel, as appropriate, the request, the Work and the Contractor -generated punch list to determine whether the Work is ready for Comutial inspection tion the Project shall so If this review fails to support Substantial completion notify the Contractor citing the reasons he Wo°k rejection. seady for Substantial Completion and Professional (if any) determine inspection, the following procedures will be followed: 46 Construction Services Agreement: [2025_ver.31 1 6B1 06; 20.2 The Project Manager will, within a reasonable time, schedule, and conduct inspection(s) of the Work with the Professional (if any), other wner personnel as required, and the Contractor for the purpose of formally reviewing the status of completion of the Work, the readiness f the Contractor - generated for use and the Contractor -generated punch list. A copy of the 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 Punch List document (Exhibit F-3 Punch List Form) ("Punch List"). 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. 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. ;. 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 Certificate of Spbstant s the date of the completed inspection(s). The 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. Time Frames for Issuance of the Punch List (a) The Owner shall issue providedthe Punch List to the Contractor within the time frames described below, that the Contractor has completed its obl gat o s 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 developed within thirty (30) Days after the Substantial Completion date and delivered to the Contractor five (5) days thereafter. (c) For construction projects estimated to cost more than ten million dollars ($10,000,000.00), the Punch List must be developed within forty-five (45) Days after the Substantial Completion date and delivered to the Contractor five (5) days thereafter. 47 Construction Services Agreement: [2025_ver.3] im (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 amount equal to 150 percent (150%) of the estimated cost to complete the items on the Punch List. Warranty items may not affect the final payment retainage as provided herein. Owner is not required to pay or process any payment request for retainage if the Contractor has failed to cooperate with Owner in the development of the list or failed to perform its contractual responsibilities with regard to the development of a list or if Section 255.078(3), F.S., applies. (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 Remaininq 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. 48 Construction Services Agreement: [2025_ver.3] 6 B 1 0 (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), F.S. (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, F.S., 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. 49 Construction Services Agreement: [2025_ver.31 20.5 Application for Final Payment 16810 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. Prior to release of Final Payment, 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 Pavment (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. 50 Construction Services Agreement: [2025_ver.3] 1 gB 0iw,. (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 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 51 Construction Services Agreement: 12025_ver.3i 16810 approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation, and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday, or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor 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 52 Construction Services Agreement: [2025_ver.3] 1 6B1 O Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to Final Payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents, and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after Final Payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect, and consequential costs shall 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 53 Construction Services Agreement: [2025_ver.3] 1 6 B 1 0 assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever Contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents, or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 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 54 Construction Services Agreement: [2025_ver.3] I 6B1 prll easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation, or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules, and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full-time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 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: 55 Construction Services Agreement: [2025_ver.3] 161310 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 28.5.3 daY� 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 Owners expressed prior written consent; 28.5.4 All Employees are prohibited from distributing an papers upon Owner's property, and are strictly prohibited from using any of Ownnerrr 's telephones or office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time, 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated from time to time, by Owner in writing; 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 Pro Schedule, procedures for handling shop drawings and other submittals,dlands fork 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. Construction Services Agreement: [2025_ver56 .3] 1 6B1 0, 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice 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 57 Construction Services Agreement. [2025_ver.3] 16810 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, F.S., 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 supply for award of subcontracts, based on the current Project Milestone Schedule, and shall ppY a co 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 Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work shall review the costs of those proposals and advise Owner and Design Professional of their validit and reasonableness, acting in Owner's best interest, prior to requesting a Y q g Order from Owner. All Subcontractors performingan ork on this Pr r 1any Change "qualified" as defined in Collier County Ordinance 2013-69, meaning person or entity that has ttbe he 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 an 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 to 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 the subcontract a purchase order ,4 ) provide that Owner will be an additional indemnified party additional insured on all liability insurance Policies ovide required oat Owner, olberprovided bCounty y the Snt, will a an or Y Subcontractor Construction Services Agreement: [2025_ver 3] 1 6 8 1 O except workman's comp ensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of th Purchase order. Contractor shall make available to each proposed Subcontractor, execution of the subcontract, copies of the Contract Documents to which the Subcontractor e subcontract or bound. Each Subcontractor shall similarly make copies of such documents availablel prior to the will be subcontractors. to its sub - subcontractors. Each Subcontractor performing work at the Project Site must agree to Provide supervision through a named superintendent for each trade e. placement, mason p de field (on -site) masonry, mechanical, plumbing, electrical and roofing) included in is concrete ubc ntract or Purchase order. In addition, the Subcontractor shall assign and name a qualified e scheduling direction for its portion of the Work. The supervisory employees of the (including field superintendent, foreman and schedulers at all levels) must have be employee for supervisory (leadership) capacity of substantially equivalent level on a similar Subcontractor years within the last five years. The Subcontractor shall include a resume of experience for each employed in a employee identified by it to supervise and schedule its work. project for at least two 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and ur shall provide: p chase orders 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of he subcontract or purchase order caused by events beyond its control, including delays claim 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. Design 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 changes in the Work and thus eliminate any other remedieexpressly agree that the foregoing constitute its sole and exclusive remedies for delays and s 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/A pproval 34.1.4 Equipment Purchase/Delivery Logs Logs Construction Services Agreement: [2025_ver59 3] 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 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 60 Construction Services Agreement: [2025_ver.3] 1 6B I 0 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(a�colliercountyflgov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically Chapters 761, 762, 777, and 780; 376 & 403 F.S.; 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. 61 Construction Services Agreement: [2025_ver.31 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 omed require the Contractor to remove an employee it deems careless, incompetent, insubordinate nt otherwise objectionable and whose continued employment on Owner's projects is not in H interest of the County. the best Hate or 40. DISPUTE RESOLUTION. A. Prior to the initiation of any action or proceeding permitted by disputes between the parties, the parties shall makea good faiith thisAgreement toe olvetany sulch 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. submit to mediation as required hereunder, the other party mayobtain a court ld hordea requiring mediation under Section 44.102, F. S. 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 a iate federal or ate courts in Collier County, Florida, which courts have sole and exclusive jurisdiction risdi tion on all such matters Construction Services Agreement: [2025_ver62 .3] EXHIBIT 1-1: SUPPLEMENTAL TERMS AND CONDITIONS 0 Attached hereto, following this page ❑ Not Applicable 1 6 B I 63 Construction Services Agreement: [2025_ver.3] '681O� STATE CONTRACT PROVISIONS AND ASSURANCES FLORIDA DEPARTMENT OF TRANSPORTATION 55.009 SMALL COUNTY OUTREACH PROGRAM The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that the Florida Department of Transportation will be used to fund all or a portion of the contract. Pursuant uniform requirements of grant awards the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general the contractor, must insert or reference these contract provisions in each lower tier contracts (e.g., subcontract or sub -agreement); (2) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; and (3) is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider. Restrictions, Prohibitions, Controls and Labor Provisions: a..A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. c. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the FDOT to be a non -responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Recipient. d. No funds received pursuant to this Agreement may be expended for lobbying the Florida .Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes. e. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. f. The Contractor shall: Page 1 of 9 STATE CONTRACT PROVISIONS AND ASSURANCES i. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Recipient during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. g. The contractors and subcontractors shall comply with all federal, state, and local laws and regulations applicable to this Project. Conflict of Interest FDOT Conflict of Interest procedure 375-030- 006 are applicable to this contract. Miscellaneous Provisions The County's contractors, subcontractors, consultants, and subconsultants are not agents of The Florida Department of Transportation as a result of this contract Indemnification — To the extent provided by law, the CONTRACTOR shall indemnify, defend, and hold harmless the COUNTY and the State of Florida, Department of Transportation, including the Department' s officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of CONTRACTOR, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by CONTRACTOR. The foregoing indemnification shall not constitute a waiver of the State of Florida, Department of Transportation's or COUNTY's sovereign immunity beyond the limits set forth in Florida Statutes, Section 768. 28. Nor shall the same be construed to constitute agreement by CONTRACTOR to indemnify COUNTY for the negligent acts or omissions of COUNTY, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by CONTRACTOR to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement. Inspector General Cooperation — Contractor and subcontractors are obligated to comply with Section 20.055(5), Florida Statutes which states, "It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. Beginning July 1, 2015, each contract, bid, proposal, and application or solicitation for a contract shall contain a statement that the corporation, partnership, or person understands and will comply with this subsection." Record Retention — The contractor and all subcontractors shall maintain and retain sufficient records demonstrating its compliance with the terns of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, State of Florida, or its designee's access to such records upon request. Human Trafficking — Human trafficking is a form of modern-day slavery which involves the transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring, or obtaining of another person for the purpose of exploiting that person. House Bill 7063 amends s. 787.06, F.S., to require a nongovernmental entity (Contractor) to provide an affidavit attesting that the nongovernmental entity does not use coercion for labor or services, when executing, renewing, or extending a contract with a governmental entity (County). Prior to contract execution, extension or renewal, the Contractor shall sign and notarize FDOT Form No. 375-030-31 for submittal to the County. Page 2 of 9 16810 STATE CONTRACT PROVISIONS AND ASSURANCES Iron and Steel: (New section in FS 255.0993, effective, July 1, 2024). The State of Florida requires that iron or steel product permanently incorporated in certain public works projects be produced in the United States. See § 255.0993, Fla. Stat. (2024). Contractor must carefully review the technical specifications to determine whether and how this requirement applies to this project and prepare its bid accordingly. Contractor's failure to account for this requirement in its bid will not justify a later change to the Contract Price. All iron or steel products included in this order must be produced in the United States, which means that all manufacturing processes, from initial melting through application of coatings, occur in the United States, other than metallurgical processes to refine steel additives. See § 255.0993, Fla. Stat. (2024). Page 3 of 9 1 6B 1 STATE CONTRACT PROVISIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY THE DEADLINE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Conflict of Interest 3. Anticipated DBE, M/WBE or VETERAN Participation Statement 4. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 5. Acknowledgement of Grant Terms and Conditions Page 4 of 9 1 6B 1 STATE CONTRACT PROVISIONS AND ASS( IRANC'FC COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Kevin C. Shimp Immokalee Rd (CR 846) Shoulder Improvements-SCOP2 Name Project Name President 25-8352 Title Project Number Thomas Marine Construction, Inc. 59-2163377 Firm Tax ID Number 02-853-2935 L5SHWEWQNL68 DUNS Number Unique Entity Identification Number (SAM.gov) 8999 High Cotton Lan ort Myers, FL 33905 Street Address, City,/ te, Zip Signature Page 5 of 9 1sB�o STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 25-8352 Collier County Solicitation No. I Kevin C. Shimp , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest 1, or anyone noted above, has in any person or organization that does become involved in, or is a ted at a later date by, the conduct of this matter. Kevin C. Shimp Name Signat President 5/29 5 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch -wide Privacy Act system of records. Page 6 of 9 1 6 B I STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT status Alill be verified. Unver fabGe statuses voll require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A..IRII�AE Vg11DORj{3N7TIt t111FflFiMAt{?K PRIME NAME PRIME FE§D NUMBER CONTRACT DOLLAR AMOUNT Thomas Marine Construction, Inc. 59-2163377 LL $1,253,125.00 LSTHE PRIME A. FLORIDA-CERTLfiED DISADVAt1TAGED, VETERAN Y \� 5 THE AC tlV17Y' OF THIS CONTRA._ MINORrfY OR. WOMEN BUSMESS ENTERPR5E? �;� � 'DBE(MBf/'WBE) OR HAVE A SAAALL DISADVANTAGED DBE? Y CONST,Rt1CTION ? �:/ N BURN£SSSACERTIFICATION FROM THE SMALL BUSINESS MBE? Y CN'� CONWLTATIO?J? y N ADMINISTRATION? A SERVICE DISABLED VETERAN' WBE? Y �T�3 OTHER? Y N ISM aA? Y N 15 THIS SUBMiSStON A REVISION? Y N 711 YES, RENASION NUMBER iF HASSUSW -C o OR SttPPi]F.fi WI- 6, AI]Af�ti1CC�ED NH #NUISIIit� O itTYk WI+I�D,,SMAI.I, ', StIF.�i�'?t+Il':�tilV+[3#iSfR1fIC:E�� 1i�N,.HIV'its'Irt��i�EIF'i#S;IS1ElCI'Si�i7Olii DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETKNICrTY CODE SUB/SUPPLIER ,PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Bellow) DOLIAR AMOUNT DOLLARS M/WBE GCE Services Sodding NMW 33,000.00 2.6% DBE Gulfshore Trucking Hauling p 12,000.00 1 DAD DBE Kate's Enviro Fencing Erosion NMVV 8,000.00 .64% ToTALs $53,000.00 �` ,,: � �I`C7i+p1i� T'O EE IfJIItIF1�ED �X;PidtM£ V�1VDQ�jC�f�ITR141L7�?R NAME OF SUBMTT7ER DATE TFTL£ OF SUBMnTER Kevin C. Shimp 5/29/2025 President EMAIL ADDRESS OF PRIME (SUBMRTER) TELEPHONE NUMBER FAX NUMBER kcshim aol.com 239-337-0008 239-337-0099 NOTE: This infomatton is used to track and report anticipated DBE or MBE pattidpatian in federally -funded contracts_ The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation_ I and when awarded a county contract, the prime wilt be asked to update the information for the gran compliance Mes. 51adtArnerkan _ BA Hispanic American HA nativeArnerican NA Subcont. Asian American SAA Asbn-PadfiicArrm ican AAA Non -Minority Women NMW Outer ox* of any Ott- group WIM o Page 7 of 9 ysByo STATE CONTRACT PROVISIONS AND ASSURANCES PID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROF-ES51ONAL CONSULTANT SERVICES ,7 is the policy of Coiner County that dssadrantaged 'businesses and minan?y vendors, as deFr ed in ibe Cade of Federol Regufations (CPR I or Fwrda mutes (FS), must have the c000rtunity to porttcioare or, contraM'With federof and/or state groat assisronce Prime contractor/Pnmeconsultant: Thomas Marine Construction, Inc. Address and Phone Number. 8999 High Cotton Lane, Fort Myers, FL 33905 / 239-337-0008 Procurement Number/A&erusement Number: 25-8352 The list below is intended to be a lisnrkg of firms that are, or attempting to, participate on the project numbered above. The !1st must include the firm bidding of quoting as prrme, as A*II as subs and suppliers quoting for pa rticrpatiom Prime contractors and consultants must provide information for Numbers 1, 2, 3, and 4; and, should provide any information they have for Numbers 5, 6, 7, and 8. 7tn form must be submitted with the bad package. 1. Federal Tax ID Number: 59-2163377 6. DU S. Annual Gross Receipts 2_ firms Name. Thomas Marine Construction, Inc. ® Nan -DBE Less than $1 million 3. Phone Number 239-337-0008 Between 51-5 nullion a. Address 8999 High Cotton Lane Between 5 5-10 million Fort Myers, FL 33905 7-L] Subcontractor Between s to-i5 million Subconsultant X More than $ 15 mi ion 5. Year Firm Established: 1982 1- Federal Tax 1D Number: 47-3682326 6. DBE S. Annual Gross Receipts 2. Firm Name: Paramount Asphalt & Sealcoating X Nan -DBE Less than 51 million 3. Phone Plumber. 239-348-0777 Between $1-5 mdion 4. Address 260 20th Street NE Between 5 5-10 million Naples, FL 34120 7. Subcontractor Between $ i0-15 million X Subcansuttam More than 515 million 5. Year Firm Established: 2015 1. Federal Tax ID Number 65-0677851 6.1 V 1 D8E 8. Annual Gross Receipts 2. Firm Name: Kate's Enviro Fencing IIP--J11 Non-0BE Less than ;1 million 3. Phone Number 239-948-3116 Between 5 1-5 million 4. Address 3435 Quail Drive Between s5-10mnlliot Bonita Springs FL 34 334 7.8 Subcontractor Between $ 10-15 million Subconsuttant More than 515 mfixm 5. Year Firm Established_ 1996 i. Federal Tax ID Number: 59-2539314 6. 8. AnntHI GroReceipts ss 2. Firm Name: Russ Berner Construction BDBE Non -DBE Leis than $ i million 3. Phone ht unber. 239-694-5351 Between $1-5 mdion S. Adorers 13800 Orange River Blvd Between S5-10million Fort Myers, FL 33905 11----�� 7. Subcontract" Between 510-15million LJ Subconsuttant More than $ 15 mi lion 5. Year Firm Established: 1984 Page 8 of 9 681oa STATE CONTRACT PROVISIONS AND ASSURANCES CGI_t;EF+_ LE F_,Pm �ID OPPORTUNITY LIST FOR COMMODITIES✓ AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES PrmeContractor/PrimeConsultant- Thomas Marine Construction Inc. Address and Phone Number 8999 High Cotton Lane, Fort Myers, FL 33905 / 239-337-0008 Procurement Number/Advertmement Number 25-8352 The list below is intended to be a listing of firms that are, or attempting to, participate on the project numbered above. The fist must include the firm bidding or quoting as prone as well as subs and suppliers quoting for participation_ Prime contractors and consultants must provide krfoirnation for Numbers 1, 2, 3, and 4; and, should provide any information they have for Numbers s, 6, 7, and S. This form must be submitted with the bid package. 1. Federal Tax lD Number: 65-0595477 6. X DBE S. Annul Gross Receipts 2. Firm Name: GCE Services Non -DBE Lets than $1 m"M 3. Phone Number 239-573-7170 4. Address Between $ 1-5 ration 1611 Santa Santa Barbara BI yd 7.0 subcontractor Between $5-1amilion Between $ 10-15 million Cape Coral, FL 33991 5ubconsultant More than $ 15 minion 5.. rear Firm Estabrrshed: 1995 I. Federak Tax ID Number. 59-3541899 6.2 DBE & Annual Gross Receiyts 2. firm Name: Acme Barricades Norl DBE Leis than $ 1 mdGa, 3. Phone Number. 904-781-1950 4. Address 9800 Normandy Blvd Between $1-s million Jacksonville FL 32221 7.8 Subcontract" Between $5-10 rrdion Between io-i5 million SubcoregAtant More than $ 15 minion 5. Year Firm Established: 1998 1. Federal Tax ID Number: 59-1605524 6. DBE a- Ann uaIGross Rec6pts 2. Firm Name: Bob's Barricades, Inc. X� Non -DBE Less than $1 m6on 3.. Phone Number: 954-423-2627 4. Address 921 Shotgun Road Between $1-5 milion Sunrise, FL 33326 7.❑X Subcontractor Between 55-1D ftleilion Between slo-lsmillion n�`u6mr+suttart More than 1, 15 mittion 5. YearFirrnEstablished: 1975 1. federal Tax ID Number: 26-1871966 6.8 DBE s_ Annual Gross Rece[pis 2- Firm Name: Ajax Paving X Non -DBE less than $ 1 million 3. Phone Number. 941-486-3600 Between $1-5 fralm r 4- Address One Ajax F=Drive North Venice, FL 34275 7-" Subcontractor Between $5-iomillion Between$io-l5mivion SubconsuYant More than ; 15 minion 5. Year Ftrm Established: 1981 Page 8 of 9 16810 STATE CONTRACT PRnvlcrnnrc ANU-1 1 11 . PID OPPORTUNITY LIST FOR COMMC)DfrIES AND CONTRACTUAL SERVICES AND PROFESSIONAi CONSULTANT SERVICES [ is tie policy of collier county thor disadvontrged businesses and minority, vendors, as defrpzd in the Cade Federal Re a1` gulations (C.FRi or 2fida SYawt=_s IFA rnUst have the opoxtunity to participate on contra a with federal and For gate orart assisinnre Prime `ontracor Prime Consultant: Thomas Marine Construction Inc. Address mid Phone- Number. 8999 High Cotton Lane, Fort Myers, FL 33905 / 239-337-0008 Procurement Nurnber/Advertisement Number: 25-8352 The list below is Mended to be a listing of firms that are, ar attempting to, participate on the project numbered above. The Fist must include the firm bidding or quoting as prmte, as we11 as subs and suppliers quoting for participation. Prime contractors and consultants must provide information for Numbers 1, 2, 3, and 4; and, should provide airy information they have for Numbers 5, 6, 7, and 8. This form must be submitted with the bid package. 1. Federal Tax ID Number 20-0729606 6. DM 8. Annual Gross Receipts 2. Firm Name T. Disney Trucking X 8 Non -DBE Less than $1 m4on 3. phone Number. 844-258-7825 4. Address 6324 US Hwy 301 S Between $1-5 region Between S 5-10 mdion Riverview, FL 33578 7.L�J subcontractor Between 51a15million Subconsultant More than S 15 miftn 5. Year Firm Established: 2003 1. Federal Tax ID Number 46-3083276 6. X DBE 8. Annual Gross Receipts 2. Firm Name: Gulfshore Trucking LLC Non -DBE Less than $ 1miifion 3. Phone Number 239-288-7140 Between St-5 n-aion 4. Address 7801 Jean Blvd Between ;5-Somaion Fort Myers FL 33967 T=7 Subcontractor Berkeen S io-15 mc�ion Subconsuttant More than S 15 million 5. Year Firm Established: 2013 1. Federal Tax ID Number: 86-3516041 6. DBE 8, Annual Gross Receipts 2. Fin„ Name: Tomahawk Surveying El Non-DBE Less than $ 1 miiwn 3. Phone Number 941-740-0733 Between $ 1-5 rndion 4. Address 115 Morning Star Drive Between 5 5-10 m0ion _Punta Gorda FL 33982 7.1 subcontractor Between S 1G-15 milion subconsuhant More than $ 15 mdfion 5. Year Firm Established: 2021 1. Federal Tax ID Number: 6. 8 DBE & Annual Grass Receipts 2. Firm Name: Non -DBE Less than $ 1 mllion 3. Phone Number Between $1-5 nbillion 4_ Address Between S 5-10 nilion 7.. Rsubcontractor Between S 1tf-15 nifflion Subconsuftant More than S 15 million 5. Year Firm Established: Page 8 of 9 16B1p STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (I) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Thomas Marine CWstruction, Inc. Date 5/29/2025 Authorized Signature Kevin C. Shimp Address 8999 High Cotton Lane, R Solicitation/Contract # 25-8352 rs, FL 33905 Page 9 of 9 16B1 EXHIBIT 1-2: ANTI -HUMAN TRAFFICKING AFFIDAVIT (Following This Page) 64 Construction Services Agreement: [2025_ver.31 16B10 ANTI -HUMAN TRAFFICKING AFFIDAVIT Instructions: This form must be completed by an officer or representative of an entity entering into, renewing, or extending, a contract with Collier County ("OWNER"). The undersigned, on behalf of ("CONTRACTOR"), hereby attests as follows: A. CONTRACTOR understands and affirms that Section 787.06(13), F. S., prohibits the OWNER from executing, renewing, or extending a contract to entities that use coercion for labor or services, with such terms defined as follows: • "Coercion" means: (1) using or threatening to use physical force against any person; (2) restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; (3) using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined; (4) destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; (6) causing or threatening to cause financial harm to any person; (6) enticing or luring any person by fraud or deceit; or (7) providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03, F. S., to any person for the purpose of exploitation of that person. • "Labor" means work of economic or financial value. • "Services" means any act committed at the behest of, under the supervision of, or for the benefit of another. The term includes, but is not limited to, forced marriage, servitude, or the removal of organs. B. CONTRACTOR hereby attests, under penalty of perjury, that CONTRACTOR does not use coercion for labor or services as defined in Section 787.06(2), F. S. I, the undersigned, hereby represent that I make the above attestation based upon personal knowledge; am over the age of 18 years and otherwise competent to make the above attestation; and am authorized to legally bind and make the above attestation on behalf of Vendor. Under penalties of perjury, I declare that I have read the forgoing document and that the facts stated in it are true. Authorized Signature: Printed Name: STATE OF _ COUNTY OF Date: Title: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of , 20 , by as on behalf of the company/corporation. They ❑ are personally known to me or ❑ have produced as identification. Signature of Notary Public Name of Notary Typed, Printed or Stamped My Commission Expires: 65 Construction Services Agreement: [2025_ver.3] 16810 Exhibit J —Technical Specifications Governing Standards and Specifications: Florida Department of Transportation Standards Plans 2022-23 and revised Index Drawings as appended herein, and Florida Department of Transportation 2022 Standard Specifications for Road and Bridge Construction, as amended by Contract Documents. For Standard Plans click on the "Standard Plans" link at the following website: https://www.fdot.gov/design/standardplans/current/24.shtm Standard Plans For the Standard Specifications for Road and Bridge construction click on the "Specifications" link at the following website: https://www.fdot.gov/programmanagement/implemented/specbooks/default.shtm Standard Specifications COLLIER COUNTY COMPONENTS OF CONTRACT PLAN SET RGAGWAY PUNS BOARD OF COUNTY COMMISSIONERSJPROJECT PLANS OF PROPOSEDIMMOKALEE ROAD (C.R. 846E)INDEX OF ROADWAY PLANS PAVED SHOULDERS - PHASE 2 IMPROVEME"° SHEET NIMMOKALEE COMMUNITY — FROM EAST AGRI BOULEVARD°0 2 GENERAL NOTES, OUANIIRES AND PAY ITEMS M0T0 DRAINAGE TO WEST OF BRIDGE No. 034832fx Go 3 MAP aDRYTwArDErAEs n PPROMEECCTLLAYC°OUTON COLLIER COUNTY PROJECT No.ZB-] PLAN NEW (MTI AERAL MAGE) SMALL COUNTY OUTREACH PROGRAM SCOPw B-9 PLAN NEW WITIOUT AERIAL IMAGE)10-20 ROADWAYCROSS-SECTIONSFINANCIAL PROJECT I.D. No. 451525-1-54—Oi21-22 SIGNING a. PAVEMENT MARKINGS (WITH AERIAL MADE) 23-24 2s SIGNING ! PAVEMENT MARKINGS (MTHOUT AERIAL IMAGE) ER090NcaJTRaPUNz 0 w oW i mxDGE_No. 03teR2 PLANS PREPARED BY: TraM. Engln..ITTI k Sign Op ... Dona Transportation m0 7• Enghurinay OtNslon Transportatlon Managsmsnt So, D.Portm.n! 28" Hpw.Aa W. St" tr+ \ CR 848E) 0 ".qa M." SA110 OEF - (2]9) 2W-0077 FO; (2R91 232-Sfpa A END PROJECT ATTENTION IS DIRECTED TO THE FACT THAT STA. 94+ THESE PLANS MAY HAVE BEEN REDUCED IN SIZE BY REPRODUCTION. THIS MUST BE COIJSDERED MEN OBTAINING SCALED DATA I CQ GOVERWNO OESM STANOARGR fl b D.P°bn.nt of Wan.pw U-, STMPARD PLANS FYZXI}203{ ..a eW—. 0.1, St Ad-l. R=.. (DSR.) at'A. iMo.M9 MYts NT1P4 //NWM.FOOT.GOV/pESp/STANOMO WNS/OIRRENT/bEFAULT.5N1M 00VEANINO STANDARD SPEWICAIIMS; Stantlab. 9°�p.NBo.tbn. � R�ooAt m0 B ltly.°� Cm.Welbn at tM Mo.AN A+b.9s HTiP3; //WWMi'DDT.GOV/PROGItIMMMIAGEYENT/iNPLF]RIIED/4+E0/WIt3/DEFNAT911M r!arf�arra 9 CIA. JJt//.OJ 0`1 P� zo �r M e PROJECT LOCATION MAP C AUTHORIZED Bri DAZE.. O JAY ANMAO, E, O'e.T�WN.Yn.F°t"it D�w1m�M rl u"1..m�c..",s„e. RO -Y PLANS APPROV(D DT. LENGTH OF PROJECT LINEAR FEET MILD .pf �ORe_`� - iOSS 1223] Y.l cFNSF�: i'n�ii .. '., Ju:b F. ONen.L P.E, SWIOIf PPO.ECI .WM,L1 LENGTH OF PR—T K 1 {122.5] 0.00 —781 0.000 ':, rNv y LENGTH OF PRMCT I41223] 0. �'`'. sa�r ? yooxbn(naMNsip FL P.E No- }201d DARE: OENERAr. NOTES 1) EXISTING DRAINAGE STRUCTURES WITHIN CONSTRUCTION UNITS SHALL REMAIN, UNLESS OTHERWISE NOTED IN THE PLANS. 2) STANDARD CLEARING AND GRUBBING IS TO BE PERFORMED MINIM THE LIMITS OF THE PROJECT AND SPECIFIC AREA AS SHOWN ON PLANS 3) ANY PUBLIC LAND PROPERTY CORNER W INN THE LIMITS OF CONSTRUCTION IS TO BE BE PROTECTED BY THE CONTRACTOR. IF A CORNER MONUMENT IS IN DANGER OF BEING DESTROYED AND HAS NOT BEEN PROPERLY REFERENCED, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE ENGINEER, ANY SURVEY MONUMENT DESTROYED BY CONSTRUCTION ACTIVITIES SHALL BE REPLACED BY A REGISTERED SURVEYOR $ MAPPER AT THE CONTR'ACTOR'S EXPENSE. 4) ACCESS TO BUSINESSES, EXISTING STREETS AND DRIVEWAYS SHALL BE MAINTAINED FOR LOCAL TRAFFIC AND PROPERTY OWNERS, RESPECTIVELY. 5) THE CONTRACTOR IS RESPONSIBLE FOR PROPER SEDIMENT AND EROSION CONTROL NO ADDITIONAL PAYMENT SHALL BE MADE FOR THIS WORK. THE COST IS INCIDENTAL TO CONSTRUCTION OF THE PROJECT. 6) THIL PROJECT WAS CTSE By EUNNFILES WBEPROV1 DTO THE CONTRAOR UPON REQUEST AT ER THE BEGINNING OF THE CONSTRUCTION PHASE. FpCtT.T'ry 00RDINAnON NO S- 1) NONE OF THE EXISTING UNDERGROUND FACIU71ES WITHIN THE PROJECT LIMITS LOCATED. WERE FIELD CATED. EXISTING FACIUTIES HAVE NOT BEEN IDENTFIED BY THE FACILITY OWNERS. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATIONS FACILITY RELO OF POTENTIAL TIONS. FACILITY CONFLICTS PRIOR TO CONSTRUCTION AND SCHEDULE ANY CA 2) EXCEPT WHERE THE PLANS AND SPECIFICATIONS PROVIDE THAT SUCH WORK SMALL BE PERFORMED UNDER THE CONTRACT FOR THIS PROJECT, ALL FACIUTIES INTERFERING WITH CONSTRUCTION SHALL BE REMOVED, RELOCATED OR ADJUSTED BY THEIR OWNERS AT THEIR EXPENSE. 3) 114E CONTRACTOR IS REQUIRED TO CONTACT ALL FACIUTIES ORGANIZATION PRIOR TO THE BEGINNING OF CONSTRUCTION TO COORDINATE HIS CONSTRUCTION WI ACTIVITIES TH THE REPRESENTATIVE FACILITY INCLUDES BUT IS NOT LIMITED TO THE FOLLOWING CONTACT UST: FAQ IT DTELEPHONE WATER d SETTER IMMOKALEE WATER d SEWER DISTRICT CABLE M. COMCAST (24 MR EMERGENCY) 239-503-0098 ELECTRIC.' LEE COUNTY ELECT. COOPERAME 239-432-1805 (24 MR EMERGENCY) 239-656-2414 TELEPHONE LUMEN 800-488-8243 TRAFFIC FIBER OPTIC COLLIER COUNTY G0WRNWENT 239—T6J-6216 GAS TECO — PEOPLES GAS SYSTEM 239-203-6216 rUlNrGROUNO FACILITY LOCATION SERVICE 239-690-5517 (i)ff SVNSH/NE STA 7E) T_8 00_4J2-4770 4) EXISTING UNDERGROUND FACILITIES SHALL REMAIN IN PLACE UNLESS OTHERWISE STATED IN PLANS. SI •NA • PAL L NT `s7Tu1N .S N*OTE& 1) ALL FINAL PAVEMENT MARKINGS STALL BE THERMOPLASTIC, CERTIFIED LEAD FREE. PER F,D,O.T. STANDARD PLANS INDEX No. 711-001 AND THE STANDARD SPECIFICATIONS FOR ROAD 6: BRIDE CONSTRUCTION BOOK DATED, JULY 2022. 2) ALL SIGN RELATED WORK TO BE COORDINATED WITH FEUX BURGOS, 239-233—LLI 3160. TO MAINTAIN INTEORITY OF COWER COUNTY TRAFFIC OPERATIONS ASSET DATABASE. CONTRACTOR SHALL FOLLOW TRAFFIC OPERA TONS SIGNING AND PAVEMENT MARKINGS SPECIAL PROVISION DETAILS WHICH INDICATE USING A 2.5'X2,5' GALVANIZED METAL SQUARE TUBULAR SGN POST. TRAFE'IC CONTROL NOTE 1) THE PREPARATION OF THE TRAFFIC CONTROL PLAN (TC,P.E FOR THIS PROJECT SHALL BE IN ACCORDANCE M11M TIE 2009 EDITION Di THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES WITH REVISIONS 1 AND 2 INCORPORATED MAY 2012 (YUTCD PART M. TEMPORARY TRAFFIC CONTROL), AS REVISED TO DATE. FOR GENERAL TRAFFIC CONTROL ZONE REQUIREMENTS AND ADDITIONAL INFORMATION, REFER TO THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) STANDARDS PUNS — FY 2022-2023. INDEX NOS. 102-110 THROUGH 102—M AS APPLICABLE. 2) ROADWAY CONTRACTOR IS RESPONSIBLE FOR THE PREPARATION OF THE TRAFFIC CONTROL CONTROL PUN (T.C.P.), THE COST OF WHICH SHALL BE INCLUDED IN PAY ITEM 102-1. MAINTENANCE OF TRAFFIC. THE T.C.P SHALL BE PREPARED BY AN INDIVIDUAL NTH THE ADVANCED PDOT'WARK ZONE TRAFFIC CONTROL' CERTFICATION. THE PLAN SMALL BE SUBMITTED TO THE COUNTY ENGINEER FOR APPROVAL, 3) WHERE 'FLAGGER' AND 'WORKER' SIGNS ARE USED. THE SIGNS SHALL BE COVERED OR REMOVED DURING PERIODS WEN CONSTRUCTION OPERATIONS ARE SUSPENDED SUCH AS NIGHTS, WEEKENDS OR HOLIDAYS. 4) LINE CLOSURES SHALL BE SCHEDULED AS FOLLOWS. A. ONE TRAV0. LANE SHALL BE KEPT OPEN ON WMOKALEE ROAD OWESIBWND AND EASIROUND) WITHIN THE MARK AREA THROUGHOUT THE DURATION OF CONSTRUCTION PHASE, UNLESS A LANE CLOSURE IS APPROVED BY THE ENGINEER. B. THE LOCATION AND DURATION OF CLOSURE. INCLUDING TURNING LINES. SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE IMPLEMENTATION OF THE CLOSURE C NO WORK SHALL BE DONE REWIRING A LANE CLOSURE BETWEEN THE FOLLOWING HOURS — FROM 6:00 A.M. TO 9:00 A.Y. AND FROM 3:00 P.Y. TO 7:GO P.M. ON MONDAY THROUGH FRIDAY. — HOLIDAYS AND SPECIAL —EVENT DAYS, AS PERMITTED BY THE ENGINEER— EMERGENCIES AS DEEMED NECESSARY BY COLLIER COUNTY EMERGENCY MANAGEMENT, LAW ENFORCEMENT AUTHORITIES OR THE ENGINEER. 5) THE MINIMUM WITTH OF ANY TRAVEL LANE AT ANY TIME SHALL BE 10 FEET DURING CONSTRUCTION. 6) ALL WORK IN EACH PHASE OF CONSTRUCTION SHALL BE COMPLETED BEFORE THE FOLLOWING PHASE IS ENGINEER. STARTED, UNLESS OTHERWISE AUTHORIZED BY 714E 7) THE CONTRACTOR WILL BE REWIRED TO USE VARIABLE MESSAGE SIGNS TO PROVIDE ADVANCED WARNING OF THE WORK AREA IN EACH DIRECTION (WESTBOUND AND EASTBOUND ON IMNOKALEE ROAD). THESE SIGNS SHALL BE SET UP 1000' PRIOR TO WORK AREA. THE SONS SHALL BE INCLUDED IN THE Y.O.T. PAY ITEM (102-1} B) THE CONTRACTOR SHALL NOTIFY PROPERTY AND BUSINESS OWNERS AT LEAST ONE (1) WEEK IN ADVANCE OF THE START OF THE CONSTRUCTION PHASE. 9) ALL SIGNS REMOVED SHALL BE DELIVERED TO COLLIER COUNTY TRAFFIC OPERATIONS. 1 6 B I PAY ITEM NOTE& 101-1 INCLUDES COST OF CONSTRUCTION LAYOUT AND PREPARATION OF RECORD DRAWINGS (AS —BUILT PLANS). 102-1 INCLUDES COST OF ALL TRAFFIC CONTROL RELATED ITEMS, INCLUDING ADVANCE WARNING ARROW PANELS (2 SIGNS 60 DAYS EACH), VARIABLE MESSAGE SIGN (2 SIGNS, BO DAYS EACH) TEMPORARY PAVEMENT MARKINGS, BARRICADES AND ANY OTHER DEVICE NEEDED TO PROPERLY HANDLE IXISTINO TRAFFIC DURING CONSTRUCTION. INCLUDES CAST OF THE T.C.P. PREPARATION. 11D-1-1 TO BE PERFORMED WITHIN THE LIMITS OF THE PROJECT AS SHOWN IN THESE PLANS PLANS. 160-4 TYPE 'B' STABILIZATION WITH 40 LB.R. 327-7D-1 MILLING OFF (1' THICK) EXISTING PAVEMENT FOR A WIDTH OF 12' TO REMOVE EXISTING EDGE UNE PAVEMENT MARKINGS AND PROVIDE A SMOOTHER JOINT. 337-7-81 INCLUDES OVERLAY OF EXISTING ASPHALT DRIVEWAYS (SEE SHEET 6 FOR DETAILS). 430-982-129 INCLUDES THE COST OF CONCRETE COLLAR TO CONNECT NEW M.E.S. TO EXISTING PIPE 570-1-2 INCLUDES WATERING FOR A PERIOD OF THREE MONTHS (TINGE A WEEK OR AS DIRECTED BY THE ENGNEER). THE MORK AND MATERIALS FOR PEGGING OF SOD WILL BE INCLUDED IN THIS PI AY TEM, 700-1-50 INCLUDES RELOCATION OF EXISTING SIGNS PER COWER COUNTY CURRENT SIGN PROVISION STANDARDS, AS REWIRED. 701-18-101 PROFILED THERMOPLASTIC, STANDARD —ASPHALT SURFACES, WHITE. 6' SOLID, 701-18-221 PROFILED THERMOPLASTIC, STANDARD —ASPHALT SURFACES, YELLOW, 6' SKIP (10'-300. 'Stuff has alotaled $50.000 In O—r. Allowance — for Ownare U.e as Directed. Thla Allo— will be used mly of Lhe Owner's dPeetian to cc—Oieh cork due to unforeeem candltim. and/or by the Owner, Inclu'b of the Allowane. a. part of the Cmtracl Pd.. Is not o g—rtee that the Cmhoctar will be poltl any Portion 11e lull amount of the Ailowana. EfWmdiluree of GWnrs Allowance w.l Ifs made through Change Order with proper d—mlalim of Tire and Material..uppotinq the change, i1Ui8iM7ii aR�7'iii�iT•Z7 - s ' low. � � •..•1 ii Li DETAIL "A" DETAIL "B" DEBIEWAY DETAIL C/L OF ROAD B/L SURVEY A: CONST. 9 I EXCAVATION (9' WDE TO @ I MATCH WTOH OF PROPOSED 4 MES, W/ 4'1 SLOPES ON ee BOTH EAST h NEST SIDES) CROJhp ` ...—.__. _ MATCH. EXIST. GROUND-— STA. 70485.43, 41.BS' LT I REMOVE EXIST. ENO PIPE TREATMENT CONST. M.E.S. (C.D., 4:1) S i FOOT INDEX 430-021 I (TABLE 1). MATCH EXIST, F.L. ELEV. LINE ,qy9 9�SI I TRAVEL LANE I TRAVEL LANE ��j 3, EXIST 2 f . IAMO-[Euwr 9AGs _.. bT. bAN]c[EENT9 HAGS (To BE REMGND)—' ro BE REMIND) CONECT TO EXIST. PIPE F TO EXIST. PIPE WTH WTH CONC, JACKET JACKET PER INDEX 430-001 PER INDEX 430-DO1 I EMBANKMENT-\ _------- MATCH EXIST.l 'An — OROUND Y DETAIL 'A'. SEE NOTE STA 70+55.43 Qw TRAVEL LANE I TRAVEL JIANE a �dt , I E�:T oNTl--- PVMT. WDENING (VARIES) - TYPICAL SRCnON YT FROM STA. STA. 53+77.63 TO STA B/L SURVEY k CONST I 5' SIX qr�q 3' VI 5r4 )ETAIL 'B 1 681 ( POSTED SPEED 35 MPN DESIGN SPEED . LW MPH PAVIBuN)T D1iQ_E61P ASPHALTIC CONCRETE FRICTION COURSE TYPE FC-B.5 TRAFFIC LEVEL B, 1'), WITIi SUPERPAVE ASPHALTIC CONCRETE TYPE SF-12.3 (TRAfTIC LEVEL B, 7 Ti1CK) AND OPTIONAL BASE GROUP 15 (9' THICK, BLACK BASE ONLY) ON COMPACTED SUBCRAOE. IIDIING Nn myrnar MILL OFF ESSTING ASPHALT PAVEMENT (1' THICK, 1Y WDE) ANO RESURFACE WTI ASPHALTIC CONCRETE FRICTION COURSE TYPE FC-9.5 (TRAFFIC LEVEL. 8, I' AVERAGE THICKNESS), OVERLAY EXISTING ASPHALT PAVEMENT WITH DZWAASTC CONCRETE FRICTION COURSE TYPE FC-9.3 (TRAFFIC LEVEL B, 1' AVERAGE THICKNESS). ASPHALTIC CONCRETE FRICTION COARSE TYPE FC-9.5 TRAFFIC LEVEL B, 1' THICK) WITH OP71GNAL BASE GROUP 1 (4' TACK, BLACK BASE ONLY) ON STABILIZED SUBGRADE (TYPE "9', MIN, 40 LDR), 12" STABILAZED SUBGRADE��A(TYPE W MIN. 40 LBR), SOD. SOUTH 7YPoCA1. �r_ntw NnT�� R/W LINE [1) CONSTRUCT 5' PAVED SHOULDER IN AREAS WITH NO PAVEMENT YIDENING (SEE PLAN NEW SHEETS FOR DETAILS), IN AREAS NTH PAVEMENT WDENINO LESS THAN 2', THE WIDTH OF TIIE PAVED SHOULDERS SHALL BE REDUCED 5 VAR TO PROVIDE 12' TRAFFIC LANES AND 5' PAVED SHOULDERS ON BOTH SIDE I OF THE ROAD. [2) CCNSTRUCT PAVEMENT WIDENING NTH A MINMUY NDI H OF 2' (SEE PLAN MEW SHEETS FOR DETAILS). IN AREAS WITH PAVEMENT WIDENING LESS THAN 2, THE WIDTH OF THE PAVED SHOULDERS SHALL BE REDUCED TO PROVIDE FOR TIE EXTRA WIDENING (3) THE 24' P P. (CD. AT 4:1) INCLUDES THE COST OF PIPE TO CONNECT TO THE EXIST. 24' R.C.P. PIPE, A TOTAL LENGTH OF NNE FEET (F-I V). (4) ALL PAVEMENT MARKING TO BE PROFILED THERMOPLASTIC, A! STANOARD-ASPHALT SURFACES, �MATCH. EXIST. GROUND AT R/W LINE STA, 70+83.43, 23.87' RT REMOVE EXIST. SAND -CEMENT BAGS 8 $-2 CONST. M.E.S. (C.O., 4:1).FDOT INDEX 430-021 (TABLE 1). MATCH EXIST. F.L. ELEV. I 4KMENT ,MATCH EXIST. GRIXIND — _ _ DRIVEWAY Dig FROM ETA TB+eL.De TO BI%. Xe+e2.92 1 6 B I 0 � ll/YOEALEE AD"SOYT s �i ar ' t IMMOKALEE ROAD (C.R. 846E 7. --- t — END MNSIRUC�O�N F ax casmucrw s aaArerc ecAu am - 4OQ n BOARD OF COUN17 COMIOSSIONERB Prta.i[tt TfRE axElT COLLIER COUNTY, FLORIDA m OKALEE ROAD C.R.(D48E) PAVED PROJECT LAYOUT nu sroRnnox srcrossrR�D Drnrror SHOULDERS - PHASE 2 IYPROVEYEN7'S THOU sAHT AOBi BOUL"ARD i0 '"`""` "' rtOi !.O EZ Tm or BRIDGE�BRR aD25 16By IMMOKALEE ROAD (C.R. 846E) 51+00 52+00 ':-5+00 )4+ )C' +00 56+O111 57+00 58+00 59+00 60+00 61+00 62+C1' -.-.- - �-•.. EXIST. 5' SHOULDER WIDENI . (MIN.) .� •� — _ir —_ �-L _12J•.VnpE APRON 10 WI ) (SA VECUT�& MATCH), ASPHALT 71 MILLING ) D 5' PAVED --SHpULpdq ';; :; v# +` '` ": 'a •' .-- � TEx ,�. ` � =-- S7. SHWiUER 2' PAVEMENT START CONSTRUCTION WIDENING (MAX.) 1 MIWNG & x15T IAVUENr 5' PAVED �RESURF (12• WIDE) `(SAWCUT & MATCH) SHOULDER 3 IMMOKALEE ROAD (C.R. 846E) )0 63t0u b,ICG E5•":; 5. u0 c1+JO 66 9100 7CI00 _ ., - EXIST. ENOWALL ASPHALT APRON (REMOVE RIPRAP & CONST. M.E.S. .. .. .. SEE SHEET 4 fOR DETAILS) C._--,� •ya --tom- CXIS i. FAViMENi2'�Si 1• MILLING h (SA<,MCUT &MATCH) WIDENING (MA%.) $_7 RESURF.412• WIDE) 5' PAVED •i i, •�a SHOULDER ;^}7 rA a + a as EXIS7t 44 RCP i. J. as aASPHALT A1rLM_NT 2' PAa MENT S-2 (SAWCUT &MATCH) WIDENING (MAX.) 1• MILLING &� APRON RESURF. (12• W1DE) (10' W1DE) CXIST. ENDWAU. (REMOVE RIPRAP & CONST. M.E.S., SEE SHEET 4 FOR DETAILS) _ r PAVEMENT 'MDFNWG MILUNc 3 RESUREAPNC -- ®PAVED SHOUlDEPS CA1PffiC 9CYi 60 9 ro tW ®AW11W APRON .Loon. —PLAN ROARo of COUNTY CoicwmmoNERv COU.ER COUNTY, FIARH)A TRAvwoRrmoN zXCIRAaRixc 0-1 ® PRoxc* 1MUOKALBE ROAD (C.R. 848E) PAVED SHOULDERS - PHASE 2 IMPROVEMENTS MW E ACRI lk) I ARD To mr oe Rwoce oadavz ` VIEW (WITH RASTER IMAGE) FROM STA. b3+77.83 TO 31'A. 78+00.00 •�-�• `��� ,..,o� .0 rtuo F. c Ez 6 6B1 0* IMMOKALEE ROAD (C.R. 846E) U'? 794-00 80+00 81+^0 824-00 i33+,)0 84+00 95+00 86+00 87-00 8.. 89T00 90400 91+100 92'+00 93+00 94+i; 2' PAVEMENT _EXIST. ' ` PAVEMENT WIDE yING (MAX.) (�WCUT & MA H) i p t' MILLING & 5' PAVED - - -- - - RESURF. (12- WIDE) SHOULDER EX!ST. C/t. OF ROAD ' P a; v €.-._.:' -_ 1" MILLING & 5' PAVED _-- - --- _ _ _ - _;�' _ _ -_ _- rw -' `EXIST. PAVEMENT 2' PAVEMENT _ __ BESURF, 12"_WIDE SHOUTAER �__ _ __ - _ _ STA. 94+00.00 __END CONSTRUCTION (SAWCUT & MATCH) WIDENING (MAX.) - - -- - - - 2 IMMOKALEE ROAD (C.R. 846E) 00 95+00 964-0-� 97400 98400 99 (,"1) '00+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 110t - - - - NORTH R/W LINE 4 EXIST PAVEMENT-__...__ x _ _ _ - _ _ _ _ _ _ �_ _ R/W _STA. _ _ - SWTH UNE S3 G8.24 BEGIN IN BRIDGE BRIDGE No. 034832_ i Frrun PAVEMENT 'MpENINC �YIWNG @ RESUflFAONC � PAVED SHWU)ERS �� j �hy_ i�y�,�. I■ � - 1 � . �'�t' - 1 7ve► .IWIE. � BOARD OP COUNNColoamoNm COUN'17, FLORIDA PROJECT OIIfOKALEE ROAD C R 848E PAVED SHOULDERS - PHASE 2 IMPROVEM8RT9 AOT O �M ON 03 ARD TO or B1®Da oaaesz iRIE PLAN VIEWCOLLIER (WITH RASTERIMAGE)"d..`� FROM STA 79+00.00 TO STA. 94+00.00 ___� ,'� �n,i:.��..�,..._ V'r "�avr ["IET 7 25 IMMOKALEE ROAD (C.R. 846E) 00 47+00 48+00 49+00 .50+00 51+00 52+00 53+;';' ,' ' rI+00 56+00 57+00 5�'�00 00 60+0(" EXIST. S' SHOULDER EN_I;C (MENT EN.) —(SA hLMATCH), ASPHALT ^ PION G )X'SPAVED RF.A M2 u.NADE 51 —--------- - - �•_ _ _ —�—. v ExISi E.O.P. �- EXIST 5' SHOULDER STA. 53+77.83 2' PAVEMENT START CONSTRUCTION WIDENING (MAX.) 1' MILLING h EXIST. PAVEMENT 5' PAVED m RESURF. (12' WIDE) (SAWCUT k MATCH) SHOULDER . ', s 1 ' Y R f a IMMOKALEE ROAD (C.R. 846E) 0 63+00 64100 65100 66100 67t00 68t00 59100 70+00 71+00 12100 73'100 74+00 75100 76+00 ? 10 ?8 w osc\ EXIST. ENDWALL ASPHALT APRON (REMOVE RIPRAP h CONST. M.E.S. (10' WIDE) SEE SHEET 4 FOR DETAILS) 1 f ---_=——�--- _ Wye •� ExlSi. PAVENENr 3'FAQEMENr S_± (SAb'CUT k MATCH) NIDENING (MAX.) — — — — — — i' MILLING h — — — — — — — — — — RESURF. ,(12' WIDE) 5' PAVED 4 w `b'y :B' ✓ •i'' SHOULDER ;f EXIST.�AVEIAENi 'PA ' 'ASPHALT APRON I, 2' MENT $-2 (SAWCUT h MATCH) WOENING (MAX.) 1' MIWNG'kr RESURf. (12- WIDE) (10' WOE XIST. D (REMOVE RIPRAP k CEONST.ENM.EWA.S.LL, SEE SHEET 4 FOR DETAILS) IEGFtlD PAVEMENT MOENING �YIWNG S R6OREAONG ORAPIBC 9CAil =PAVED SHOULDERS b ASPHALT APRON 1 .4 . . — . ._.. - — ........_ _..... -- - ..... — BOARD OF COUNTY COID0931ONERB COLLIER COUNT'V, FLORIDA TatNrDB 01 ElcIXe G -- KOJECi INYOKAIEE ROAD (C.R. B48E) PAVED SHOULDERS — PHASE 2 DIPROVEMENTS TE PLAN VIEW (WITHOUT RASTER IMAGE) ' r SMEE a [G, ^� �„ FROM 1IA4E Acw Bou1wARD TO T= OF BRIDGE 03OW FROM STA. 53+77.83 TO STA. 79+0000 25 6B1 ON IMMOKALEE ROAD (C.R. 846) 00 79+00 80+00 81+00 82+00 83+00 84+00 85+00 86+00 87-00 88+00 89-00 90+00 91+00 92+00 93+00 94. -. '�f ExISr. PAVEMENT 2' PAVEMENT 'MOEy1NC (MAX.) 1WCUT Ac MA_H) M2 LI WIDE VER .*` / '�• RESURF• SF{pUj ( ) -EXIST. C/L OF ROAD u. 1' MILLING k Ewsr PAVEMENT 2' PAVEMENT $EJURF. 12`_WIDEZ_ _ SHOULDER STA. 94+00.00._. - - - - -- _ _ __END CONSTRUCTION (SAWCUT & MATCH) WIDENING (MAX.) -- - 3 IMMOKALEE ROAD (C.R. 846E) 00 95+00 96+00 97+00 98100 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 1074-00 108+00 109+00 110+0 NORTH R/W UNE _ -E%IST PAVEMENT SOUTH R/W LINE STA 2111+38.24 } BEGIN BRIDGE ar dcmnw. RoaA w cauEe cauxn rRa[c BRIDGE No. 034832 FON xa. =102 BRpLF a. ONBs]. OELGvm 9Y n x.T.9. CORPO 04, OAifD 2020.08.0{ (FIfW sTA I r.X.2+ ro sTA. 2r�s.w.00 - I EWXa PAVEMENT EIOENING ' =UILUNG t R RFAONG ®PAYED SHOULOERs OAAPfIIC 9CADI !b !SD I00 ASPHALT APRON l t.1 -IOOR- BOARD OF COUNTY COM c-sSIONM COLLIER COUNTY, FLORIDA rnANsvoxrenon ET'CLNF]NINC DmslDs ��� BMOKAM ROAD (C.R. 848E) PAVED SHOULDERS - PHASE 2 D[PROVEMENTS 1ROM EAST AOIII EOUEEVARD TO EGCA OF BRIDGE LZVB IrItF PLAN VIEW (WITH RASTER IMAGE) FROM STA TD+00.00 TO STA. 85+00.00 GHEET 16 B 1 0 ! jA C/L OF CONSTRUCTION Regular Exc. Embankment 35 R W LINE B SURVEY R W LINE ss A V A V 77 _ 19 72 — 30 5 23 —BO —70 —60 —50 —40 —30 —20 —10 0 10 20 30 40 57+00 a CA OF CONSTRUCTION 28 80 s R W LINE B L SURVEY R W LINE 35 n �30 10 20 ' —80 —70 —60 —50 —40 —30 —20 —10 0 10 20 30 40 56+00 C/L OF CONSTRUCTION 30 70 35 R W LINE SAL SURVEY R NE 35 —80 —70 —60 —50 —40 —30 —20 —10 0 10 20 30 .. 55+00 ',A OF CONSTRUCTION 3q R W LINE B/L SURVEY R LINE 3s 33 60 _— -- 30 I : — / - I. 30 8 10 —80 —70: —60 —50 -40 _30 .1 10 20 30 40 54+00 BEGIN EARTHWORK STA. 53+77.63 BOARD OF COUM COMUMONERs COLLIER COUNTY, FLORD)A D�[OEALEE ROAD (C.R. 849E) PAVED CROSS —SECTIONS W `• ever ...._ .. ---- --- -- rnv+samnenon 4vc:nacnma orao� SHOULDERS — PHASE 2 IYPROVEI�NTS reou E181' AOIU BoutavAlm ro STA. 54+00 TO STA. 57+00 „.,,,,,m�.�, ..�. �... r, _.�. xsar or BRmcc a+�asz mnen+ "' 1 6 B 1 0 CA OF CONSTRUCTION s R LINE BA SURVEY R W LINE., ..___ 80 -70 —...__ -60 _.........._.__._____ -50 �..___ -4.0 .__.... _.... _............... -30 ........ ... ......_._ -20 —in 0 1n --2n art . Ar 61 +00 5 0 c/L Ur UUNblKUUnUN s R LINE _ B L SURVEY_ .__ R W LINE 3: .� .—___. - __ •__ __ ._ _.—..—___ -80 -70 -60 -50 -40-30 -20-10 0 10 20 30 40 3s LINE 3 60+00 CA OF CONSTRUCTION 1 0 /1 CI 10\/C'v R W LINE 35 1. 30 750 -70 -60 -50 -40 -30 -20 -D] 0 10 20 30 U 59+00 CA OF CONSTRUCTION 3 3 s R W LINE BA SURVEY R LINE o h .. ' y: is I I. 5 0 Regular 2c0. EmbonkmGnBt A v A 4v 26 65 10 17 35 1 1 48 9 1 1 9 30 1 1 43 7 1 1 14 22 1 1 56 5 1 1 16 --80 -70 -60 -50 -40 -30 -_r, -10 0 10 20 30 40 58+00 CO COUNTY, FLORiDA DI[Oxuw ROAD (C.R. 846E) PAVED CROSS —SECTIONS _.. ......._.--_....... SHOULDERS -PHASE 2 D[PROVEYENT9 - - MON sA41' AGR[ WULZVAlm STA. 58+00 TO STA. 61+00 "" .uuoir, oxo z TO nsr or s1�cc os4asz oznsha oc 25 16B10 I C/L OF CONSTRUCTION Regular lx8. EmbankmV s A V A V 20 69 j ° 5 17 30 20 0 0 10 20 30 40 65+00 C/L OF CONSTRUCTION 3 R E 5 19 65 3�30 5 18 20 10 0 10 20 30 40 64+00 C/L OF CONSTRUCTION 3 5 19 63 ° 5 16 0 20 30 40 63+00 C/L OF CONSTRUCTION 3 5 17 63 3 0 4 18 20 0 0 10 20 30 40 e 62+00 ooe BOARD OFCOLIE cOUNrYCOUN Y, FLORIDAPRDJEL COLLIER COUNTY. FIIDA rxsxseenrenox sxc�crncm unvnox DO[OIW.EE ROAD C.R. 649E PAVED � R�vE�aHr6 SHOULDERS - PHASE 2 DB EROY RM AOBI BOOLEVARO TO •A8f Or BRIDGE 034M rPLE CROSS —SECTIONS STA. 82+00 TO mns/a.. uw �.v�FT � � •.�•. •s �^� 12 or 25 — --- "--- - - 3s R LINE 8 L SURVEY R W LINE 3 -80 -70 -60 -50 -40 - -1 5 UN B L SURVEY R W LINE 3 i -80 -70 -60 -50 -40 -30 - - s R W LINE B L SURVEY R W LINE 3 k j -6U -50� � -40-30"-20-10� � �0� � i s R W LINE B L SURVEY R W LINE 3 1 N -80 -70 -BO -50 --40 -.k; - -7 5 UN B L SURVEY R W LINE 3 i -80 -70 -60 -50 -40 -30 - - s R W LINE B L SURVEY R W LINE 3 k j -6U -50� � -40-30"-20-10� � �0� � i s R W LINE B L SURVEY R W LINE 3 1 N -80 -70 -BO -50 --40 -.k; - -7 s R W LINE B L SURVEY R W LINE 3 k j -6U -50� � -40-30"-20-10� � �0� � i s R W LINE B L SURVEY R W LINE 3 1 N -80 -70 -BO -50 --40 -.k; - -7 s R W LINE B L SURVEY R W LINE 3 1 N -80 -70 -BO -50 --40 -.k; - -7 1 6 B 1 0 C/L OF CONSTRUCTION 35 R IN Regular Eu. Embankment BSURVEY R W LINE 35 A V A VU 20 61 —. 30 30 5 20 -50 -70 -60 -50 -40 -30 -20 -10� 0 10 20 30 40 e 69+00 C/L OF ROAD 3s R W LINE IB L SURVEY R W LINE 35 19 72 g 2 e ,n n 30 5 19 -80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 68+00 CA OF ROAD 35 R W LINE B L SURVEY R W LINE 35 jg 63 i 5 15 a -80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 67+00 CA OF ROAD 3 R W LINE B L SURVEY R W LINE 35 20 65 is 30 6 20 --50 :-10 �C : -70 -60 -eG -,,,, -20 0 20: 30 40 66+00 BOARD OF COUNTY COMSMONJUM COLLIER COUNTY. FLDRMA xxexseexcnrox mvcricwec �rvmon PRNiC D&OKALEE ROAD (C.R 648E) PAVED SHOULDERS - PRASE 2 NPROVEICEM rnOr BAST AORI BOOf2YARO TO MY OF BR= 034M nlE CROSS —SECTIONS "®'-�"• STA. 88+00 TO STA. 69+00 �"""' •• s..i;. �. oAoau�z 5xen laJ == ��... �� —" 16810 C/L OF CONSTRUCTION /W LINE 8/L SURVEY R/W LINE 35 —70 —60 —50 —40 —30 —20-10 0 10 20 30 ne 73+00 C/L OF CONSTRUCTION 35 R/WLINE __-- .. . . -__-- I .__.. _ B/L SURVEY ._....._._ . . R W LINE 35 w � - 30 r —80 —70 —60 —50 —40 —30 —20 —10 0 10 20 30 40 , O /UI 1 1- 72+00 C OF CONSTRUCTION B/L SURVEY R W LINE 35 rs 30 40 71+00 C/L OF CONSTRUCTION se R W LINE B/L SURVEY ___ R_/W LIN —60 —70 —60 —50 —40 —30 —20 —10 0 10 20 30 70+00 ""'°" •• BOARD OF COUNTY COMOSSIONEBR caacc* mir — COIMR COUNTY, FLORIDA rAMOXALEE ROAD (c.R. 046a) PAVw CROSS —SECTIONS ............................ raaxseoeranor axmsexmc nn�wx SHOULDERS — PHASE 2 WROVEID3NT9 _........._____.._. m. FROM RAFT AGE SDUWA®STA. 70+00 TO STA. 73+00 VE mr Or DRIDOE OD4eaz Regular Exc. Embankment A V A V 24 37 7 7 20 37 6 13 22 52 6 15 22 52 6 13 914 0 25 1 6B10 C/L OF CONSTRUCTION Regular Exc. Embankment 35 R W LINE B L SURVEY R W LINE 35 A V A V a 1N 39 IT 30 6 12 . . . -80 -70 -60 -50 -40 -30 -2C -10 D 10 20 30 40 77+00 C/L OF CONSTRUCTION 22 37 35 R W LINE B/L SURVEY R W LINE 35 tO i .30 -so -70 -60 -50 -40 -30 -20 -10 D 10 20 30 40 76+00 /L OF CONSTRUCTION 22 30 35 R W LINE B/L SURVEY R W LINE 35 30 : I : ` 30 -60 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 75+00 CA OF CONSTRUCTION 22 39 35 R W LINE B L SURVEY R W LINE 3s 3 I: I 30 6 13 -80 -70 -6G -50 -40 -30 --20 -'o D 10 20 30 40 74+00 BOARD Or MOM Cl*D ONUO COLLIER COUNTY. nORMA veenseo eetl�e® ee nen®on mvccr naoxA[te ROAD (C.R. MR) PAVED BRO iOXALM - PHABE 2 D[PROVEI�RIT9 rMy A, gO,�� TO CROSS —SECTIONS STA. 74+00 TO STA. 25 ....,.�«. mr Or ®as oars 1 6 B 1 0 G/L Ur GUNS IKUG IIUN i5 R W UNE BA SURVEY R W LINE 35 . 1 1 .,p q n —Rn —7n —60 —50 —40 —30 —20 —10 0 10 20 30 40 i 3 81+00 C/L OF CONSTRUCTION s R W LINE tl L JUKVCI K n LILAC 80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 4C 80+00 5 0 G/L Vh GUNSIKUGIIUN $5 R W LINE B SURVEY ____..,.........._._ R LINE 3: 1 .lp q pI : 1 —eO —70 —60 —50 —40 —30 —20 —10 0 10 20 30 40 79+00 CA OF CONSTRUCTION 35 R LINE I BA SURVEY R LINE 35 Regular Exc. Embankment A V A V 19 61 5 16 19 1 1 43 1 5 1 1 12 24 1 1 31 1 1 j N 1 8 5 -5c -40-30 -20 -10 0 10 20 30 40 78+00 ROAIm or cMhrr caoMollrnsm07GUEE ROAD (C.R 646E) PAVED E CROSS —SECTIONS -- COLi�R COUNTY, PIORIDA RHOULDERB — PHASE 2 LIPROVEIWIMfS rnexsroarano�x euixmm+c omsox rM �, A= BOULWAIM 7o STA. 78+00 TO STA. 81+00 dear or 2Rmas o"M o�ei2 Aab FMM �Mss 16 oc 25 a 3 . 3 3 C/L OF CONSTRUCTION 5 R LINE B/L SURVEY R W LINE 80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 4C 85+00 CA OF CONSTRUCTION 5 R LINE I B L SURVLY R W LINE I,. . .. �� 80 -70 -60-50 -40 -30 -20 -10 0 17 20 30 4C 84+00 CA OF CONSTRUCTION 5 R W LINE B/L SURVEY R W LINE . . i m 80 -70 -60-50 -40 -30 -20 -10 0 10 20 30 4, 83+00 5 0 5 0 5 0 1 6 B 1 0 Regular Exc. Embankment A V A V 15 67 4 18 17 1 1 54 1 19 1 1 41 1 Y C/L UI- WNS IRUU IIUN 35 R W LINE B L SURVEY R W LINE 35 19 52 I� 30 30 5 17 -80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 82+00 BOARD OF COUNTT COMMLMLONERS vAae ,� snEEr COIddQt COUNTY. FIDRaIA nnoeAl� ROAD (C.R. 8468) PAVED CROSS —SECTIONS 17 COLLTER C UNTY. uP RIDA SHOULDERS - PHASE 2 WROVEMENTS .�.;�° � FROM BAST AGRI EOUMAND TO STA. 82+00 TO STA. 85+00 25 «^per w TM OF MMM Ow.. E__.�...�� 16 B y f1 CA OF CONSTRUCTION Regular Exc, Embankment 3 BA SURVEY R LINE s A V A V a S 15 67 3 0 4 18 80 70 60 50 0 �$ 89+00 CA OF CONSTRUCTION 15 69 3 B SURVEY R LINE 5 yak O 3 0 4 19 0 88+00 CA OF CONSTRUCTION 15 69 3 B SURVEY R LINE 5 3 ° 4 18 �g 87+00 $i CA OF CONSTRUCTION 3 BA SURVEY R W LINE 5 15 67 3 0 4 18 86+00 BEGIN EARTHWORK STA. 13+33.99 BOARD OF COUNTY COMMMfOONXR9 COf.TIRR COUNTY, FIDFMA rnwzPoxr nan rncmmmc mveion �..®'.'.. ..c - DOIOKAI,EE ROAD (C.R. 648E) PAVED SHOUIDEM — P 2 DfPR VMIEENIS FROM 6A9T TO CROSS —SECTIONS STA. BB+OD TO STA. 89+00 ..zip r xonxri sne_T V 3 GX WOAD wcs[ or st�cs aaaeaz 5 R W LINE W IN 3 - i - - -a -3a -zo -to o to 20 3o ao s R W LINE 3 —8 i I —70 —60 —50 —40 —30 —20 —10 0 10 20 30 40 5 R W LINE 3 —80 ' �20� 40 —70 —60 —50 —40 —30 —20 —10 0 t0 30 5 R W LINE 3 —80 q -20 I10 f —70 —60 —50 —40 —30 0� 10 20 30 40 a 3 3 1 CA OF CONSTRUCTION > R W LINE B/L SURVEY R W LINE aro I -An _r+n =.: _An _An. _7n -in n 10 90 31) Ar 93+00 CA OF CONSTRUCTION s R W LINE B/L SURVEY R W LINE �e r. 92+00 C/L OF CONSTRUCTION s R W LINE I tl L sUKVE7 K W LINE 60 -70 -60-50 -40 -30 -20 -10 0 10 20 30 4C 91+00 Regular Exc. Embankment A V A V 15 67 4 18 M-m 4 1 1 16 4 1 1 17 6 U/L OF UUNSIHUUIIUN 3s R W LINE B/L SURVEY R W LINE 35 15 65 30 30 4 18 -80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 90+00 BOARD OF COUNTY COl00.SSOR6R8 maEcr FIDE m sH�r COLLERR COUNTY, FLORDIA DO40KALEE ROAD (C.R. 846E) PAVED CROSS —SECTIONS 19 rNawaoRrAnoK m,cmicanc o .on BHOULDERB PHASE 2 BOROVE102M F.�oxua a FROM EASY AGE BOULEVARD rO STA. 90+00 TO STA. 93+00 �- 25 7ffi OF BRIDGE 034M 1 6 B I o IMMOKALEE ROAD SHOULDERS SCOP 2 Regular Exc. Embankment TOTAL EARTHWORK VOLUMES: EXCAVATION = 855 C.Y. A V A V a EMBANKMENT = 2,386 C.Y. e C/L OF CONSTRUCTION ss R W LINE B SURVEY R W LINE 35 0 0 i 3 I .. s L— n 0 0 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 96+00 C/L OF CONSTRUCTION 0 0 3s R W LINE B/L SURVEY R LINE 5 : {{ 1 . -80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 95+00 C/L OF CONSTRUCTION 35 R W LINE B/L SURVEY R W LINE 35 15 67 i ,. -80 -70 -60 --50 -40 -30 -20 -10 C 10 2 30 40 94+00 END EARTHWORK STA. 94+00.00 R COT Or COUNTY UN Y. FLORIDANM COLLaDi COUNTY. P'LOIDA eomenon eve;nt�n+e oxao+ rimer MNOEALEE ROAD (C.R. 640E) PAVED SHOULDERS - PHASE 2 DIPROVENENT3 rnnT R071fA7AI� 70 ant CROSS —SECTIONS �.. STA. 94+00 TO STA. 98+00 _ gym`° r. oa�encz eHFe* !] 20 — o B 7fQI o7 BRmCd 091G9: OZnSn+ 25 IMMOKALEE ROAD (C.R. 846E) +00 48+00 49+00 `�0+00 >'' 00 56+OU 57+00 58400 59+00 60+00 61+0CI 6'i-f NORTH R/W LINE - STA. 53+77.63 START SIGNING k MARKINGS A - MATCH EXIST. 6" DOUBLE YELLOW 6" WHITE PROFILED (THERMO )1 - — — — — — — -- t— — — — — — — — — — — — — — °� -_- --� 6" WHITE PROFILED (THERMO.) 6" YELLOW PROFILED SKIP (10'-30') W B/D Y RPM'S AT 40' O.C. (THERMO.) -- ---- �SOUTH R/W LINE -------------------------------- j IMMOKALEE ROAD (C.R. 846E) 00 602 64100 65tG0 66,i0 7+J0 6� _ J NORTH R/W LINE I—1 6" WHITE PROFILED (THERMO.)- 6" WHITE PROFILED (THERMO.) 6" YELLOW PROFILED SKIP (10'-30') W B/D Y RPM'S AT 44Y O.C. (THERMO.) — _ _ — _ _ — _ _ — _ _ — _ SOUTH R/W UNE § 6I ®APB[C lCM2 Ao p m xPo RqO i fm! .aOOK BOARD DP COUNTY COMMMIONERS COLLIER COUNTY, FLORIDA n+AvsroKunoK escnraRme mnsov rRo�c IYYOKALEE ROAD (C.R. B46E) PAVED SHOULDERS - PHASE 2 IMPROVEMENTS MOM G.40 ABRI BOUILYARD TO �IRsr or ewxR oa16sz SIGNING & PAVEMENT MARKINGS ({PITH RASTER IMAGE) FROM 9'TA 63+77.83 TO 9TA 7B+OO.00 �... •nuo r, w Ez '" ... axnsix..�.. �., snEE, 21 o. 25 1 6 B 1 0 IMMOKALEE ROAD (C.R. 846E) 0;; 79+N, 80+00 15+00 864-00 7—;i, 83 i'l 90 ; 00 91400 92+00 93 HOC +0 94 _ NORTH R/W LINE s a 6- WHITE PROFILED (THERMO.)-,, s _ 6' WHITE PROFILED (THERMO.) — _ _ 6' YELLOW PROFILED SKIP (10'-30') W B/D Y RPM'S AT 40' O.C. (THERMO.) SOUTH R/W LINE `STA 94+00.00 END SIGMNG &MARKINGS MATCH EXIST. 6' DOUBLE YELLOW g® d i� E IMMOKALEE ROAD (C.R. 846E) 0" 95+00 96+0U 9 / I ^0 98 1 00 99- Oei.` A04-00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+ c NORTH R/W LINE - -- SOUTH R/W LINE lolz exEmnw. ROnI TO P-C Nn DDam u fpR BROQ Na. D!1!]I. DE9CN8) BY x.E.B. CDRPEFARCN, DAZED M]0.0l.W (fApl BMA. ttlthb.]I 10 BEA. ]ttBab.00 aRAvmc scAu fio m ao E 1vaL -SaOtL BOARD OF COU'"Y COMMMISIONRRS COLLIER COUNTY, FLORIDA nuvsrDBEAnon cnrmsBnra Dmstan —,E .OKALEE ROAD (C.R. 846E) PAVED SHOULDERS - PHASE 2 IMPROVEMENTS FROM EAHT AGRI HOOILYARO TO �RST OF BRIDGE m�SIGNING & PAVEMENT MARKINGS (WITH RASTER IMAGE) FROM STA. 79+00.00 TO STA. 94+00.00 "° nu0o F. Ez sxEBr IMMOKALEE ROAD (C.R. 846E) 00 47+00 48-00 491-00 50+00 51-r0O 52-OL 53+00 54+0:) 55+L'0 56+00 57+00 58+00 59+00 60+00 61+00 69+0' NORTH R/W LINE STA. 53+77.63 rSTART SIGNING & MARKINGS / MATCH EYJST. 6' DOUBLE YELLOW _ _ _ _ _ 6- WHITE PROFILED (THERMO)-\ — ` — — — — — — — — c- — 6' WHITE PROFILED (THERMO.) 6- YELLOW PROFILED SKIP (10'-30') W B/D Y RPM'S AT 40' O.C. (THERMO.) a SOUTH R/W LINE d IMMOKALEE ROAD (C.R. 846E) +-00 63+00 64+00 65+-00 66+00 67+00 68+00 69+00 70+00 71+00 72+00 73+00 74100 75+00 76400 77400 76 _ NORTH R/W LINE 6- WHITE PROFILED (THERM0.)1 6- WHITE PROFILED (THERMO.) 6- YELLOW PROFILED SKIP (10'-30') W B/D Y RPM'S AT 40' O.C. (THERMO.) I — P SOUTH R/W LME 0 5 r GR FLOC BCAI2 6o q ao too 1 i—h -IN& a+axcr nne snEer BOARD OF COUNTY COIQGMONERB a MOKALEE ROAD (C.R. 646E) PAVED SIGNING & PAVEMENT MARKINGS � ' - COLLIER COUNTY, FLORIDA rlu,sraxr,non a cLYuxmc omslov SHOULDERS - PHASE 2 D[PROYEYENTS (WITHOUT RASTER IMAGE .` �. FEZ 23 _ .. _...... FROM P OOR GRI BO 09463R FROM SG. 53+77.63 TO STA. 79+00.00 i_ - _ _ . a-r •. �'» a 25 ....... ...... x/�s/x, ��....�.�... � IMMOKALEE ROAD (C.R. 846E) :10 79+00 80+00 81- 82+OD 83+00 84+00 80 5+00 86+00 87-00 88+00 89TOO 90+0 91+00 92+00 93+00 94< NORTH R/W LINE 6- WHITE PROFILED (THERMO.) A _ _. 6' WHITE PROFILED (THERMO.) - - - - SOUTH R/W LINE _ .._:..____.. - _ - 6' YELLOW PROFILED SKIP (10'-30') W 6/0 Y RPM'S AT 40' O.C. (THERMO.) - - - -- - ._..._ _. a ST& 94+DO.00 END SIGNING & MARKINGS ' HATCH EXIST. 6' DOUBLE YELLOW IMMOKALEE ROAD (C.R. 846E) 00 95+00 96+00 97+00 98+00 99+00 '00+CO 101400 102+00 103-00 104+00 105+00 106+00 107400 108100 109100 110• s i, -------------------------------------------------- - - -NORTH R/W LINE -- ------------- ---- ----- r 1 F r ---------------------------- } I I I I I I I r -R/W-------------------- - SOUTH LINE t$i j2jx iiii WCC f%LLPTW, Rfl9t iD COWfR RM1MtY PRO,LC Ha 6DD06.12 fOR BROfE Ra. OJ,D3x. DE4CNm BY R.i.B. CORPgUTCB, D4RD xoxo.o4.04 (iNOY STA rig+x.xa ro srA a�e.xD.oD �APmC BCN2 1 1m► -Smn. BOARD OF COUNTY COYx ,ONER9 COLLIER COUNTY, FLORIDA TR.OLLICR C eN7y,lunc omsov PROTECT am KALEE ROAD (C.R. 646E) PAVED SHOULDERS -PHASE 2 IMPROVEMENTS FROM FAST HASAGM B2 IMPR0 TO wBST OF BRIDGE 004802 11T, SIGNING & PAVEMENT MARHINGS (WITHOUT RASTER IMAGE) FROM 9TA. 79+00.00 TO STA. 94+00.00 Dx�Di:. slla� oP 25 POST OPTTON9:WDOO 21' OPP PRWCPN. POST MIN./0 wEL0 . x S OAK M. POST POSRONS IION (CARTED X / STEEL 12' L e CA IFN. /y xa TOWN(C RTED FILTER FABRIC 21 I� (MNC SLONFLLORSY� mm FABRIC gI =I j I A FOOT SPEC) SLyTwOW 12'MIN. W' ELEVATION SECTION IE III 011OH OION BOTTOM OQET ANCHOR BITES WITH 1 - 2' x 1' X 4' STARES PER BANE GENERAL NOTES L THE CONTRACTOR SHALL PBOWE EROSION CONTROL AND STDBMWATER wANAQEUMT BASED ON THE FOLLOWVIG CPoTERA: • THE ,...Q.T. STANDARDS PLANS - FY 2020-2014 • F.0.0.T. STANDARD SPECIFlCARONS FOR ROAD AND BRIDGE CONSTRUCTION, JULY 2021 EDITION, FOR MECRQK r0A (PREYEXR , CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION) AND =naNc FRi MW1L=. RBT (FOR EROSION CONTROL MATERIALS). • F.O.OJ. EROSION AMID SEDFETT CONTROL HANDBOOK (LATEST REMSON). . F.O.O.T. DRAINAGE MANUAL (LATEST EDITION). 2. SFLT FENCE TYPE N INSTALL/CONSTRUCTED AS FOLLOWS • THE POSTS SHALL BE SET NOT MORE THAN B' APART AND THEY HAVE TO BE CANTED 20TOWARDS THE ROAD. • THE FLTER FABRIC MUST BE WIRED TO A MINFUUM DEPTH OF B' AND TO A MINIMUM HEIGHT OF SLY ABOVE THE GROUND. • THE SILT FENCE SHALL BE CONSTRUCTED ON OX LONGITUDINAL GRADE (LEVEL) TO AVOID CHANNEL121N0 RUNOFF ALONG THE LENGTH OF THE FENCE 3. EROSION CONTROL SHALL BE PAR) UNDER THE FOU.OWNG CONTRACT ITEMS: SEDRIENT BARRIER (BMID NAY) PER LWEM FEET. PAY ITEM NO. /Ohio-D • SILT FENCE TYPE W PFA DIEM FEET, PAY ITEM NO. 10F 12 • INLET PROTECTION SYSTEM PER EACH. PAY ITEM NO. 10A 18 54W SURVEY k 1 6810 ►. PROTECTION AROUND INLETS I MIN INSTALL SILT FENCE OR SIMILAR STRUCTURES I W� B SILT FENCE �� a J\ EMBARIOIdT B•Y�TYPE FlIOBOT SPECIFICATION DBS SPEOSB S'W -L — PWT. WTDENWAX casr rwr� NAWT. w4l ING HI•,' (VARIER, Y INN.) (VARIES, 2 MIN.) AS REQUIRED O.C. (TIN.) 1REQUIREDh u� PLAN ED EROSION CONTROL SILT FENCE DETAIL By SHOVEL ANCHOR BALES BY SHOVEL AND PLAN SQL D UDHTI.Y MM 2-2'%2'Xa� ANCHOR BITES C01WAC1FD ALONG THE STAKES PER BITE VERLAP ENDS WM 2-2'X2'xA' B' MM. WSTREAAI EDGE ff STAFFS PEN BALE. DP BALED NAY BARREN. 1 FILL SLOPE `� FILL SLOPE ELEVATION ELEVATION TO IE USED AT SELECTED 9TE5 WERE TO BE USED AT SELECTED SITES R ElE ME THE NATURAL URDUND SLOPES TOWARD NATURAL OROID SLOPES AWAY FROM THE ME TOE OF SLOPE TOE OF SLOPE BALED HAY BARRIERS FOR Fnl SLOPES 1 6Bcounty Environmental, Health and Safety Contractor Requirements for all BCC Construction Projects 1. Contractors will be required to understand and comply with all applicable laws and regulations of any governmental entity (OSHA, DOT, EPA, DHS, ANSI, FDEP. NFPA, etc.) and Collier County CMA's, EHS Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform for Collier County. These include but are not limited to: • Must wear a BCC provided Vendor Badge at all times while on BCC property. • Powered Industrial Vehicle Certifications (Heavy Equipment, Cranes, etc.) • Storage, handling, and use of flammable liquids and hazardous materials, including fuels and compressed gas cylinders. • Daily reporting of any incidents/accidents or any OSHA safety inspections of equipment and worksites. • Weekly reporting of at least one internal safety inspection of equipment and worksite. • Use of Personal Fall Protection Devices while working at heights above 6 feet. • Following Electrical Safety Practices, Arc Flash and Lockout/Tagout procedures. • Proper use of Personal Protective Equipment. (PPE) • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. • Environmental Requirements (Permitting, Tanks, etc.) 2. Required Site EHS Plans for: • Site Specific Safety Plan • Site Specific Security Plan • Site Specific Hurricane Plan • Site Specific Pandemic Safety Plan (COVID-19) (If Applicable) • Site Specific Respirable Crystalline Silica Plan (If Applicable) • Site Specific Confined Space Entry Plan (If Applicable) • Site Specific Asbestos Management Plan (If Applicable) • Site Specific Mold Testing and Remediation Management Plan (If Applicable) • Site Specific Environmental Protection Plan (Spill Cleanup, SPCC, etc.) (If Applicable) 3. When working within a right-of-way (i.e. roads, sidewalks, bike paths, etc) — All applicable FDOT and/or MUTCD requirements are to be followed at all times. Specifics include but are not limited to: • ANSI/ISEA 107-2010 Compliant Class 2 or 3 Hi -Visibility Safety Garments. • Applicable work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, required by law or the BCC. • An applicable work zone (Maintenance of traffic) plan based on FDOT and/or MUTCD designs on site. 4. Risk Management is included in all Pre-Activity/Construction, Activity/Construction and Post Activity/Construction Meetings. 5. Safeguarding construction sites — Protecting the jobsite and preventing or inhibiting public access after activities are finished for the day is equally important. Therefore, all hazardous locations within construction sites and rights -of -ways are to be adequately protected. Specifics include but are not limited to: • Damaged, blocked, or missing sections of sidewalks, bike paths or other pedestrian access zones shall be protected with orange barricade fencing, barricades with yellow or red tape (depending on the hazard) or an equivalent means of protection. Sidewalks must also be posted as being closed on both sides with a white sign with black letters. • Excavations must be protected in a similar manner as listed above if they must be left open overnight, during weekend hours, etc. • All other hazards shall be evaluated by the contractor to ensure there are no dangerous conditions remaining that could be inadvertently encountered by collier county employees and/or the public while the construction site is not active (i.e., when no construction work is taking place). 6. Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Director and Risk Management Director. N A 16B10 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED 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. Effective January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a) the entity is owned by the government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1, 2025, when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information, the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c), § 287.138, Florida Statutes. Nongovernmental Entity's Name: Thomas Marine Construction Inc Address: 8999 High Cotton Lane Fort Myers, FL 33908 Phone Number: 239 337 0008 Authorized Representative's Name: Kevin C Shimp Authorized Representative's Title: President Email Address: kcshimp@aol.com I Kevin Shimp (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Thomas Marine Construction (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in § 787.06, Florida Statutes, and (2) the nongovernmental entity is not (a) owned by a government of a foreign country Fanczed' nern(b) that a foreign country of concern does not have a controlling interest in the entity, and (c) that the entity is under the laws of or has its principal place of business in a foreign country of concern, all as prohibited er ' 8, Florida Statutes. Under penaltyeclare that I have read the foregoing Affidavit and that the facts stated in it are true. 10/28/20025 (Signature of aut ri ed representative) Date STATE OF COUNTY OF Lee Sworn to (or affirmed) and subscribed before me, by means of 0 physical presence or ❑ online notarization this 28th day of Oct 20 25 by Kevin Shimp (Name of AfTiant), who produced his Florida Driver's License as identification. otary Public OUCH Commisslon # HH 346132 ° Expires February 5, 2027 Commission &pires Personally Known 9 OR Produced Identification ❑ Type of Identification Produced: CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version: 2025.1