Agenda 02/10/2026 Iterm #16B 2 (Awarding Construction Bid #25-8410 for Barron River Bridge Repairs w/Southern Road & Bridge, LLC)2/10/2026
Item # 16.B.2
ID# 2026-25
Executive Summary
Recommendation to award Construction Invitation to Bid No. 25-8410, "Barron River Bridge Repairs," to Southern
Road & Bridge, LLC, in the amount of $1,076,597.00, approve an Owner's Allowance of $107,659.70, and authorize the
Chair to sign the attached Agreement. (Project Number 66066)
OBJECTIVE: To repair and rehabilitate Bridge No. 030122 over the Barron River.
CONSIDERATIONS: Bridge No. 030122 (the “bridge”) was built in 1964 (61 years ago) and has been cited by the
Florida Department of Transportation (“FDOT”) for numerous deficiencies in its bridge inspection program. The bridge
is an important transportation route to the City of Everglades and must be maintained to the maximum extent possible.
The current repairs will include installing cathodic protection pile jackets, cleaning and sealing concrete deck cracks,
patching spalls, and restoring riprap in slope areas.
On August 11, 2025, the Procurement Services Division issued Construction Invitation to Bid No. 25-8410, "Barron
River Bridge Repairs," and received four bids by the September 29, 2025, submission deadline.
The bids are summarized below:
RESPONDENTS:
Company Name City County ST Bid Amount Responsive/
Responsible
Southern Road &
Bridge, LLC
Palm Harbor Pinellas FL $1,076,597.00 Yes/Yes
M&J Construction of
Pinellas County, Inc.
Tarpon Springs Pinellas FL $1,312,550.93 Yes/Yes
Thomas Marine
Construction, Inc.
Fort Myers Lee FL $1,444,267.00 Yes/Yes
Titan Construction
Management, LLC
Tarpon Springs Pinellas FL $1,831,456.00 Yes/Yes
Staff and the County’s Design Engineering Consultant, Stantec Consulting Services, Inc. (“Stantec”), reviewed the bids
received. Staff determined that all four bidders were responsive and responsible. Stantec evaluated Southern Road's
references and found its work experience on projects of a similar magnitude acceptable. Southern Road is a licensed
General Contractor working throughout Florida and specializes in road and bridge construction services. The company
is a qualified FDOT contractor and has been operating in Florida since 2012.
County staff recommends awarding the attached Agreement to Southern Road & Bridge, LLC, the lowest responsive
and responsible bidder, for a total of $1,076,597.00. In addition to the total bid amount, staff has allocated $107,659.70
as an Owner's Allowance for unforeseen site conditions that might be encountered during construction and requests that
the amount be approved as part of the Purchase Order issued to commence the work. Use of the allowance will be only
as directed by the County, if necessary, with proper supporting documentation to be submitted by the contractor for any
additional work that is authorized and performed under the allowance.
The completed project will be consistent with the Collier County strategic plan objective to optimize the useful life of all
public infrastructure and resources through proper planning and preventative maintenance.
FISCAL IMPACT: The total funding required for this contract is $1,076,597.00, plus an Owner's Allowance of
$107,659.70 for potential unforeseen conditions. Funding in the amount of $1,184,256.70 is currently available within
the Transportation Capital Fund (3081), Project Number 66066. Ongoing maintenance costs are estimated at $1,800 per
year for general maintenance activities. No major repairs are anticipated for approximately 20–25 years.
GROWTH MANAGEMENT IMPACT: The Project is in conformance with the goals and objectives of the
Page 776 of 3707
2/10/2026
Item # 16.B.2
ID# 2026-25
Transportation Element of the Growth Management Plan.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATION(S): To award Construction Invitation to Bid No. 25-8410, "Barron River Bridge Repairs," to
Southern Road & Bridge, LLC, in the amount of $1,076,597.00, approve an Owner's Allowance of $107,659.70, and
authorize the Chair to sign the attached Agreement. (Project Number 66066)
PREPARED BY: Robert White, P.E. Project Manager III, Transportation Engineering Division
ATTACHMENTS:
1. 25-8410 Southern Contract VS
2. 25-8410 Southern COI exp 050126
3. 25-8410 Bid Tabulation_rvsd
4. 25-8410 NORA
5. 25_8410_DELORA
6. 25-8410 Solicitation R1
Page 777 of 3707
Page 778 of 3707
Page 779 of 3707
Page 780 of 3707
Page 781 of 3707
Page 782 of 3707
Page 783 of 3707
Page 784 of 3707
Page 785 of 3707
Page 786 of 3707
Page 787 of 3707
Page 788 of 3707
Page 789 of 3707
Page 790 of 3707
Page 791 of 3707
Page 792 of 3707
Page 793 of 3707
Page 794 of 3707
Page 795 of 3707
Page 796 of 3707
Page 797 of 3707
Page 798 of 3707
Page 799 of 3707
Page 800 of 3707
Page 801 of 3707
Page 802 of 3707
Page 803 of 3707
Page 804 of 3707
Page 805 of 3707
Page 806 of 3707
Page 807 of 3707
Page 808 of 3707
Page 809 of 3707
Page 810 of 3707
Page 811 of 3707
Page 812 of 3707
Page 813 of 3707
Page 814 of 3707
Page 815 of 3707
Page 816 of 3707
Page 817 of 3707
Page 818 of 3707
Page 819 of 3707
Page 820 of 3707
Page 821 of 3707
Page 822 of 3707
Page 823 of 3707
Page 824 of 3707
Page 825 of 3707
Page 826 of 3707
Page 827 of 3707
Page 828 of 3707
Page 829 of 3707
Page 830 of 3707
Page 831 of 3707
Page 832 of 3707
Page 833 of 3707
Page 834 of 3707
Page 835 of 3707
Page 836 of 3707
Page 837 of 3707
Page 838 of 3707
Page 839 of 3707
Page 840 of 3707
Page 841 of 3707
Page 842 of 3707
Page 843 of 3707
Page 844 of 3707
Page 845 of 3707
Page 846 of 3707
Page 847 of 3707
Page 848 of 3707
Page 849 of 3707
Page 850 of 3707
Page 851 of 3707
Page 852 of 3707
Page 853 of 3707
Page 854 of 3707
Page 855 of 3707
Page 856 of 3707
Page 857 of 3707
Page 858 of 3707
Page 859 of 3707
Page 860 of 3707
Page 861 of 3707
Page 862 of 3707
Page 863 of 3707
Page 864 of 3707
Page 865 of 3707
Page 866 of 3707
Page 867 of 3707
Page 868 of 3707
Page 869 of 3707
Page 870 of 3707
Page 871 of 3707
Page 872 of 3707
Page 873 of 3707
Page 874 of 3707
Page 875 of 3707
Page 876 of 3707
Page 877 of 3707
Page 878 of 3707
Page 879 of 3707
Page 880 of 3707
Page 881 of 3707
Page 882 of 3707
Page 883 of 3707
Page 884 of 3707
Page 885 of 3707
Page 886 of 3707
Page 887 of 3707
Page 888 of 3707
Page 889 of 3707
Page 890 of 3707
Page 891 of 3707
Page 892 of 3707
Page 893 of 3707
Page 894 of 3707
Page 895 of 3707
Page 896 of 3707
Page 897 of 3707
Page 898 of 3707
Page 899 of 3707
Page 900 of 3707
Page 901 of 3707
Page 902 of 3707
Page 903 of 3707
Page 904 of 3707
Page 905 of 3707
Page 906 of 3707
Page 907 of 3707
Page 908 of 3707
Page 909 of 3707
Page 910 of 3707
Page 911 of 3707
Page 912 of 3707
Page 913 of 3707
Page 914 of 3707
Page 915 of 3707
Page 916 of 3707
Page 917 of 3707
Page 918 of 3707
Page 919 of 3707
Page 920 of 3707
Page 921 of 3707
Page 922 of 3707
Page 923 of 3707
Page 924 of 3707
Page 925 of 3707
Page 926 of 3707
Page 927 of 3707
Page 928 of 3707
Page 929 of 3707
Page 930 of 3707
Page 931 of 3707
Page 932 of 3707
Page 933 of 3707
Page 934 of 3707
Page 935 of 3707
Page 936 of 3707
Page 937 of 3707
Page 938 of 3707
Page 939 of 3707
Page 940 of 3707
Page 941 of 3707
Page 942 of 3707
Page 943 of 3707
Page 944 of 3707
Page 945 of 3707
Page 946 of 3707
Page 947 of 3707
Page 948 of 3707
Page 949 of 3707
Page 950 of 3707
Page 951 of 3707
Page 952 of 3707
Page 953 of 3707
Page 954 of 3707
Page 955 of 3707
Page 956 of 3707
Page 957 of 3707
Page 958 of 3707
Page 959 of 3707
Page 960 of 3707
Page 961 of 3707
Page 962 of 3707
Page 963 of 3707
Page 964 of 3707
Page 965 of 3707
Page 966 of 3707
Page 967 of 3707
Page 968 of 3707
Page 969 of 3707
Page 970 of 3707
Page 971 of 3707
Page 972 of 3707
Page 973 of 3707
Page 974 of 3707
Page 975 of 3707
Page 976 of 3707
INSURANCE REQUIREMENTS COVERSHEET
Project Name
Vendor Name
Solicitation/Contract No.
Attachments
Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s)
Comments
Attachments Approved by Risk Management Division
Approval:
Page 977 of 3707
Page 978 of 3707
Page 979 of 3707
Page 980 of 3707
Page 981 of 3707
Page 982 of 3707
ITEM NO.ITEM DESCRIPTION UNIT QTY,UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL
1011 MOBILIZATION LS 1.00 110,000.00$ 110,000.00$ 179,579.93$ 179,579.93$ 98,500.00$ 98,500.00$ 85,000.00$ 85,000.00$ 109,000.00$ 109,000.00$
0101 1 1 PROVIDE/MAINTAIN "AS BUILT" PLANS / SPALL REPAIR PHOTOGRAPHIC DOCUMENTATION LS 1.00 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$ 1,500.00$ 1,500.00$ 2,500.00$ 2,500.00$ 10,000.00$ 10,000.00$
0101 1 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1.00 6,500.00$ 6,500.00$ 10,000.00$ 10,000.00$ 2,500.00$ 2,500.00$ 17,000.00$ 17,000.00$ 2,500.00$ 2,500.00$
0101 1 3 PRESERVATION OF SURVEY MONUMENTS LS 1.00 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$ 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$ 500.00$ 500.00$
0102 1 MAINTENANCE OF TRAFFIC LS 1.00 95,000.00$ 95,000.00$ 80,000.00$ 80,000.00$ 131,000.00$ 131,000.00$ 97,500.00$ 97,500.00$ 156,000.00$ 156,000.00$
0104 11 FLOATING TURBIDITY BARRIER LF 1250.00 14.00$ 17,500.00$ 12.00$ 15,000.00$ 18.75$ 23,437.50$ 45.00$ 56,250.00$ 38.33$ 47,912.50$
CATEGORY I - ROADWAY TOTAL: 234,000.00$ 299,579.93$ 258,437.50$ 268,250.00$ 325,912.50$
ITEM NO.ITEM DESCRIPTION UNIT QTY,UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL
0709 11101 TRAFFIC STRIPE - TWO REACTIVE COMPONENTS, STANDARD, WHITE, SOLID, 6"LS 1.00 $ 6,500.00 6,500.00$ $ 18,000.00 18,000.00$ $ 2,000.00 2,000.00$ $ 15,000.00 15,000.00$ $ 1,900.00 1,900.00$
0709 11201 TRAFFIC STRIPE - TWO REACTIVE COMPONENTS, STANDARD, YELLOW, SOLID, 6"LS 1.00 $ 6,500.00 6,500.00$ $ 18,000.00 18,000.00$ $ 2,000.00 2,000.00$ $ 15,000.00 15,000.00$ $ 1,900.00 1,900.00$
CATEGORY II - SIGNING AND PAVEMENT MARKINGS TOTAL: 13,000.00$ 36,000.00$ 4,000.00$ 30,000.00$ 3,800.00$
ITEM NO.ITEM DESCRIPTION UNIT QTY,UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL
0400 143 CLEANING & COATING CONCRETE SURFACE, CLASS 5 SF 3532.00 11.00$ 38,852.00$ 5.00$ 17,660.00$ 5.00$ 17,660.00$ 3.00$ 10,596.00$ 3.36$ 11,867.52$
0401 70 2 RESTORE SPALLED AREAS, LATEX MODIFIED MORTAR-STYRENE BUTADIENE CF 10.40 1,150.00$ 11,960.00$ 1,600.00$ 16,640.00$ 2,170.00$ 22,568.00$ 3,000.00$ 31,200.00$ 3,000.00$ 31,200.00$
0413 151 METHACRYLATE MONOMERZE GA 70.00 25.00$ 1,750.00$ 94.00$ 6,580.00$ 115.00$ 8,050.00$ 300.00$ 21,000.00$ 150.00$ 10,500.00$
0413 154 CLEANING & SEALING CONCRETE SURFACES-PENETRANT SEALER OR METHACRYLATE SF 6930.00 6.00$ 41,580.00$ 1.50$ 10,395.00$ 3.75$ 25,987.50$ 7.00$ 48,510.00$ 3.60$ 24,948.00$
0457 2211 CATHODIC PROTECTION INTEGRAL PILE JACKET, STRUCTURAL, UP TO 16", GALVANIC
SYSTEM LF 187.00 2,800.00$ 523,600.00$ 2,400.00$ 448,800.00$ 4,150.00$ 776,050.00$ 3,900.00$ 729,300.00$ 2,500.00$ 467,500.00$
0530 1 100 RIPRAP, SAND-CEMENT BAGS CY 61.00 1,950.00$ 118,950.00$ 2,027.00$ 123,647.00$ 1,710.00$ 104,310.00$ 3,150.00$ 192,150.00$ 1,100.90$ 67,154.90$
0530 3 3 RIPRAP-RUBBLE, BANK & SHORE TN 193.00 450.00$ 86,850.00$ 942.00$ 181,806.00$ 565.00$ 109,045.00$ 2,100.00$ 405,300.00$ 332.26$ 64,126.18$
0530 74 BEDDING STONE TN 17.30 350.00$ 6,055.00$ 9,910.00$ 171,443.00$ 6,830.00$ 118,159.00$ 5,500.00$ 95,150.00$ 196.59$ 3,401.01$
CATEGORY III - STRUCTURES TOTAL: 829,597.00$ 976,971.00$ 1,181,829.50$ 1,533,206.00$ 680,697.61$
CATEGORY I - ROADWAY TOTAL CATEGORY 1 234,000.00$ CATEGORY 1 299,579.93$ CATEGORY 1 258,437.50$ CATEGORY 1 268,250.00$ CATEGORY 1 325,912.50$
CATEGORY 2 13,000.00$ CATEGORY 2 36,000.00$ CATEGORY 2 4,000.00$ CATEGORY 2 30,000.00$ CATEGORY 2 3,800.00$
CATEGORY 3 829,597.00$ CATEGORY 3 976,971.00$ CATEGORY 3 1,181,829.50$ CATEGORY 3 1,533,206.00$ CATEGORY 3 680,697.61$
PROJECT TOTAL:PROJECT TOTAL 1,076,597.00$ PROJECT TOTAL 1,312,550.93$ PROJECT TOTAL 1,444,267.00$ PROJECT TOTAL 1,831,456.00$ PROJECT TOTAL 1,010,410.11$
l Bid Amount)OWNERS ALLOWANCE 107,659.70$ OWNERS ALLOWANCE 131,255.09$ OWNERS ALLOWANCE 144,426.70$ OWNERS ALLOWANCE 183,145.60$ OWNERS ALLOWANCE 101,041.01$
(10% of Total Bid Amt)(10% of Total Bid Amt)(10% of Total Bid Amt)(10% of Total Bid Amt)(10% of Total Bid Amt)
LOWEST BIDDER
Southern Road and Bridge,
LLC
Titan Construction
Management, LLC
R&R R&R R&R R&R
Southern Road and Bridge,
LLC
Thomas Maine Construction,
Inc.
ENGINEER
Opinion of Probable Cost
M&J Construction of Pinellas
County, Inc.
Thomas Maine Construction,
Inc.
M&J Construction of Pinellas
County, Inc.
Titan Construction
Management, LLC
ENGINEER
Opinion of Probable Cost
ENGINEER
Opinion of Probable Cost
ENGINEER
Opinion of Probable Cost
Thomas Maine Construction,
Inc.
Titan Construction
Management, LLC
Titan Construction
Management, LLC
Thomas Maine Construction,
Inc.
M&J Construction of Pinellas
County, Inc.
CATEGORY II - SIGNING AND PAVEMENT MARKINGS TOTAL
CATEGORY III - STRUCTURES TOTAL
Staff will allocate 10% for 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.
Notifications Sent: 3529
Viewed: 862
Bids Received: 4
Southern Road and Bridge,
LLC
Project Manager: Robert White
Procurement Strategist: Olivia Puga
CATEGORY I - ROADWAY ITEMS
CATEGORY II - SIGNING & PAVEMENT MARKINGS ITEMS
CATEGORY III - STRUCTURES ITEMS
CR29 OVER BARRON RIVER PROJECT - BID SUMMARY
Construction ITB No. 25-8410 - BARRON RIVER BRIDGE REPAIRS
Southern Road and Bridge,
LLC
M&J Construction of Pinellas
County, Inc.
*Corrected minor miscalculation of
formula. Unit pricing was not modified.
*Corrected minor miscalculation of
formula. Unit pricing was not modified.
Page 983 of 3707
Opened By:Rita Iglesias
Witnessed By:Emily Jackson
Date:9/29/2025
No
Yes
Yes
Yes
Yes
Yes
No
Yes
Yes
No
Yes
Yes
Yes
Yes
N/A
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
N/A N/A
Thomas Maine Construction,
Inc.
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
M&J Construction of Pinellas
County, Inc.
Yes
N/A
Yes
Yes
Yes
Yes
No
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes/No Yes/No Yes/No Yes/No
Southern Road and Bridge,
LLC
Titan Construction
Management, LLC
E-Verify
W-9
SunBiz
FL GC (as well as FDOT Certificat of Qualificiations) License
Conflict of Interest Affidavit (Form 9)
Vendor Declaration Statement (Form 10)
Immigration Affidavit Certification (Form 11)
Addendums (6)
REQUIRED FORMS AND DOCUMENTS
Grants
Contractors Key Personnel Assigned to Project - (Form 2)
Material Manufacturers (Form 3)
List of Major Subcontractors (Form 4)
Trench Safety Act Acknowledgement (Form 6)
Statement of Experience of Bidder (Form 5)
Bid Bond (Form 7)
Insurance and Bonding Requirements (Form 8)
Yes Bid Schedule
Bid Response Form (Form 1)
Yes
Yes
Yes
*Miscalculation of formula. Unit pricing
was not modified
*Miscalculation of formula. Unit pricing
was not modified
Page 984 of 3707
Procurement Services Division
Notice of Recommended Award
Solicitation: 25-8410 Title: Barron River Bridge Repairs
Due Date and Time: September 29, 2025, at 3:00pm
Bidders:
Company Name City County State Total Base Price Responsive/Responsible
Southern Road and Bridge,
LLC
Palm
Harbor
Pinellas FL $1,076,597.00 Yes/Yes
M&J Construction Company
of Pinellas County, Inc.
Tarpon
Springs
Pinellas FL $1,312,550.93 Yes/Yes
Thomas Maine
Constructions, Inc.
Fort
Myers
Lee FL $1,444,267.00 Yes/Yes
Titan Construction
Management, LLC
Tarpon
Springs
Pinellas FL $1,831,456.00 Yes/Yes
Utilized Local Vendor Preference: Yes No N/A
Recommended Bidder For Award:
On August 11, 2025, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25-8410,
“Barron River Bridge Repairs”, to three thousand five hundred and twenty-nine (3,529) vendors. August 26,
2025, a non-mandatory bid meeting was held offering prospective proposers an opportunity to participate. The
bid was advertised for a total of 49 days. Eight hundred and eighty-one (881) vendors viewed the bid package,
and the County received four (4) bids by September 29, 2025, deadline.
Staff reviewed the bids received and found all bidders to be responsive and responsible, with minor
irregularities. Staff determined that Southern Road and Bridge, LLC is the lowest responsive and responsible
bidder.
Staff recommends the contract be awarded to Southern Road and Bridge, LLC, the lowest responsive and
responsible bidder, based on the award of the Total Base Bid for a total of $1,076,597.00. In addition, to the
total bid amount, staff has allocated $107,659.70 in Owner’s Allowance, for Owner’s use as directed.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager: Robert White
Procurement Strategist: Olivia Puga
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
PugaOlivia Digitally signed by
PugaOlivia
Date: 2025.12.10
08:52:22 -05'00'
WhiteRobert
Digitally signed by
WhiteRobert
Date: 2025.12.10
10:09:26 -05'00'
SrnkaSandra
Digitally signed by
SrnkaSandra
Date: 2025.12.10
21:15:06 -05'00'
Page 985 of 3707
\\Us0226-ppfss01\workgroup\2156\business_development\Collier County\Bridge_030122_Barron_River\Delora\25_8410_DELoRA Recommendation Letter.docx Stantec Consulting Services Inc. 3510 Kraft Road, Suite 200 Naples FL 34105-5029 November 07, 2025 Project/File: 215811087 – Barron River Bridge Repairs Robert White Project manager III Transportation Engineering 2885 South Horseshoe Dr. Naples, FL 34104 Dear Robert White, Reference: Design Entity Letter of Recommended Award Solicitation No 25-8410 Barron River Bridge Repairs Bids were received for the above-referenced project by Collier County on September 29, 2025. Stantec Consulting Services Inc (Stantec), the Engineer of Record, (EOR) has completed our review of the bid submitted by the lowest bidder for this project. Stantec has also completed reference reviews of three of the five entities provided by the low bidder. Two of the references were unresponsive. We are pleased to provide the following award recommendation based on these reviews and pre-award discussions. The scope of the Barron River Bridge Repairs project includes restoring and/or repairing the following in accordance with the contract documents: a. Pile jacket system with cathodic protection on all intermediate bent piles. b. Application of Methacrylate monomer to bridge deck. c. Spall and delaminated areas of concrete components. d. Scour protection. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Southern Road & Bridge, LLC with a bid of $1,076,597.00. Stantec was provided with the bid Schedule for Southern Road & Bridge, LLC and their bid is approximately 6.5% higher than Stantec’s Opinion of Probable Construction Cost (OPC) of $1,010,410.11. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Southern Road & Bridge were all Page 986 of 3707
November 10, 2024 Page 2 of 2 Reference: Design Entity Letter of Recommended Award Solicitation No 25-8410 Barron River Bridge Repairs \\Us0226-ppfss01\workgroup\2156\business_development\Collier County\Bridge_030122_Barron_River\Delora\25_8410_DELoRA Recommendation Letter.docx contacted by Stantec who has determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. Southern Road & Bridge LLC is a Florida Limited Liability Company formed in 2012 in the State of Florida and is authorized to transact business in the State of Florida. Southern Road & Bridge LLC is registered with the Florida Division of Corporations as a “Limited Liability” Company under state of Florida certificate of authority document number L12000131263. Southern Road & Bridge LLC is registered with the Florida Department of Business and Professional Regulation as a Construction “General Contractor “a State Contractors License CGC1521093. While Stantec has not worked directly with Southern Road & Bridge LLC, the contractor has successfully completed many bridge projects in the southern United States. Based on the favorable performance reviews provided on the Vendor Reference Logs and its licensing, it appears that it is a qualified firm to conduct the requested work. Based on the above information, Stantec recommends Southern Road & Bridge LLC be awarded the 25-8410 Barron River Bridge Repairs project in the amount of $1,076,597.00. Should you have any questions, please feel free to contact our office. Respectfully, STANTEC CONSULTING SERVICES INC. Mohit Soni, P.E., PMP Bridge Lead US Gulf and Texas Phone: (954) 846-0201 Mohit.soni@stantec.com Attachment: Vendor Reference Check Logs Page 987 of 3707
VENDOR REFERENCE CHECK LOG
Solicitation No.: 25-8410 Reference Check by: Max Rufatt, E.I.
Solicitation Title: Barron River Bridge Repairs Date: 10/30/25
Bidder’s Name: Southern Road & Bridge LLC Phone: 239-263-6411
Design Entity: Stantec
REFERENCED PROJECT:
Project Name: H.010017 Project Location: Jefferson Parish, LA
Project
Description: US 90Z: Westbank expressway Rehab
Completion
Date: 8/2022 Contract Value: $3,403,382
Project
Owner/Title: LADOTD
Owner’s
Address:
1201 Capitol Access Road, Baton
Rouge, LA 70802 Phone: (504)376-0210
Owner’s Contact
Person: Corbett Hollier E-Mail: Corbett.Hollier@LA.GOV
1.
Was project completed timely and within budget? (If not, provide detail)
Project was completed on time. Project did go over the original budget due to an increase in the number of
Cracks that need to be injected with epoxy between plan development and construction.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes, project was completed satisfactorily and accepted.
4.
Did the process run smoothly? Were there any changes? Describe below.
Yes, ran smoothly. Were some additional areas needing spall repairs discovered. Also, there was increase in
Number of cracks requiring epoxy injection due to further cracking occurring since plan development.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
None
7.
Additional comments:
Page 988 of 3707
VENDOR REFERENCE CHECK LOG
Solicitation No.: 25-8410 Reference Check by: Max Rufatt, E.I.
Solicitation Title: Barron River Bridge Repairs Date: 10/30/25
Bidder’s Name: Southern Road & Bridge LLC Phone: 239-263-6411
Design Entity: Stantec
REFERENCED PROJECT:
Project Name: 0064-965-400, B620-B625, M501 Project Location: Norfolk & Virginia Beach, VA
Project
Description: Structural Steel Interstate Bridge Repairs
Completion
Date: 12/2022 Contract Value: $5,729,923
Project
Owner/Title: Virginia DOT
Owner’s
Address: Phone: (757)995-5156
Owner’s Contact
Person: John Arms E-Mail: John.arms@vdot.virginia.gov
1.
Was project completed timely and within budget? (If not, provide detail)
The project was completed on time and within budget.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
The submittal and review process was performed satisfactorily.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
The construction process was performed satisfactorily.
4.
Did the process run smoothly? Were there any changes? Describe below.
The process ran smoothly. There were no changes.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
The contract closeout process was performed satisfactorily.
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
There are no warranty issues since closeout.
7.
Additional comments:
Southern Road and Bridge staff were great to work with. They performed their work well. They also
communicated well with VDOT staff.
Page 989 of 3707
VENDOR REFERENCE CHECK LOG
Solicitation No.: 25-8410 Reference Check by: Max Rufatt, E.I.
Solicitation Title: Barron River Bridge Repairs Date: 10/30/25
Bidder’s Name: Southern Road & Bridge LLC Phone: 239-263-6411
Design Entity: Stantec
REFERENCED PROJECT:
Project Name: 2019-3005-01, 2020-3005-06 Project Location: Mobile, AL
Project
Description: Bridge Maintenance and Repairs
Completion
Date: 3/2022 Contract Value: $1,494,284
Project
Owner/Title: City of Mobile Alabama
Owner’s
Address: Phone: (251)208-7700
Owner’s Contact
Person: Jake Clements E-Mail:
Jake.clements@cityof
mobile.org
1.
Was project completed timely and within budget? (If not, provide detail)
Yes
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes
4.
Did the process run smoothly? Were there any changes? Describe below.
Process ran smoothly.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
No warranty issues.
7.
Additional comments:
The project Southern Road & Bridge was hired for involved repairing a bridge that overpassed a CSX railroad to
allow access (via bridge) to the Alabama Port Authority. In addition, we also had them repair, sandblast and
paint a pedestrian bridge downtown. They did great handling these intricacies.
Page 990 of 3707
PROCUREMENT SERVICES DIVISION
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
CONSTRUCTION INVITATION TO BID
FOR
BARRON RIVER BRIDGE REPAIRS
SOLICITATION NO.: 25-8410
OLIVIA PUGA, PROCUREMENT STRATEGIST
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-4826
Olivia.Puga@colliercountyfl.gov (Email)
This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Bidder may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
Page 991 of 3707
PROCUREMENT SERVICES DIVISION
INVITATION TO BID - COUNTY BID NO. 25-8410
Barron River Bridge Repairs
Sealed bids for the construction of Barron River Bridge Repairs will be received electronically until 3:00 P.M. LOCAL TIME,
on the 29th day of September on the County’s on-line bidding system: https://procurement.opengov.com/portal/collier-
county-fl. All bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted
and shall be returned unopened to the Bidder. The anticipated project budget is: $1,010,410.11.
A non-mandatory pre-bid conference shall be held at the Procurement Services Division, Conference Room A, at 10 a.m. LOCAL
TIME on the 26th day of August, at which time all prospective Bidders may have questions answered regarding the Bidding
Documents for this Project.
Bids shall be received online by the Bid Date of September 29, 2025. No bid shall be considered unless it is made on unaltered
Bid forms which are included in the Bidding Documents. One contract will be awarded for all Work. Bidding Documents may be
examined on the Collier County Procurement Services Division Online Bidding System website:
https://procurement.opengov.com/portal/collier-county-fl. Copies of the Bidding Documents may be obtained only from the
denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website
may not be accurate or current.
Each bid shall be accompanied by a certified Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained
as liquidated damages in the event the Successful Bidder fails to execute an Agreement and file the required bonds and insurance
within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall
execute the Agreement in the form attached hereto and incorporated herein.
The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General
Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of
Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its
place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do
business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each
bond a certified and effective dated copy of their Power of Attorney.
In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses,
certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work
contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and
ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the
Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications.
Pursuant to Florida Statute Section 255.20. Local bids and contracts for public construction works, notwithstanding any other law,
a governmental entity seeking to construct or improve bridges, roads, streets, highways, or railroads, and services incidental thereto,
at a cost in excess of $250,000 may require that persons interested in performing work under contract first be certified or qualified
to perform such work. A Bidder may be considered ineligible to bid if the Bidder is behind by 10% percent or more on completing
an approved progress schedule for the governmental entity at the time of advertising the work.
The Successful Bidder shall be required to substantially complete all Work within two hundred and forty (240) calendar days
from and after the Commencement Date specified in the Notice to Proceed. The Successful Bidder shall achieve Final Completion
within thirty (30) calendar days after the date the Punch List is delivered to the Successful Bidder. Final Completion shall occur
Page 992 of 3707
when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed.
Should Successful Bidder 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 ($1,685.00) for
each calendar day thereafter until Substantial Completion is achieved. Unless otherwise specified, work will be limited to the hours
of 7:00 a.m. to 7:00 p.m., Monday through Friday. The Owner reserves the right to reject all Bids or any Bid not conforming to the
intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall
not extend beyond one hundred eighty (180) days from the bid opening date without the consent of the Successful Bidder.
BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA
BY: /s/ Sandra Srnka
Director, Procurement Services Division
Page 993 of 3707
FORM 1 - BID RESPONSE FORM
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Barron River Bridge Repairs
BID NO. 25-8410
Full Name of Bidder
Main Business Address
Place of Business
Telephone No. Fax No.
State Contractor's License #
State of Florida Certificate of Authority Document Number
Federal Tax Identification Number
DUNS # CCR# Cage Code
To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA
(hereinafter called the Owner)
The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named
herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully
examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and
Bonds, and the Contract Drawings and Specifications.
Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding
Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility
and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or
referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of
the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of
the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full
payment the sums set forth in the following Bid Schedule:
Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points
are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division
staff.
Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to
the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates
as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event
the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set
forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time
is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the
required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure,
the total amount of Owner’s damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is
hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the
event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The
Page 994 of 3707
Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the
above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of
Owner’s actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement,
Insurance Certificates, and Bonds in a timely manner.
Upon receipt of the signed and approved agreement and Purchase Order, the undersigned proposes to commence work
at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless
the Project Manager, in writing, subsequently notifies the Successful Bidder of a modified (later) commencement date.
The undersigned further agrees to substantially complete all work covered by this Bid within 28 (28) 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 29 (29) consecutive calendar days after the date
the Punch List is delivered to the Successful Bidder, computed by excluding commencement date and including the
last day of such period.
Acceptance and acknowledged by an Authorize Agent
Signature:______________________________________
Title:___________________________________________
Date:____________________________
Page 995 of 3707
FORM 2 - CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT
Barron River Bridge Repairs
BID NO. 25-8410
Name Personnel Category
Construction Superintendent
Project Manager
Page 996 of 3707
FORM 3 - MATERIAL MANUFACTURERS
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE
All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid
specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products
produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when
equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an
exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project
Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute
acceptance of material proposed on this list.
Complete and sign section A OR B.
Section A (Acceptance of all manufactures and materials in Bid specifications)
On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in
the Bid specifications.
Company: _____________________________________________________________
Signature: ___________________________________________ Date: _________
Section B (Exception requested to Bid specifications manufacturers and materials)
EXCEPTION MATERIAL EXCEPTION MANUFACTURER
1.
2.
3.
4.
5.
Please insert additional pages as necessary.
Company: __________________________________________________-_________________
Signature:______________________________________________________ Date ________
Page 997 of 3707
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 Procurement Ordinance and Instructions to Bidders) and meet all legal
requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses,
certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who
includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful
Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with
this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as
needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in
accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors
it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any
portion of work on this Project must be qualified as noted above.
Major Category of Work Subcontractor and Address
1. Electrical
2. Mechanical
3. Plumbing
4. Site Work
5. Identify other subcontractors
that represent more than 10%
of price or that affect the
critical path of the schedule
Company: ___________________________________________________________________
Signature: __________________________________________________ Date: _________
Page 998 of 3707
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.
_______________________________________ ____________________________________________
(project name) (project owner)
_______________________________________ ____________________________________________
(project location) (Owner’s address)
_______________________________________ _________________________ __________________
(project description) (Owner’s contact person) (title)
________________________ $_____________ _________________ _________________________
(project start/completion dates) (contract value) (phone) (email)
2.
_______________________________________ ____________________________________________
(project name) (project owner)
_______________________________________ ____________________________________________
(project location) (Owner’s address)
_______________________________________ _________________________ __________________
(project description) (Owner’s contact person) (title)
________________________ $_____________ _________________ _________________________
(project start/completion dates) (contract value) (phone) (email)
3.
_______________________________________ ____________________________________________
(project name) (project owner)
_______________________________________ ____________________________________________
(project location) (Owner’s address)
_______________________________________ _________________________ __________________
(project description) (Owner’s contact person) (title)
________________________ $_____________ _________________ _________________________
(project start/completion dates) (contract value) (phone) (email)
Page 999 of 3707
CONTINUAL - FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER
4.
_______________________________________ ____________________________________________
(project name) (project owner)
_______________________________________ ____________________________________________
(project location) (Owner’s address)
_______________________________________ _________________________ __________________
(project description) (Owner’s contact person) (title)
________________________ $_____________ _________________ _________________________
(project completion date) (contract value) (phone) (email)
5.
_______________________________________ ____________________________________________
(project name) (project owner)
_______________________________________ ____________________________________________
(project location) (Owner’s address)
_______________________________________ _________________________ __________________
(project description) (Owner’s contact person) (title)
________________________ $_____________ _________________ _________________________
(project completion date) (contract value) (phone) (email)
Company: ___________________________________________________________________ Signature: __________________________________________________ Date: _________
Page 1000 of 3707
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
Measure
(Description)
Units of
Measure
(LF,SY)
Unit
(Quantity)
Unit
Cost
Extended Cost
1.
2.
3.
4.
5.
TOTAL $
Company: __________________________________________________________________________
Signature: __________________________________________________ Date: ________________
Page 1001 of 3707
FORM 7 - BID BOND
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON-
RESPONISBLE
KNOW ALL MEN BY THESE PRESENTS, that we _____________________________
__________________________ (herein after called the Principal) and
____________________________________________, (herein called the Surety), a corporation chartered and
existing under the laws of the State of _____________ with its principal offices in the city of ____________________
and authorized to do business in the State of ______________________ are held and firmly bound unto the
__________________________________________________ (hereinafter called the Owner), in the full and just sum
of ____________________________________________ dollars ($_________________) good and lawful money of
the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the
Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally
and firmly by these presents.
Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials,
equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No.
25-8410 Barron River Bridge Repairs.
NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the
required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with
the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the
Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement
and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the
failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required
certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $______________ noted above
as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and
void, otherwise to remain in full force and effect.
IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this
______ day of ________________, 20 .
Principal
BY (Seal)
Surety
(Seal)
Countersigned
Appointed Producing Agent for
Page 1002 of 3707
FORM 8 - INSURANCE AND BONDING REQUIREMENTS
The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly
authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure
and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work.
The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design
Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance
provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall,
where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants
and Subcontractors and shall require each of them to include similar waivers in their contracts.
Collier County shall be responsible for purchasing and maintaining its own liability insurance.
Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf
of Collier County”, or, the specific solicitation number and title.
The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier
County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a
severability of interests provisions.
The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County
Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance
must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all
work performed on behalf of Collier County.
The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with
the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-
insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on
the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide
satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be
Vendor’s sole responsibility.
Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of
completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer.
The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy
cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the
County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-
renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein
shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any
policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated
to the full extent permitted under such policy.
Should at any time the Vendor not maintain the insurance coverage(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
coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand,
the County has the right to offset these costs from any amount due Vendor under this Agreement or any other
agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor
shall it be responsible for the 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.
Page 1003 of 3707
FORM 8 - INSURANCE AND BONDING REQUIREMENTS
Collier County Florida
Insurance and Bonding Requirements
Insurance / Bond Type Required Limits
1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government
Statutory Limits and Requirements
Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued
by the State of Florida is required. Entities that are formed as Sole Proprietorships
shall not be required to provide a proof of exemption. An application for exemption
can be obtained online at https://apps.fldfs.com/bocexempt/
2. Employer’s Liability
$___________ single limit per occurrence
3. Commercial General
Liability (Occurrence
Form) patterned after the
current ISO form
Bodily Injury and Property Damage
$_______________single limit per occurrence, $2,000,000 aggregate for Bodily
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 $_________ Each Occurrence; Bodily Injury & Property Damage,
Owned/Non-owned/Hired; Automobile Included
6. Other insurance as
noted:
Watercraft $ __________ Per Occurrence
United States Longshoreman's and Harborworker's Act coverage shall be
maintained where applicable to the completion of the work.
$ __________ Per Occurrence
Maritime Coverage (Jones Act) shall be maintained where applicable to the
completion of the work.
$ __________ Per Occurrence
Aircraft Liability coverage shall be carried in limits of not less than $5,000,000
each occurrence if applicable to the completion of the Services under this Agreement.
$ __________ Per Occurrence
Pollution $ __________ Per Occurrence
Professional Liability $ ___________ Per claim & in the aggregate
Project Professional Liability $__________ Per Occurrence
Valuable Papers Insurance $__________ Per Occurrence
Cyber Liability $__________ Per Occurrence
Page 1004 of 3707
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
Payment Bonds
For projects in excess of $200,000, bonds shall be submitted with the executed
contract by Proposers receiving award, and written for 100% of the Contract award
amount, the cost borne by the Proposer receiving an award. The Performance and
Payment Bonds shall be underwritten by a surety authorized to do business in the
State of Florida and otherwise acceptable to Owner; provided, however, the surety
shall be rated as “A-“ or better as to general policy holders rating and Class V or
higher rating as to financial size category and the amount required shall not exceed
5% of the reported policy holders’ surplus, all as reported in the most current Best
Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New
York, New York 10038.
9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to
meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance
provisions.
10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial
General Liability where required. This insurance shall be primary and non-contributory with respect to any other
insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be
endorsed accordingly.
11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of
County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates
of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For
any and all work performed on behalf of Collier County.
12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295
Tamiami Trail East, Naples, FL 34112
13. Thirty (30) Days Cancellation Notice required.
14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed
necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor.
Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project
proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier
County Risk Management Division.
______________________________________________________________________________________________
Vendor’s Insurance Acceptance
By submission of the bid Bidder 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.
Page 1005 of 3707
Collier County Florida
Insurance and Bonding Requirements
Insurance / Bond Type Required Limits
15. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government
Statutory Limits and Requirements
Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued
by the State of Florida is required. Entities that are formed as Sole Proprietorships
shall not be required to provide a proof of exemption. An application for exemption
can be obtained online at https://apps.fldfs.com/bocexempt/
16. Employer’s Liability
$_1,000,000__________ single limit per occurrence
17. Commercial General
Liability (Occurrence
Form) patterned after the
current ISO form
Bodily Injury and Property Damage
$_1,000,000______________single limit per occurrence, $2,000,000 aggregate for
Bodily 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.
18. 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.
19. Automobile Liability $_1,000,000____ Each Occurrence; Bodily Injury & Property Damage,
Owned/Non-owned/Hired; Automobile Included
20. Other insurance as
noted:
Watercraft $ 1,000,000 Per Occurrence
United States Longshoreman's and Harborworker's Act coverage shall be
maintained where applicable to the completion of the work.
$ 1,000,000 Per Occurrence
Maritime Coverage (Jones Act) shall be maintained where applicable to the
completion of the work.
$ 1,000,000 Per Occurrence
Aircraft Liability coverage shall be carried in limits of not less than $5,000,000
each occurrence if applicable to the completion of the Services under this Agreement.
$ __________ Per Occurrence
Pollution $ 1,000,000 Per Occurrence
Professional Liability $ ___________ Per claim & in the aggregate
Project Professional Liability $__________ Per Occurrence
Valuable Papers Insurance $__________ Per Occurrence
Cyber Liability $__________ Per Occurrence
Technology Errors & Omissions $__________ Per Occurrence
Page 1006 of 3707
21. 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.
22. Performance and
Payment Bonds
For projects in excess of $200,000, bonds shall be submitted with the executed
contract by Proposers receiving award, and written for 100% of the Contract award
amount, the cost borne by the Proposer receiving an award. The Performance and
Payment Bonds shall be underwritten by a surety authorized to do business in the
State of Florida and otherwise acceptable to Owner; provided, however, the surety
shall be rated as “A-“ or better as to general policy holders rating and Class V or
higher rating as to financial size category and the amount required shall not exceed
5% of the reported policy holders’ surplus, all as reported in the most current Best
Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New
York, New York 10038.
23. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to
meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance
provisions.
24. 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.
25. 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.
26. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295
Tamiami Trail East, Naples, FL 34112
27. Thirty (30) Days Cancellation Notice required.
28. 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 – 6/18/25
______________________________________________________________________________________________
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.
Page 1007 of 3707
PROCUREMENT SERVICES DIVISION
FORM 9 – CONFLICT OF INTEREST CERTIFICATE
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 a conflict of interest and is in compliance with the Procurement
Ordinance, Section Seven, Ethical Standards, that states:
“A consultant who participates in the drafting of a solicitation or scope or who develops a program
for future implementation that gives rise to an actual conflict so as to unfairly benefit that consultant
to the disadvantage of any other future firms that could competitively seek a County contract related
to such program or project upon which the solicitation or scope is based, and which conflict is not
otherwise curable, is not eligible to contract with the County for any other contracts dealing with
that specific subject matter, and any firm in which such person has any interest is not eligible to
receive such contract. However, this prohibition does not prevent a vendor who responds to a request
for information from being eligible to contract with the County.”
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 a conflict of interest 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, the contractor / vendor must provide the following, if applicable:
1. All documents produced as a result of the work completed in the past or currently being worked on for the above-
mentioned project; and,
2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-
public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means.
Failure to disclose all material or having a conflict of interest identified in one or more of the above three categories
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.
Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge and a duly
corporate authorized representative with signature authority.
Company Name: _________________________________________
Date: _____________________________
Signature: ____________________________________________ Title: _____________________________
Page 1008 of 3707
PROCUREMENT SERVICES DIVISION
FORM 10 – VENDOR DECLARATION STATEMENT
BOARD OF COUNTY COMMISSIONERS
Collier County Government Complex
Naples, Florida 34112
Dear Commissioners:
The undersigned, as Vendor declares that this response is made without connection or arrangement with any other
person and the bid/proposal submittal is in every respect fair and made in good faith, without collusion or fraud and in
compliance with the Procurement Ordinance, Section Seven, Ethical Standards.
The vendor certifies to the best of their knowledge or belief, no elected/appointed official or employee of Collier
County, a spouse thereof or other person residing in the same household, is financially interested, directly or indirectly,
in providing the goods or services specified in any submitted bid or proposal. A financial interest is defined as
ownership of more than one percent (1%) of the total assets or capital stock or being an officer, director, manager,
partner, proprietor, or agent of the business submitting the bid or proposal or of any subcontractor or supplier thereof
providing goods or services in excess of one percent (1%) of the total bid or proposal amount. Additionally, the vendor,
on company letterhead, must divulge at the time of the submittal of a bid or proposal, any relative, other than those
already specified, of an elected or appointed official or employee of the County who has a financial interest, in
providing the goods or services specified in the bid or proposal. The County, at its sole discretion, will determine
whether a conflict exists and whether to accept or reject the bid or proposal.
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 by Collier County, to accept a Purchase Order as a form
of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual
relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation
pertains. The Vendor states that the submitted is based upon the documents listed in this solicitation. The Vendor
agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein
and according to the pricing submitted as a part of the Vendor’s bids.
Further, the Vendor agrees that if awarded a contract for these goods and/or services and a subcontractor is a
related entity to the Vendor, then the Vendor 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.
Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge and a duly
corporate authorized representative with signature authority.
Company Name: _________________________________________
Date: _____________________________
Signature: ____________________________________________ Title: _____________________________
Page 1009 of 3707
PROCUREMENT SERVICES DIVISION
FORM 11- IMMIGRATION CERTIFICATION
Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission
of the Vendor’s proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed
E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the
company which will be produced at the time of the submission of the Vendor’s bid. Failure to do so will result in
the Vendor’s submission being deemed 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 §448.095, and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and
to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the
Department of Homeland Security in partnership with the Social Security Administration at the time of submission of
the Vendor’s proposal/bid.
Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge and a duly
corporate authorized representative with signature authority.
Company Name: _________________________________________
Date: _____________________________
Signature: ____________________________________________ Title: _____________________________
Page 1010 of 3707
FORM 12 – BIDDER’S CHECKLIST
IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the
Bidding Documents. Please read carefully, sign in the spaces indicated and return with your Bid. All
documents requiring execution should be either by wet signatures or verifiable electronic signatures. FAILURE
TO PROVIDED THE BID DOCUMENTS MAY BE GROUNDS TO DEEM YOU NON-RESPONSIVE/NON-
RESPONSIBLE.
Bidder should check off each of the following items as the necessary action is completed:
1. The Bid has been signed.
2. The Bid prices offered have been reviewed.
3. The price extensions and totals have been checked.
4. Bid Schedule has been completed and attached.
5. Any required drawings, descriptive literature, etc. have been included.
6. Any delivery information required is included.
7. The following on-line standard documents have been reviewed and accepted in OpenGov:
a. Construction bid instructions form
b. Construction services agreement
c. Purchase order terms and conditions
8. All of the following bid forms have been completed and signed:
a. Bid Form (Form 1)
b. Contractors Key Personnel (Form 2)
c. Material Manufacturers (Form 3)
d. List of Major Subcontractors (Form 4)
e. Statement of Experience (Form 5)
f. Trench Safety Act (Form 6)
g. Bid Bond Form (Form 7)
h. Insurance and Bonding Requirements (Form 8)
i. Conflict of Interest Certification (Form 9)
j. Vendor Declaration Statement (Form 10)
k. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your
submittal.
l. Signed Grant Provisions and Assurances package in its entirety, if applicable, are executed and
should be included with your submittal.
9. Copies of required information have been attached
a. Business tax Receipt (Collier County Businesses Only)
b. Company’s E-Verify profile page or memorandum of understanding
c. Certificate of Authority to Conduct Business in State of Florida (sunbiz.org)
d. Any required professional licenses – valid and current (myfloridalicense.com)
(REQUIRED: FDOT qualified Bridge Contractor and State Certified General Contractor.)
e. Vendor W-9 Form
10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier’s check has been
submitted.
11. Any addenda have been signed and acknowledgement form attached and included.
12. The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise
the Bid cannot be considered.
Page 1011 of 3707