Loading...
Agenda 03/10/2026 Item #16B 6 (Award Construction Invitation to Bid (ITB) No. 25-8522, "Ted Curcie Bridge Repairs," to Structural Preservation Systems, LLC)3/10/2026 Item # 16.13.6 ID# 2026-27 Executive Summary Recommendation to award Construction Invitation to Bid (ITB) No. 25-8522, "Ted Curcie Bridge Repairs," to Structural Preservation Systems, LLC, in the amount of $1,007,771.17, approve an Owner's Allowance of $100,777.12, and authorize the Chair to sign the attached Agreement (Project Number 66066). OBJECTIVE: To repair and rehabilitate Bridge No. 034122, Ted Curcie Road over Drainage Canal. CONSIDERATIONS: The bridge was built in 1967 (59 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 access point to the Ten Thousand Islands National Wildlife Refuge and the Collier -Seminole State Park, and must therefore 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 18, 2025, the Procurement Services Division issued Construction Invitation to Bid No. 25-8522, "Ted Curcie Bridge Repair," and the County received five bids by the October 9, 2025, submission deadline. The bids are summarized below: RESPONDENTS: Company Name City County ST Bid Amount Responsive/ Responsible Structural Preservation Pompano Beach Broward FL $1,007,771.17 Yes/Yes Systems, LLC Thomas Marine Fort Myers Lee FL $1,166,592.90 Yes/Yes Construction, Inc. Southern Road & Bridge, Palm Harbor Pinellas FL $1,231,743.00 Yes/Yes LLC M&J Construction of Tarpon Springs Pinellas FL $1,272,854.20 Yes/Yes Pinellas County, Inc. Titan Construction Tarpon Springs Pinellas FL $1,516,335.00 Yes/Yes Management, LLC Staff and Design Engineering Consultant, Stantec Consulting Services, Inc. (Stantec), reviewed the bids received. Staff determined that all five bidders were responsive and responsible. Stantec evaluated Structural Preservation Systems, LLC's references and found their work experience on projects of a similar magnitude acceptable. Structural Preservation Systems, LLC is a licensed General Contractor working throughout Florida, specializing in road and bridge construction services. The company is a qualified FDOT contractor and has been operating in Florida since 2005. County staff recommends awarding the attached Agreement to Structural Preservation Systems, LLC, the lowest responsive and responsible bidder, for a total of $1,007,771.17. In addition to the total bid amount, staff has allocated $100,777.12 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 $1,007,771.17, plus an Owner's Allowance of $100,777.12 for potential unforeseen conditions. Funding in the amount of $1,108,548.29 is currently available within the Transportation Capital Fund (3081), Project Number 66066. 3/10/2026 Item # 16.13.6 ID# 2026-27 The completed project is expected to incur approximately $1,800 in maintenance costs annually for the remainder of the service life. GROWTH MANAGEMENT IMPACT: The Project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote ror approval. -JAK RECOMMENDATION(S): To award Construction Invitation to Bid No. 25-8522, "Ted Curcie Bridge Repairs," to Structural Preservation Systems, LLC, in the amount of $1,007,771.17, approve an Owner's Allowance of $100,777.12, and authorize the Chair to sign the attached Agreement (Project Number 66066.2). PREPARED BY: Robert White, P.E. Project Manager III, Transportation Engineering Division ATTACHMENTS: 25-8522 Structural Contract VS 25-8522 Structural COI exp.7.1.26 25-8522 Bid Tabulation 25-8522 DELORA 25-8522 - NORA -Scrivener's error CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("County" or "Owner") hereby contracts with Structural Preservation Systems, LLC ("Contractor") of 10150 Old Columbia Road Columbia, MD 21046, a Foreign Limited Liability Company, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Ted Curcie Bridge Repair, Invitation to Bid No. 25-8522 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Stantec Consulting Services, Inc., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section G 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 (ail of said documents including the Agreement sometimes being referred to herein as the "Contract ❑ocuments" 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 all 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 terns of this Agreement: One Million Seven Thousand Seven Hundred Seventy -One Dollars and t Construction Services Agreement; t2025_ver Aj h, Seventeen Cents($1,007,771.17), The amount of One Hundred Thousand Seven Hundred Seventy -Seven Dollars and Twelve Cents ($100,777.12) has been allocated as an Owner's Allowance. Any allowance dollar amount that has been included in the Contractor's Sid 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 Panties 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 hitps://fiscal.treasury.gov/surely-boncisilist-certified-comp anies,html, Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense~ another bond and surety, both of which shall be subject to the Owner's approval. 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 shell 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 Two -Hundred Forty (240) calendar days from the Commencement Date 2 C an%irddiarl Services Agreement:12025_ver,4l C.t` (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended, as more particularly defined Herein at Section 16, Defined Terms. Contractor shall achieve Final Completion within Thirty (30) calendar days after the date the Punch List is delivered to the Contractor. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Department Administrator or Division Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor falls to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess. as liquidated damages, but not as a penalty, One Thousand Six Hundred Eighty-five Dollars ($1,686.00) 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. Por 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 Construclion Services Agreement (2025 ver At tw 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 lncor orated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto, and made a part of this Agreement for Solicitation #25-8522 "Ted Curcle Bridge Repair". 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 f7 Not Applicable Exhibit 13-2: 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 ❑-2: Schedule of Values Fxhibit ❑-3: Stored Materials Record Exhibit E-1: Change Order Form Exhibit E-2 Work Directive Form Exhibit F-1; Certificate of Substantial Completion Form Exhibit F-2: Certificate of Final Completion Exhibit F-3: Punch List Form Exhibit G-1: Final Payment Checklist Exhibit G-2: Warranty Exhibit H: General Terms and Conditions Exhibit I-1: Supplemental Terms and Conditions Z Applicable ❑ Not Applicable 4 Cortstruclion Services Agreement 12025_ver.41 Exhibit 1-2: Affidavit Regarding Labor and Services The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 25-8522 "Ted Curcio Bridge Repair", 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 (0 ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ❑Exhibit J: Technical Specifications ZExhibil K: Permits ❑E=xhibit L: Standard Details NExhibit M: Plans and Specifications prepared by: Stantec Consulting Services, Inc. ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A_ All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S Mail or E-mail, addressed to the following: Collier County Board of County Commissioners, FL c/o Transportation Management Services 2685 South Horseshoe Dr, Naples, FL. 34104 Attn: Robert White/Project Manager III Phone: 239-380-3469 Email: robert.white@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: Structural Preservation Systems, LI.0 10150 Old Columbia Road Columbia, MD 21046 Attn: Colin Meneely/Assistant Secretary Phone: N/A Email: cmeneely a@structural,net 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 CLIMES, 8,1 13y 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 Agmeenlent [2625_ver.4j 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 0 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 Worts 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, worts 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. Chanute 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 e Construction Services Agreament [2025 ver 41 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 ("CEl") 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 shalt be considered the Professional In relation to the Work or a particular portion of the Work, r Construction Services Agreement: [2025_ver.41 (j) "Project" shall mean the total construction, of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. (k) "Project Manager' shall mean an individual employed by the Owner and assigned to manage and administer the Project which is the subject of the Contract Documents. (1) "Proper Invoice" shall mean an invoice that conforms with all statutory requirements and all requirements specified in the Contract Documents. (m) "Punch List' small 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 B Construction Servires Agreement 120254ver 41 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 tip 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 Sorvicea AgreemeN 12025_ver,41 .�L V IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRST VITNESS ,A Ja Print Name SECOND WITNESS AVO / Vv() Print Name ATTEST. Crystal K. Kinzel, Clerk of Courts & Comptroller Z*" Date. Appro*djasVo,jorm and Jeffrey ff.1KI#ko%r, County Attorney CONTRACTOR: Structural Preservation Systems, LLC M Print Name and Title Date: I Zi.%6 OWNER, . BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: Dan Kowal , Chairman 10 Constriction Services Agreemanl 12025_ver.41 EXHIBIT A-1: CONTRACTOR'S 8Ip SCHEDULE (FOLLOWING THIS PAGE) Construction Services Agreement: [2426 ver.4J BID SCHEDULE TED CURCIE ROAD OVER DRAINAGE CANAL Contrucllon ITS N25 0522 COUNTY PROJECT NO, 66066,2 - BRIDGE NO. 034122 CATEGORYI- ROADWAY ITEMS ITGM NO. ITEM DESCRIPTION UNIT CITY UNIT PRICE TOTAL 1011 MOBILIZATION 1.5 1 $ 40.227.00 $ 40,277,00 0101 1 1 PROVIDEIMAINTAIN "AS BUILT" PLANS ! SPALL REPAIR PHOTOGRAPHIC OOCUMr'NTATION I S. 1 $ 19A65.00 $ 19,065,00 010112 PROVIDE COfdSTRUGTION SURVEYING AND LAYOUT LS 1 $ 15,782.00 S 15,782.00 0101 1 3 PRESERVATION OF SURVEY MONUMENTS LS 1 $ 14,662.00 S 14,5G2.00 01021 MAINTENANCE OF TRAFFIC l S 1 $ 27,152.00 5 27,152.00 010411 FLOATING TURBIDITY BARRIER Lf: 200 1 $ 53.54 $ 10,706.00 CATEGORY I -ROADWAY TOTAL: $ 127,496.00 CATI GORY It - SIGNING & PAVEMENT MARKINGS ITEM13 0709 11101 TRAFFIC STRIPE -TWO REACTIVE COMPONENTS, STANDARD, WHITE, SOL10, 6" LS 1 1 2,214,011 $ 2,244.00 070911201 TRAPPIC STRIPE -TWO REACTIVE COMPONENTS. STANDARD, YELLOW, SOLID, 8" LS 1 $ 2,244.00 $ 2,244.00 CATEGORY 11-SIGNENr3 ANO PAVEMENT MARKINGS TOTAL; $ 4,488,00 CATEGORY III - STRUCTURES IUMS 012170 FLOWABLE FILL CY 13,5 1 $ 700.00 $ 9,450,00 0401 70 2 RESTORE SPALI,ED AREAS, LAYr=x MODIFIED MORTAR -STYRENE BJTA13IFNE CIF 3.2 $ 1,256,25 5 4,020,00 0413151 METHAGRYLASC MONOMrzPZE GA 15 $ 192.93 $ 2,893,95 0413 154 CLEA14ING & SEALING CONCRETE SURFACES -PENETRANT SEALER OR METHACRYLATE SF 1441 $ B-80 $ 12,240.50 0455 811D6 CATHODIC PROTECTION, Fdl, PIER, OTHER MATERIAL ASSEMBLY EA 5G $ 597.21 $ 33,443.76 04551335 STEEL SHEET PILING, F&I PERMANENT SF 2000 $ 160.0D $ 300,000,00 0457 2221 CATHODIC PROTECTION INTEGRAL PILE JACKET, STRUCTURAL, 16,1 30,", GALVANIC SYSTEM LI` 112 $ 2, oma $ 28B,800.00 045D 1 28 BRIDGP- DELI( EXPANSION JOINT, REHABILITATION, POURED JOINT WITHOUT BACKER ROD LP 48 $ 85.02 $ 4,000.96 0530 $4 RIPRAP-RUBBLE, DITCH LIMNING TN 209 $ G50,00 $ 135,850,00 053074 BEDDING $TONr' TN 140 $ 750,0o $ 105,000.00 CATEGORY III - STRUCTURES TOTAL; $ 875,787.17 TED CURCIE ROAD OVER DRAINAGE CANAL. - BID SUMMARY CATEGORY I - ROADWAY TOTAL $ 127,496-00 CATEGORY II - 8IGNING AND PAVEMENT MARKINGS TOTAL $ 4,488.00 CATEGORY III - STRUCTURES TOTAL $ 875,787.17 TOTAL BID AMOUNT $ 1,007,771.17 OWNER'S ALLOWANCE (10% of Total Bid Amount) 5 '100'777.12 Stair will allocate 10% f❑r Ownor's All❑want❑ - for Owners Use as Directed. Thls Allowance will ba used only a11he Owner's dlraetion to u mpllnh work due to unforeseen onndlllon9 anarot as dlraclod ey Ine Owner. Inclusion of the Allowance as parr of the Contract price Is not a guerentee Thal the Corllrador will bo pald any portion or the full amount of iha Allowance, Expendlteres of Owners Allowance will be made Ihraugh Change Order Will proper documentation or Time and Materiels supporling the change. a1v EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 12 Construcllon Services Agreement: I2025_ver.41 FORM 1-DID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TED CURCIE BRIDGE REPAIR DID NO.25.8522 Full Name of E3iddcr Structural Preservation Systems, LLC Main Business Address 10150 Old Columbia Road; Columbia, MD, 21046 Place of Business 2001 Blount Road Pompano Beach, FL 3306 Telephone No, 954-984-9555 State Contractor's License #, CGC 1511798 State of Florida Certificate of Authority Document Number M05000003849 Federal Tax Identification Number_ 20-2058265 DUNS ft 60-198-2775 CCRU RDB(3DWPNWMH5 Cage Code 4LQR4 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declarers 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 forth 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, Lools, apparatus and other means of construction, including utility and transportation services necessary to do all (lie Work, and furnish all the materials and equipment specified or refcrrcd to in the Contract Documents in the manner and tilnc herein plIescribed and according to the requircnhents of Elie Owner as therein set Forth, Ralhish the Contractor's Bonds and Insurance specified ill the 0enerAl Conditlons of the Contract, and to do all other things required of the Contractor by the Contract Documents, rind that it will take full payment the stuns set Forth in the following Bid Schedule: Unit prices shall he provided In no more than two deLl=nal paints, and to the ease where further declrnal points are Inadvertently provided, rounding to two doolrnni points will be conducted by Proom-en►ent Services Alvisiou staff. Upon notification that its Bid has been awarded, the Successhil Bidder will execute the Agreement farm 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 bt!oo❑te the property of tine 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 Successfiil Bidder fails to execute and deliver to Owner the requited Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total atno► nt 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 tale event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver [lie Agreement, Insurance Cerlificates, and Bonds in a timely manncar. Upon ruccipt of the signed and approved agreement and Purchase Order, the undersigned proposes to commence work at the si to within five (5) calendar days from (lte commeucc[ncnt date stipulated in the written Notice to Proceed unless the Project Manager, in wrilfng, subsequently notifies the SUCCCSSfttl Bidder ofa modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by (his Bid within Two Hun(Ired Rm•ty (240) consecutive calendar days, computed by excluding the commencement (late and including the last clay of cuch period, and to be fully completed to tine poittit of final acceptance by the Owner within Thirty (30) consecutive calendar clays 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 i Siginttu re: Title; 1431fts MJ r bate: 9 � � �- FORM 3 - MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON -RESPONSIVE All Didders shall confirm by signature that they will provide the ianufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255,20 to provide lumber, timber and other forest products produced and mmnufnctured in the State of Florida as long ns the price, fitness and dual ity are equal. Fxceptions (wlicn 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 manufiiclu•er named in the specification, Acceptance of this farm does not constitute acceplance of material proposed on this list. Complete and sign section A OR B. Section A (Accepttnce 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: 5rf,,PACP&ISIrA?•+-J 5yyM*t f, G G Signature:L�ze Date: _ 3 a d < Sect loll 13 (Exceptioll requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER NIA 2. NIA 3. NIA 4. NIA 5. NIA Please insert additional pages as necessary. Company: Signature: Date I+ORM 4 - LIST Or MAJOR SUBCONTRACTORS THIS FORM MUST BE COMPLETE, OR Ban MAY BE DEEMED NON -RESPONSIVE The undersigned stntes that the following is a list of the proposed stlbeOltlractOfS for the major natCJ90l'1CS Outlined ill the requu'cincnts of the 13id specifications. The undersigned aclawwledges its responsibility for ensuring that the Subcontractors for tha major categarics listed herein are "qualified" (as defined in Ordinance 2017-08 and Section 15 of Instrudions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to 1h1'olrer licenses, certifioatious, registrations and insurance coverage. 1,11C Owner reserves tie fight to disqualify any Bidder who includes iron -compliant or non -qualified Subcontractors in its bid often. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is tbund to be non-cotnpliant 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 oflbe Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use oil the Project. 'rhe undoisigned further agrees that all Subcontractors subsequently identified far any portion of work oil this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1, Electrical 2. Mechan ical 3. Plumbin 4, Site Work ACME Barricades - 3690 Canal SL Ft. Myers, FL 33916 5. Identify other subcontractors that represent more tlharl 10% of price or that affect tlhe critical path of the schedule Gulf Shore Marine Construction - 5860 Strand Court, Unit 106 Naples, FL 34110 3eplus, Inc. -11231 US Hwy 19277 North Palm Beach, FL 33406 Sims Crane & Equipment - 1901 Benchmark Ave, Ft. Myers, FL 33905 Company: Signature; —FORM 5 - STA'TEOVIENT O>♦ EXPERIENCE OF BIDDER THIS FORM MUST .13E COMPLETED OR OID MAY BE AT:FMITI) NON-RESYONSIVE/NON- RESPONSIBLE. SEE SUPPLEMENTAL QUALIFICATION REQUIREMENTS -- (The Sryjplerur+rrlrr! Qrrrrll�ea[larrs frtkea prcc¢rlerrce, Slrnrrlr! llrere be co,r/llcfing Irrrrgrrrige ►lrllh !Ills Ertl rrr.) The bidder is required to provide five (5) project references, stated below, of what work of siniiiar magnitude completed within tlic last five (5) years is a,judge of its experlence, skill and business standing and of its ability to conduct (lie work as conipletely and its rapidly as required under the terms of the Agreenient. t. FKEC Phase ll Transmission Line (project name) Tams Harbor Cut Bridge, Duck Key Viaduct, Durk Key, FL 33050 (project location) Repair transmissiorl lines, Install GP Jackets and Bulk Anodes (project description) 9/912020 (Signed) 9/812022 (Completed) $ 5,742,226.00 (project start/completion dates) (contract value) 2• Structural 1-95 30 Bridges 2,3,4 (project rialne) 2598 SW 32nd Street, Dania Beach, FL, 33312 (project location) Strengthening of AASHTO Girders with FIRP (project description) 1217/2021 (Signed) 4/912024 (Completed) $ 1.336,68B.0O (project starticompletion dates) (contract value) 3' City or Lighthouse Point - 8 Bridge Package (project name) 3701 NE 22nd Ave, Lighthouse Point. FL 33064 (Project location) Corrosion Pralecllon and Bridge Strengthening (project description) Florida Keys Electric Cooperative Association, Inc. (project owner) 91360 Overseas i•I Ighway, Tavernler, FL 33070 (Owner's address) Tom Anthony (Retired) (Owner's contact pet -soil) 305-510-1490 (phone) Archer Western (project owner) Chief Operations Officer (Retired) (title) tomwilIdolt@gmail.com (enlail) 4343 Anchor Plaza Parkway, Suite 165, Tampa, F 33634 (Owner's address) Barnard Conway Project Executive (Owner's contact person) (title) 617-592-3905 (phone) bconwaygwalshgroup.com (email) City of Lighthouse Point (project owner) 2200 NE 381h Street, 11-14hlhouse Paint, FL 33064 (Owner's Wdress) - Nicole Davisson (Owner's contact person) City Clerk (title) 912712023 (Signed) 41812025 (Completed) $ 1,808,965.00 954-943-6500 LHPadlnin@liglithousepolnt.cam (project starucaniplelioll dates) (conlract value) (phone) (eulail) FORM 5 - MWrEMFNT OF EXPERIENCE OF RTMER 4, Keys Energy Pale Phase 2 (project 112111e) 91630 Overseas Hwy, Tavernier, FL 33070 (project location) Foundation Corrosion Protection (project description) 818/2024 $ 4,573,460.00 (project completion date) (contract value) 5• TECO Dig Bend Intake 1,2 Keys Energy Services (project owner) - 91630 Overseas Hwy. Tavernier, FL 33070 (Owner's address) Previously: Electrical Project Engineer Sarn Gaccione Current: Director of Engineering (Owner's Contact pet. 011) (title) 305-587-3155 samuel.gaccione r,7lceysenergy,conl (phone) (email) TECO Big Bend Station (project [ionic) (project owner) 6U3 Big Bend Road, Apollo Beach, FL 33572 603 Big Bend Road, Apollo Beach, FL 33572 (project location) Concrete Repalr, Corrosion Protection (project description) 8131/2020 $ 4,183,727.00 (project completion date) (contract Value) Company: Signature: (Owner's addrms) Kevin Payne Principal CMI/Strvcturai Engineer (Owner's contact person) (title) AWA_Rd 0_499A Itvname aMacnanorov.nom (phone) (email) FORM 6 - TRUNCH SAFETY ACT TRENCH SAFETY AFFIDAVIT (SWORN STATEMENT) Tire Occupational Safety and Health Administration excavation safety standards, 29 C:f X 1926.650 Subpart P, bench safety standards, will be in effect during the period of construction of the Ptnjoet, Contractor acknowledges and issues this sworn statement that included in the Contract Price are casts for complying willr the Florida Trench Safety Act (90-96, Laws of FL) effective October I, 1990, and hereby gives assurance that, if awarded the Contract, the Contractor or Subcontractor perl'onning trench excavaliou work on (lie, Project will comply with the applicable trench safety standards. The Contractor further identiti❑s the costs as follows: Trench safety item (Descrimion) _ Cos TOTAL THIS IS NOT A PAY ITEM: The pwpose of this form is to gather infonnation on the costs associated with trench safety measures and to insure that the Contractor has considered these costs and included than in the Total Estimated Base Bid and the Total Estimated Additive Alternate laid. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. The undersigned assures that the entity will comply with the applicable Trench Safety Standards and agrees to indemnify and hold harmless the Owner, and any of Owner's ngcnts or employees *om any claims arising from the failure to comply with said standard, The undersigned, in entering this Contract, represents that lie has reviewed and considered all available gcoteclrnical information and made such other investigations and tests as he may deem necessary to adequately design the trench safety system it will utilize on this Project. corr'r "rUl NA kr•Strut;tural Preservation Systems, l.l.0 October 6, 2025 DATE: BY: TITLE: Assistant Secretary STATE OF 1, LOIt I DA COUNTY QF PINLLLAS '- The foregoi instinment was sworn and subscribed bcforc n►o by scans of 13 1y1 sical presence or ❑ online notarization this br day of 202 L, by aO&c — S . , who is personally known to me or has produced as identificalion. Notary Public 40;4 r, te My commission expires:/� WILMA C, ROURKE MY ooMMlssloN it Hli s981Aa r I KlrlttEB: Sttplarn6er 13, 2027 FORM 7 - BID BOND THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON -RE, SPONSIVEINON- RESPONISBLE KNOW ALL MEN BY THESE PRESENTS, that we Struotural Preservation Systems, LLC (heroin after called the Priticipnl) and Fidelity an eposlt Company of Maryland (IiCrcin called the Surety), it cor urtttiatt chartered -t existing under the latws ofthe State of Illinois with its principal offices in tiro city orSchaumburg and authorized to do business in the Site of Florida are held and Finely bound unto tits Collier County Board of County Commissioners (heirinafter called tilt Owner), in the full and just sutra nr F �1,�r -y� hr�c• 1 lk t` dollars good and Inwful money of lite United States of Atnerien, to be paid upon demand of the Owner, to which payincnt well and truly to be made, the Principal 4t1d the Surety bind 1llcrrrselves, 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 fiunishing all labor, materials, equipincnt and incidentals necetisary to Furnish, install, rind fully complete the Work on the Project known as Bid No. 25-8522 Ted Curcie Bridge Repair. NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into 1110 required Agreement with il►e Owner and within tell days after the date of a written Notice of Award in accordance with the tertus of such Bid, and glVe $itch bond or bonds ill an amount of 100% the total Contract Amount as specified ill the Tiidd ing Documents or Contract Documents with good and sufficient surely far talc faithrul performance of the Agreement and for the prompt payment of labor, materials and supplies furilisltctl in the prosecution thereof ar, in the event of the failure of the PrUNC1PAL to enter intosuch Agrcenient or to give such bond or bonds, and deliver to Owner (lie required certificates of insurance, if (lie PRINCIPAL shall pay to the OBLIGEE the fixed stun of$ ';U ` ` noted above as liquidated dainages, and not as a pennity, as provided in lite Bidding Docnnlent6, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof the Principal and Surety Ilave caused Iltese presents to be duly signed and scaled this 30th day or September 2025 . 13Y ctural Presorvatigpt Systems, LLC principal and Deobdd Company of Maryland Countorsigned Shirlene Greene Appointed Producing, Agent for North Carolina (Seal) Surely ZURICH AMERICAN INSIUIZANCE COMPANY COLONIAL AMERICAN CASUAL•I'Y AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND IFOWER OF ATTORNEY KNOW ALL MEN BY THM, PRESENTS: That tilt ZURIL'I I AMU-RICAN INSURANCE COMPANY, it corporalion of the state of Nc%v York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the Stale of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND it corporation of tiwstatc of 111inois (heroin collectively called the "Companies"), by Christopher Ntyintl, Vice President, ill pulstiallee of Ruillorily grlllltetl by Al'tiUI4 V, Section S, of Me By -Laws of said CoMpi mieN VIlich tire set forth Oil file reverse side I1creof imd tare hereby eerlif icil it) be ill full force mild crfecl all the date holtof, do Ilelvby niuninate, conslihde, anti appoint Jynell Marie WHITEHEAD, Jennifer B. CULLETT, Catimerhne THOMPSON, Arty It. WAUGH, Noltli NVlllhtin PlCi 110E, 5hh•lenne GRCENE, all of Charlotte, North Carolinn, its true anti lawful ngcnl and Allornoy-in-Fael, to make, execute, scnl and deliver, I'or, and kin ilti heht,lf Irs surety, and t1N ins net 3intl deed: ally anti llll bonds and rinderlakirigs, and Ilse oxmil ion of such builds or undertakings in pm:wuatict: Of these ilmmils, shall be as binding upon said ColmpanicS, as fully and amply, to kill inleuls and purlitmes, as if Ihey Ilali beetl duly cxceulctl and acknowictlged by the regularly elected officers orthe ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of Into COLONIAL AMERICAN CASUALTY AND SURETY COMPANY tit its office ill OwinDti Mills, Maryland., Itud [lie regallirly elected cflficefs of line FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Gwings Mills, Maryhnrtt„ ill ihoir own proper persons. 'rhe said Vice Ptl:sident rloeq hereby CCFI!ry 11110 the extract set Earth oil (lie r•everso side hereof is a Into copy of Article Y,Section S, of Ilia By-l.rtivs ofsaid Companies, and is now Ill force. IN WITNESS WHEREDY, file snid Vice -President liar herewilo subscribed histller llarries and Ilfiixed the Cutporule Seals of the %aid ZURICR AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, laid FIDELITY AND DEPOSIT COMPANY OF MARYLAND, thN 211d tltly Or June A.D, 2425. Jk)L, I "/).� live Clrri,stnpher Nolan f,'fcirPre irlwrt 4 -j Gtht/iL � Vf. o, _- 11j•t Down E. Brown Srcrem1:1• State of' Mnryland County or IlniHolore ATTEST: ZURICH AMEIZICAN INSURANCE COMPANY COLONIAL AMERICAN CASUAUIT AND SUIZL'l-Y COMPANY FIDELITY AND I]EPOSIT COMPANY O11P MARYLAND m SEALm9EAL5F1+1 t''•r ZW1 On this 2nd tiny or lone A.D, 2025, tie fure lilt subscriber, 11 Nollay PL1ht1C or lite Stole of Maryland, dilly comillissiolled and tiltillifivd, ChrlsOlilter Natm1, Vice Preltldeld mud Da1VI1 E: llrown, Seercinry of the Complinicn, to nic porsellnlly kilawn to be the IlliivitltlnlN ulid officers described [it ism1 who executed tine prectdiag insineinenl, mid acknowledged lite execttllull ol, smile, anal being by me duly swonl, depaselh And Nnilh, Ihul hen site is the said officer of the Cnliwany aforesaid, nntl tilnl the %C1119 ltl]ixcd to the precedllig ifiHIMIlleal are lite CuYppsitic ,arms or said Companies, mul thAt lite snid cotporale. Seals and lilt siglalitlre AS MICl1 of Beef WCrc deny Alfl%e[l Alltl sabscrlUC[I le line sniti instrflmc it by [lie nulhurity and direclion of Isle redid Corporllions. IN'rESTINIDNY WHEREOF, 111ave hcrollaty Rol Illy lined anal nrRxcti Illy Official Seal the tiny and year first nbave written. •`' VE �1 �' fd +N1+t' 5 (ti �.,`I.'1'1t,C't�ItrlFl ll ll�.a„ryxei> C,wayleve M. Malson Hillary Publlc Ayr commimica E%Illm Jamlary 2r, 2020 Authenticity of tills baled Cnu be collfilrllled tit hill' d�'nlidator.xilrich un.cn111 or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, SCCIiOi1 8, Atarileyti-hit FacI. The Chler Gxeutitive Officer, tilt president, or illy Executive Vice President or Vice President may, by wrilicu instnimeot under the attested corporate scul, appoint attorneys -in -fact with auillorily to execute bonds, polices, recogil1•lancios, ,"sti1 Motions, undertakings, or other like imarulltents on behntf or [lie Company, nud may aalliorize uny officer orally such altorney-in•fact to ELfflx 1110 Wrptlfiltc Scud IhereLo; and may with or without cable modiry of rovoke any such appointment or ntlllority at tiny tide." CERTIFICATE 1, the tlndcl'Klblled, Vice President of (lie ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and [lie FIDELITY AND DEPOSIT COMPANY Of MARYLAND, do hemby certify hint the foregoing Prayer of Attorney w Ktill in bill force and effect on the date or this certificate; and I fits Iln'ilicr certify illllt Adicle V, Section >i, of (lie By -Laws of lilt Conlpinlies is still in force. This Power or Altonley and Ccrii fiche ratty be sigiied by f iusimile tutder and by nlitllarily of the fullo%Ving resOlfition of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a nlceliitb duly called nod held on the 15111(lily OrDeCeosber 1998. RESOLVED: "`that the sigmlturc or the President or it Vice l're_Sident and the attesting si6mNare oft] Secretary or sin Assisinnl ScerutRry mild the Scal of the Company may be aflxed by facsimile oil filly Power of Altorncy...Any such PuNver or sly curtificale thereorbairing such fnesinlile 1,iguature anti seal Shull be Valid and binding on the Company." This Power or Attorucy anti Ccrtilienlc may be signed by facsimilC under and by allillorily or Ille folloWitLg resolutiun of the Bowd of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at it meeting duly called mid hold oil (lie 51h (Illy or May, 1994, Fuld file following M.0kiiiaa of the Board of Directors or the FIDELITY AND DEPOSIT COMPANY Of MARYLAND al ;k mewing duly enlied and held tin file mi, day or May, i9go. RESOLVED: "That the facsimile or mechanically reproduced seal of tilt company and facsimile or mechanically rt:protluccd signalue of any Vice-Prosident, Secretary, or Assistant Secretary of [lie C0111paily, Whether mnck heretofore or Ilerenfiler, wherever appeariig upoli a certified copy or any power of alturncy issued by (lie Company, shall be valid and binding upon [he Conlpmly with the same fiarecand cffecl as tllottgli manually affixed. IN TESTIMONY WHEREOF, I have Ile x: n to subscribed my name and nfftxed the corporate scnls of the said Companies, this 3Oth day of September 25 . x,.....,rr r A,p„•r•uuryr ssuq�rwAGO or�+yay r lo�an+q;, 8�40A.'•z .� a o,�Piaaf�� T pAl.'e fit goSEAt`e�= KCAL ;_ �y A� r4r hKIYYfl�"+a� %i A 9 rt'ACIE Mury Jun Pethick Vice Pre:sidenl TO REPORT A CLAIM WITH RE CARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE VFSCRIPTION OF THE CLAIM INCLUDIINC THE PRINCIPAL ON THE BOND, THE DONU NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 ;cporRwLl,tiias i�lr.4tFt41lllll,,ct►r�r 800-626-4577 Authenticity of this [mall can he confirmed at Unnclvnlltlator.zuricllna,cnrtl 01. 410-559-8790 EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE, PROJECT Narne Jacob Lyles Stephen Bouwer Personnel Category_ Construction Superintendent Project Manager 13 Constructlov Services Agreement: [2025_ver_41 EXHIBIT B-1; PUBLIC PAYMENT BOND M Attached hereto, fo1owing this page ❑ Not Applicable 14 Construetlon Services Agreement: [2025—ver.4] Bond No. 9487700 EXHIBIT S —1: PUBLIC PAYMENT BOND Contract No. 25-8522 KNOW ALL MEN BY THESE PRESENTS; That structural preservation S stems LLC as Principal/Contractor, located at 10150 Old Columbia Rd, Columbia, ML] 2104E Telephone: 954 984.9555 (Business Address and Telephone Number), and Fldelity and Deposit Company of Maryland , as Surety, located at 1299 Zurich_ Way, Schaumburg, IL 60196 - 1058 Telephone: 847 605-6000 (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 One Hundred Eight Thousand Five Hundred Forty -Eight and 29/100 dollars ($1,108,548.29 ), 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 ,20 with Obligee for Collier County project 25-8522 Ted curcie Bridge Repairs (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 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 day of 20 2f , 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: PRINCIPALICONT ACT4 : Structural Preservation Systems, LLC Si nature ,/ % Name and Title STATE OF tL COUNTY OF - w.d The foregoing instrument was acknowled ed before me by means of ✓ physical present or _ online notarization, this�`day of =•�i� 20ZG by r ' is; � as of r s•W w ac a L-1 C- corporation, on behalf of the corporation. He/She is pe sonally known toMe OR has produced identi Icatien an i not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) "" ':• WILMAC. ROURKE =• •= MY COMMISSION # HH 398143 EXPIRES: Sepiembw 13, 2027 .,nkY i• (Signature of Notary) (Legibly Printed) Notary public, State of t-e e)n'F /OA Commission No.: SURETY: Fidelity and Deposit Company of Maryland 14 Slate House S u ra Floor 11 Authorized Signature Malerie Janet Williams, Attorney- I n- Fact (Printed Name) Attest: Jason Martin, Witness STATE OF Connecticut COUNTY OF Hartford Hartford, CT M03 (Business Address) CORPORATE ACKNOWLEDGMENT 7 9te0j e. r • The foregoing instrument was acknowledged before me this 16th day of January , 20 26 by Malerie Janet Williams. Attorney -In -Fact _(name of officer or agent, title of officer or agent), of Fidelity and Deposit _company of Maryland (name of corporation acknowledging), a Illinois (state or place of incorporation) corporation, on behalf of the corporation. HeJShe is (personally known to me) (or has produced identification) Personally known to me __(type of identification) (as identification) and (did/did not) take an oath. Kaden Zachary Tate NOTARY PLJBLIC State of Connecticut My commission Expires 07131/2030 Signature of Person Taking Acknowledgment Kaden Zachary Tate, Notary Public Name of Acknowledger Typed, Printed or Stamped EXHIBIT B-2: PUBLIC PERFORMANCE BOND ® Attached hereto, following this page ❑ Not Applicable 55 Construction Services Agreement: [2425_ver.4] Bond No. 9487700 EXHIBIT B — 2: PUBLIC PERFORMANCE BOND Contract No, 25-8522 KNOW ALL MEN BY THESE PRIESENTS: That Structural Preservation Systems. LLC as Principal/Contractor, located at 10150 Old Columbia Rd., Columbia, MD 21046 Telephone: (954) 984-9555 (Business Address and Telephone Number), and _ Rdelily and Deposit Company of Maryland , as Suretyr located at 1299 Zurich Way, Schaumburg, IL OWN - 1056 , Telephone: 847 005-6000 (Business Address and Telephone Number) a duly organized corporation, nationally recognized surely 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, FI< 34112-5746, Telephone: (239) 252-8999 as Obligee In the sum of One Million One Hundred Eight Thousand Five Hundred Fort -EI ht and 29/100 Dollars ($ 1,108,548.29 ), 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 or 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, Principal has entered into a contract dated as of the _ day of 120 With Obligee for Dallier County projeol 25.6522 Ted Curcio Bridge Repairs (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 Obllgee against and from all costs, expenses, damages, including but not limited to damages for delay due to the Princlpal/Contractors 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 part of said Principal/Contractor, Its agents, or employees, In the execution or performance of the Contract; then this obligation shall be void; 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 Princlpal/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/Conlractor'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 Instlluted within five years from the date Obligee obtained actual knowledge of the cause of action. 1, IN WITNESS WHEREOF, the above parties have executed this instrument this � day of - t44fA4, 20 4 --, the name and corporate seal of each corporate party being hereto affix d and 04ese presents duly signed by Its undersigned representative, pursuant to authority of Its governing body. Signed, sealed and delivered In the presence of: PRINCI LI ONTRACTOR: Structural Preservation Systems, LI_G 9" S104ature, �f � Gof'.J cyya%�x Name and Title r STATE OF COUNTY OF The foregoing Instrument was acknowledged before me by means of ±physical presence or onli a notarization, this J-9 day of 204— by ' as e of G 4.c. carp ration, on behalf of the corporalion, He/She Is pe wa— tq_ a OR has produced Identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) WILMAC. ROURKE * MYCOMMISSION #HH 898143 EXPIRES: September 13, 2027 (Signature of Notary) j (Legibly Printed) Notary Public, State of Ft-oA?-f,0e4 Commission No.: _.61H 3 fs Y 3 SURETY: Fidelity and Deposit Company of Maryland Authorized Signature Malerie Janet Williams, Attorney -In -Fact (Printed Name) ATT ST: Jason Martin, Witness STATE OF Connecticut COUNTY OF Hartford Hartford, CT 06103 (Business Address) CORPORATE ACKNOWLEDGMENT The foregoing instrument was acknowledged before me this 16th day of January _, 20?a by Malerie Janet Williams, Attorney -In -Fact (name of officer or agent, title of officer or agent), of Fidelity and Deposit Company of Maryland (name of corporation acknowledging), a llllnois (stale or place of Incorporation) corporation, on behalf of the corporation. He1She is (personally known to me) (or has produced Identification) Personally known to me (type of Identification) (as identification) and (didldid not) take an oath, Kaden Zachary "Cate NOTARY PUBLIC State of Connecticut My Commission Expires 07/31 /2030 Signature of Person Taking Acknowledgment Kaden Zachary Tale, Notary Public Name of Acknowledger Typed, Printed or Stamped ZURICH AAIERICAN INSURAtNCE COMPANY COLONULL AAIERICAN CASUALTY AND SURETY CONtPANY FIDELITY AND DEPOSIT COMIPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That tilt ZURICH AWfI=RICAN INSURANCE COMPANY• a corporation of the State of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of due State of Illinois. and the FIDELITY ANT? DEPOSIT COMPANY OF MARYLAND a corporation of due State of Ihiinois (herein collectively called the "Companies!'). by Christopher Nolan. Vice President, hi Pursuance of authority granted by Article V. Section g, of the By-Lnws of said Companies, which are set Nil% on the reverse side htrnaf and are hereby Certified to be in full forge and effect ou the date hereof, do hereby nominate. constitute, and Appoint Jonathan GLEASON, Dorltln NIORCA, Cannot- WOLP£RT, Ashley ALEXIS. Mitlerie Jnttet►PILLIAMS, hilehrlly Anne 1ICAL►HON of HArtrmsl, Connecticut, its tine and In-,yfitl agent and Attonicyat-Fact, to make, execute, seal and deliver. for, acid on its behalf As surety, and as its act and deed' airy and ail bends and undertakings, and the execution of such bonds or undertakings in pursuance of these prescuts, shrill be as binding upon said Companies, as fully :rid amply, to All talents and purposes, its if they lead been duly executed and acknowledged by die regularly elected officers of tilt ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SUP.ZTY COMPANY at its office in Otvings Mills. Maryland., nad the regularly elected officers of life FIDELITY AND DEPOSIT COMPANY OF ,MARYLAND V its office in Owings Mills, Mrtrylond- in their owit proper persons. The said Vice President does hereby certify that die extract set forth oil the reverse side hereof is a lire copy of Article V. Sectiou 6, 0f tltt BY -Laws of said Companies, and is now in force - IN %VTTWESS WHEREOF. the said Vice -President has hereunto subscribed hWher nattics and affixed the Corporate Seats of the sAid ZURICH AAIERICAN INSURANCE COMPANY, COLONIAL A,%IF.RICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF'MARYLAND. this loth day of November, A.D. 2025, SCAL. � ��FL 9 fq ` BTJiIh i' .� .. ATTEST: ZURICH A.NIFRICAN INSURANCE COMPANY COLONIAL ANIERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMP LNY OF AN[ARYLAND i Bt�. CJrr'islopher�Valntl Vlce Pmsiderrr rll_�C�G67l. �� ri(JLdlt tom. _ BY: Down E. Bivion Secneraar State urillaryland County of Baltimore On this h01h day ofNoventber, A.D. 2025. before the subscriber. n Notary Public of the State of Maryhnnd, duly commissioned and qualified. Christopher' Nolan,'s1re President Anil Dawn E. $rnivit, SerreiRIT of the Companies, to me persoually known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged file execution of saute. and being by ine dilly sworn, deposeth and snith, that helshe is die said officer of file Company aforesaid. Ind that the scats affixed to the preceding instrument are the Corporate Seals of said Cauipanies, and that flit said Corporate Seals and the sigitantre as such officer were duly Affixed and subscribed to the said itisirunient by the authority and direction of the said Corporalions, IN TESTIMONY WHEREOF. I have hcrminiv set my hand and Affixed lily Official Scal the day acid year first Above tvritfeu. rl4^,4 J �1G7n,JX 0eilmiuve M- Malson Notary Pulillo My Commission Expire January 27, 20S Authenticity of this bond can be eonlir•med at bnncls,alidatal'.2tii'ielinn.com at• 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V. Sectiou 8, Altorticys-in-Eact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fRct with authority to execrate bonds, policies, recogtuzances, stipulations, undertakings, or other like insminients on behalf of the Company, and Nay authorize any officer or any Bitch attorney-nr-fort to affix the corporate seal thereto; and may whit or without cause inodify of revoke any such appointment or authoIity at any tiitne." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify than the foregoing Power of Attorney is still in bill fore and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is stilt in force. This Power of Attorney and Certificate may be sighed by facsimile under and by authority of the following resohilion of the Board of Directors of the ZURICH AMERICAN IlNSURANCE COMPANY at a meeting duly called and held au the 15th day of December 1998. RESOLVED: "That the signaRre of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may he affixed by facsimile on any Power of Attoiney,..Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by Facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called a ud held on the 5th slay of May, 1994. and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYL.AND at a meeting duly called and held on the i tlth day of May, 1990, RESOLVED: "That the facsunile or mechanically reproduced sewn of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Compaaxy, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and balding upon the Company With the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have herewuo subscribed my annme and affixed the corporate seals of the said Companies, this day of i f sEAL SFJII SEJIt. j Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESC'RrFnON OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BONA, THE BOND NUMBER, AND YOUR CONTACT INFORA [ATION TO: Zurich Surety C'lainis 1299 Zurich Way Schaumburg. It 60196-1056 reporNfc la i tns(drztirichna.corrr $00-626-4577-4577 Authenttelty of this bond era be coullrmed at bondvalidator.aurichnn.com or 410-559-8790 WillisTowers Watson J,1'1' 1.1 January 23, 2026 Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL, 34112 RE: Collier County project 25-8522 Ted Curcie Bridge Repairs Phone: 704-376-9161 Fax: 704-342-0343 www_wiliis.com Please be advised that we are agreeable to the County entering the contract date in the "whereas" section of the bond. Sincerely, i , �f+ • 5Ji t �.� ram/ ! �C�-- �Fq 11i6C Catherine Thompson Senior Surety Specialist Willis of North Carolina, Inc. P. O. Box 31817 Charbtte, NC 28231 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY_ a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies") by Christopher Nolan, Vice President, in pursuance of authority granted by Article V. Section S. ofthe By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute_ and appoint Jynell Marie WHITEHEAD, Jennifer R. GULLETT, Catherine THOMPSON, Amy R. 1VAUGH, Noah William PIERCE, Shirlene GREENE, all of Charlotte, North Carolina, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver_ for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply. to all intents and purposes, as iF they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills_ Maryland_ and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V. Section S, of the By -Laws of said Companies, and is now iii force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 2nd day of June A.D.2025_ By: Christopher Nolan Vice President By: Down E. Brown Secrerary State of Maryland County of Baltimore ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND `Wo,rua7frnq�r 1",u,,,,,,,u„r, a5 Y 1N5 �,�,., •Gor,rrra.,. ++. y A - SEAL 1�z =U' Sl�,4t_ ���a= _ SEAL ice'- JJ ���+..,,+r `�C ` � T�' ..a.,.r.Ari f� T ` -+rir �'•,N�v � �.Y '-L.�.•�•••lQJ`` .rr`pry,,,�.,,,i�n"``: Y�P'f;`pa++. o�+� On this 2nd day of June AD_ 2025- before the subscriber, a Notary Public of the State of Maryland, dtdv commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn. deposeth and saith, that be/ she is the said officer of the Company aforesaid. and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the sigsiature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal the day and year first alcove written_ .��.. vi,fi.t_ F Genevieve M. Matson Natary Public My Commission kxpire ,January 27, 2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or ViMPresident may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, polichs, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer orany such attorney-in-faet to affix the corporate sea] thereto; and may with or without cause modify of revoke any such appointment or auhority at any time." CERTIFICATE t, the undersigned, Vice President of the TURiCH AMERICAN INSURANCE COMPANY_ the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate: and I do further certify that Atticle V. Section 8, of the By -Laws of the Companies is still in force_ This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Boad of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day ofDccember 1998. RESOLVED: "That the signanwe of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certi ftcate thereof bring such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Boad of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signat= of any Vice -President. Secretary, or Assistant Secretary of the Company_ whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. thisW ESTIMO WHEREOF have hereunto ubscribed my name and affixed the corporate seals of the said Companies, day oft( `1r' at' Vsualtyd 4a� ; "�04,NS� SEALrn�_=USEl+L�S�= =y c •� ,fit rti -iqA� P.� W_-L Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 ret3ottsfelainis [r zurichna_com 800-626-4577 Authenticity of this Bond can be confirmed at bondvalidator.zu rich na.com or 410-559-8790 EXHIBIT B-3: INSURANCE REQUIREMENTS (Following This Page) 17 Construction Services Ayeemenk [2025—ver.4] EXHIBIT 13-3: 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 numberlcontract 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 andfor 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 coverages) 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_v r.11 FORM 8 - INSURANCE AND BONDING REQUIRE E' NTS Collier County Flo3•ida Insurance and Bonding Requirements Insurance I Band Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Werkers' Compensation coverage or a Certificate of Exemption issued by the State of Fiorida 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 Iittiis'lla tps.ildfs.cnm'bocexcmOt/ 2. ® Employer's Liability 5_1,000,000 single limit per occurrence I ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_1,000,000 single limit per occurrence, S2,000,000 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 Viability. 4. Z Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees frorn any and all liabilities, damages, losses and casts, including, but not limited to, reasonable attorneys' fees dnd paralegals' tees, 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 Occun•cncc; Bodily Injury & Property Damage, OwoedlNon-ownedJFlired; Automobile Included G. Other insurance as Watercraft $ 1,000,000 Per Occurrence noted: ® United States Longshoreman's and tlarborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 500,000 Per Occurl•ence 0 Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 500,000 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 Agmement, S Per Occurrence ® Pollution $ 1,000,000 Per Occurrence [] Professional Liability $ Per claim & in the aggregate 0 Project professional Liability © Valuable Papers Insurance Per Occurrence Per Occurrence [] Cyber Liability $ Per Occurrence ❑ Teckhrtnlogy 'l;.r•rom & Omissions $� Purr Dccurrcnce 7. Z Did band Shall be subntiticd with pralinsal response in the form of ccriified 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 shrill be inade 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 S200,000, bonds shall be submitted with the executed Nlynherht Bonds contract by Proposers receiving award, and written for 100%) of the Contract award arnnunt, the cost borne by the Proposer receiving an award. The Perfomiance and Payment Bonds shall be underwritten by a surety authorized to do business ill the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general pnliay 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 inost current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 rulton Street, New York, New York 10038. 9. ®'Vendor shall ensure that all subcontractors comply with the same insurance requirements that the is required to meet. The sanhe Vendor shrill provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named m "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. I. (9 She Certificate Iloider 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 [lie Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed oil behalf of Collier County. 12. ® On all certilleates, the C;cr'tificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail :East, Naples, FI, 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 tht, Collier County Risk Management Division. GG — 8/ 13/25 Vendor's insurance Acceptance Fay dub mission of the bid Bidder accepts and understands tlhe 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 insru'ability may be required within five (5) days of notification of recommended award of this solicitation. EXHIBIT C RELEASE AND AFFIDAVIT FORM (Template Form Following This Page is Construction Services Agreement: [2425_vsr.41 ErXHI131T C: RELEASE AND AFFIDAVIT FORM COUNTY OF ( ] STATE OF t ) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: after ('I) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and its subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor, (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Contractor's Signature Name and Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or _ online notarization, this _ day of 20 by as of a _ corporation, on behalf of the corporation. He/She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public, State of Commission No.: EXHIBIT o-1 CONTRACTOR APPLICATION FOR PAYMENT FORM Tern late Form Followirm This Aa e 19 Construction Services Agreement: [2025_ver.41 EXHIBIT D-1 FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners the OWN or Collier County Water -Sewer Owner's Project Manager's Name: Bid No. Project No. Count 's Division Name Purchase Order No. Submitted by Contractor Representative: Name _ Application Date; Contractor's Name & Address: Payment Application No. Original Contract Time: Original Contract Price: Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ - Total Value of Work Completed & Stored to Date: $ Retainage @6% through Insert Date $ Retainage @ 5% through [Insert date Less Retainage Total Earned Less Retainage Less previous payment(s)- $ Retainage @ _% after Insert date $ $ $ Pereent 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 Narne 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: I I Date: EXHIBIT D-2 SCHEDULE OF VALUES rem late Form Following This Page) 20 C:onstructlon Services Agreement= [2025_ver.4j 7 rzx W d IH n W � V W d n � r w w ci y3 x g rw z r- w W a w � d u eo d r � r W 0 f- o (n 4 W pw m d �h b F w a w w m d w M U U, L) 4i .z ! N a 4 N W ? d in fr. of d � W W w U � N 2 L] N W 6 Z EXHIBIT D-3 STORED MATERIALS (Template Form FoHowing This Page) 21 Construction ServIces Agreement: [2026_ver.4] 4,1 w 0 x a o� w z� az m- oQ J � J � � W �a z }- ca W 0 J J OC vs a� m h � Cl O LU 4 a 0 w I` w rw-- Wa ¢ w ❑a mW OC3 X U CL w o� w m x w U_ O 7 Z w J a a m x 0 a r� w w a W EXHIBIT E-1: CHANGE ORDER (Template Form Following This Pa 22 Construction Services Agreement: [2025 ver.4J EXHIBIT E-1 CHANGE ORDER FORM Collier County Procurement Services Contract# CO# PO# Project M Project Name: ContractorlConsultant Name: Select One: ❑ Contract Modification (Construction or Project Specific) 0 Work orderMurchase Order Modification Project Manager Narne: Division Name: Original ContractlWork Order Approved Amount (excluding Owner's Allowance) E3CC Item; Original Approved Owner's Allowance Current Contract 1 Work Order Approved Amount Dollar Amount of this Change , Revised Contract! Work Order Total Total Cumulative Changes(including all than a orders Approved Date & Agenda Notice to Proceed Original NTP Original Final Last Final [date # of Days Completion date Approved Date # of Days Added Revised Final Date Current Substantial Completion Hate (includes this change) (if applicable) Check if applicable: ❑ Per Florida Statute 218.756 Prompt processing of change orders: Forany 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 [late of Receipt) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Oesign 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 "NA" 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 Collier County Procurement Services Contract# CO# PO# Project M. Project Naine: Contractor/Consultant Name, ❑ Check here if additional summary pagels are attached to this Change Order Pages 2 of 4 Change Order Farm Collier County procurement Services Contract#F cow PO# project #: Project Name: ContractorlConsultant Name: Acceptance of this Change Ordershall constitute a modification to contractl 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 Contractorl Vendorl Consultantl Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. ContractorlConsultantlDesign Professional signature below must be from an authorized personlofficerldirector of the Company or listed as the qualified licensed Professional "Project Coordinator" or DesignlEngineer 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 (5unb►z) website(httos:fldos.myflorida.comisunbizlsearchl}. 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 Accepted by: Accepted by: Approved by: Printed Name Signature- DesignlEngineer Professional (if applicable) Printed Name/Title/Company Name Signature- Contractor/Consultant/Vendor Printed Name)Titlel Company Name Signature -Division Manager or, Designee (Optional) Printed Name Date' Date: Bate: Approved by: Date: Signature -Division Director or Designee (Optional) Printed Name Approved by. 81sinature-Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form Date: Collier County � Procurement Services Contract# CO# PO# project#: Project Name: ContractorlConsultant Name: FY CO Request # Approved by Approved by. FOR PROCUREMENT USE ONLY PUR- Signature-Procurement Professional Signature/Date Signature -Procurement Manager/Director (OPTIONAL) APPROVAL TYPE: ❑ Administrative ❑ Administrative -BCC Report ❑ BCC Stand -Alone FS BCC APPROVAL ATTEST: Crystal K, Kinzel, Clerk of the Circuit Court and Comptroller By: Dated; (SEAL) BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By� ---- Chaknian Date: Agenda # Approved as to Form and Legality, Deputy County Attorney Print Name Page 4of4 Change Order Form EXHIBIT E-2: WORK DIRECTIVE FORM (Template Form Following This Page) 28 Construction ServIcas Agreement: 12025_Ver.41 EXHIBIT E-2 WORI{ 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 'Tunes any claim for a Change Order based thereon wi I I involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract amount: ❑ Unit Prices ❑ Lump Sum ❑ Other A not -to -exceed itemized estimated increase (decrease) in Contract amount: RECO1VI11'IENDE, D: Method of determining change in Contract Times: Q Unit Prices ❑ Lump Sum ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: By: Enginecr OWNER's Representative *An itemized cost proposal(s)lquote(s) shall be submitted with the Change Order. EXHIBIT F-'I CERTIFICATE OF SUBSTANTIAL COMPLETION FORM (Template Form Following This Pace) 24 Construclion Services Agreement [2025_ver.4] EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL. COMPLETION OWNER'S Project No. ❑esign Professional Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the 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 OWNED, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL. COMPLETION A 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 bccapclerkcollierclerk.,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 Signature of Owner Type Name and Title ,20 EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION FORM (Template Farm Following This Pagel 25 Construction Serulces Agreement! [2025_Ver.41 OWNER'S Project No. PROJECT: CONTRACTOR Contract For _ Contract Date FXHIRIT r-2 CERTIFICATE OF FINAL~ COMPLETION Design Professional Project No. 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 Executed by Design Professional on Intentionally left blank 20 Signature of Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on this Signature of Contractor Type Name and Title OWNER accepts this Certificate of Final Completion on this Signature of Owner Type Name and Title 20 20 EXHIBIT F-3 PUNCH LIST FORM (Template Form Following This Page) 26 Constructlon Services Agreement: I2025_ver-4j EXHIBIT F-3 PUNCH LIST FORM 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 for projects to cost less than ten million dollars) (45 days from the delivery of Punch List for projects to cost more than ten million dollars) EXHIBIT G-1 FINAL PAYMENT CHECKLIST (Template Form Following This Pages 27 Construction Services Agreement, [2025_ver.4] EXHIBIT G-1: FINAL_ PAYMENT CHECKLIST Bid No.: Project No.: Contractor: PO No. Date, 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; Commencement Date: Final Contract Amount: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the F-3 Punch List: Calendar Days. Actual Final Completion Date: YES NO 1. Ail Punch List items completed on 2 Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. T Certificate of Occupancy No.: _ issued on (attach to this form). S. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase 12. All Spare Parts or Special Toots 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 Resign Professional on 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 20 Type Name and Title EXHIBIT G-2 WARRANTY (Template Form FoHowin_q This Page} 28 Ganstrudon Services Agreement [2025_Ver.4] EXHIBIT H: GENERAL TERMS AND CONDITIONS INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereon 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 Comtrudon Services Agreement: [2025,ver,4] 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 afterthe 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 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. 30 Construction Services Agreement' [2025_ver.4j 4. PROGRESS PAYMENTS. 4.1 At least ten (10) days prior to submitting the monthly Application for Payment, the Contractor shall submit to the Project Manager a final Schedule of Values. The Schedule of Values shall be satisfactory in form and substance to the Project Manager and shall subdivide the Work into component parts in sufficient detail to serve as the basis for measuring quantities in place and calculating amounts for the Contractor's monthly progress payments during construction. Further, it shall include the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval, Unsupported or unreasonable allocation of the Contract Price to any one activity shall be justification for rejection of the Schedule of Values. The Contractor shall not submit an unbalanced Schedule of Values which provides for overpayment to the Contractor on activities that would be performed first. The Schedule of Values shall be revised and resubmitted until acceptable to the Project Manager. Once the schedule has been accepted by the Project Manager, the Owner reserves the right (at its option) throughout the Contract to require that the Contractor honor a particular price contained in the Schedule of Values, if the activity pertaining to It is being deleted or modified. Upon approval of the Schedule of Values by the Project Manager, it shall be incorporated into the form of Application for Payment attached to the Agreement as Exhibit D-1 and shall be used as the basis for the Contractor's monthly Applications for Payment_ The schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative_ 4,2 The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date, and monthly thereafter, but not more often than once a month or prior to substantial completion being met, Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location agreed to by the Owner in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record form attached hereto and made a part hereof as Exhibit 0-3. 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 date of each Application for Payment is stamped as received, and within the timeframes set forth in Section 218.735 F._, the Project Manager, or Design Professional, shall either; (1) Indicate its approval of the requested payment; (2) indicate its approval 31 Consirualion Services Agreement: 12025 ver,4] 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, F.S.. Any reduction in retainage below the maximum amount set forth in Section 255,078, F.S. shall be at the sole discretion of the Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Section 255.078, F.S. or otherwise required pursuant to Section 218.735(7), F.S. Any interest earned on retainage shall accrue to the benefit of the Owner. Pursuant to Section 218.735(8)(f), if the total cost of the construction services 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, or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 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 that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 411 Payments will be made far 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 "laohes" as untimely submitted_ Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 32 CoiislrudiGn Services AgreenieM [2026—ver.41 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, 6. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of. - (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the Contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 5.4 If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-up the subcontractor's fees. A related entity shall be defined as any parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 6, FINAL PAYMENT. 6.1 Owner shall make Final Payment to Contractor in accordance with Section 218.735, F.S. and the terms of the Contract Documents after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to Final Payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to Final Payment and such other 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-1, 33 C OIISIrUdlun Services Agreerneft 12025 ver.4] 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice to Proceed is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified, The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 34 Construction Services Agreement: I2025_ver,4] 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 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. 8. DAILY REPORTS, SIGNED AND SEALED AS -GUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); B.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8A.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. 35 C6110ruCtlon Services Agreement 12026—ver.+4] 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: PUBLIC RECORDREQUEST GOLLIERCOUNTYFL.GOV The Contractor must specifically comply with the Florida Public Records Law to: 1. Deep 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 36 construction Services Agreement 12025 verAj 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) flours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision_ This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 101 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 37 construction Services Agreement [2025_Ver,41 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-1 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. 10,8 The project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be affected by Field Order or by other written order. Such changes shall be (binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Procurement Ordinance, as amended and the terms of the Contract Documents in effect at the time such modifications are authorized. 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 05 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. 38 Construction Services Agreement, [2025—ver.4] 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 equipment and the execution of such work and shall properly connect and coordinate Its Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by crating, excavating, or otherwise altering their work and will only out or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 11 INDEMNIFICATION AND INSURANCE. 39 construction Services Agreemenl' t2025Rver.41 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify, defend, and hold harmless Owner, its elected officials, officers, and employees, from any and all liabilities, damages, losses and costs, Including but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of Contractor, its employees, agents, officers, subcontractors and other persons employed or utilized by Contractor in the performance of this Agreement. It is further the specific intent and agreement of the Parties that all the Contract Documents of any project for which Contractor provided services be hereby amended to include the foregoing indemnification. Contractor expressly agrees that !twill not claim, and waives any claim, that this article violates Section 725.06. F.S., or is unenforceable pursuant to Section 725.06, F.S. This indemnification obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section 13.1. This indemnification provision shall include claims made by an employee of Contractor or any subcontractor against Owner and Contractor waives any entitlement to immunity under Section 440.11, F,S. Nothing contained herein shall be construed as a waiver of any immunity or limitation of liability Owner may be entitled to under the doctrine of sovereign immunity or Section 768.28, F.S_ This indemnification provision shall survive the termination of this Agreement however terminated. Contractor's obligation to indemnify, defend, and hold harmless shall not be limited by the amount of any insurance required to be obtained or maintained under the Contract Documents. Notwithstanding the foregoing, Contractor's obligations to indemnify, defend and hold harmless shall be limited to one million dollars ($1,000,000) or the Contract Price, whichever is greater, in accordance with Section 725.06, F.S. 132 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner, and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnity and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations, 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in the Insurance and Bonding Requirements form Exhibit R-3 to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit 9-3. 14, COMPLIANCE WITH LAWS. 14A Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, 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, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement_ Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. ao Gonslrudlon services Agreement: 12425_ver_4] 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Deform and Control Act of 1986 as located at 8 U.S.C. 1324, et sect, and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, including the requirements set forth in Florida Statute, §448.095. 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 Agreement and may not be considered as such; (b) Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated; and (c) Contractor is liable for any additional costs incurred by the Owner as a result of the termination of the Agreement. Contractor acknowledges, and without exception or stipulation, any Contractor(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1988 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit_ Failure by the awarded Contractor(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14.4 Applicable if Contract is $1,000,000 or more. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to Section 287,136, F.S., Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies with Activities in Sudan List, (b) it is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (c) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d) that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Fffective Date of this Agreement, and as of the effective date of any renewal of this Agreement, Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately for cause if: (1) Contractor is found to have submitted a 41 Construction Services Agreement: {2025 ver.4] false certification regarding (a) — (e) above in accordance with Section 287.135(5), F.S., (2) Contractor is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel, or (3) Contractor is found to have been placed on a list created pursuant to Section 215.473, F.S., relating to scrutinized active business operations in Iran. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity, The terms "Boycott of Israel" and "Business operations" used in this section are defined as in Section 287.135, F.S.. The Lists referred to in this section are those Lists in and maintained pursuant to Section 287.135, IF,& Applicable if Contract is under $1,000,000. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to Section 287.135, F.S., Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies that Boycott Israel List, and (b) it is not engaged in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Owner may terminate this Agreement immediately if: (1) Contractor is found to have submitted a false certification regarding (a) or (b) above in accordance with Section 287,135, F.S., or (2) Contractor has been placed on the Scrutinized Companies that Boycott Israel List or is or has been engaged in a Boycott of Israel. Such termination shall be in addition to any and all remedies available to the Owner at law or in equity, The term "Boycott of Israel" used in this section is defined as in, and the Scrutinized Companies that Boycott Israel List is the list maintained pursuant to, Section 287.135, F.S. 14.5 Applicable if Contract is over $100,000. Pursuant to Section 286.101, F.S., Contractor shall disclose any current or prior interest of, any contract with, or any grant or gift received from a Foreign Country of Concern, as defined below, if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at 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, P.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 1-2 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. 42 Construction Services AgreemunU I2025—ver_41 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. 'rC- TVII iCam]i`IkhI 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, 1=.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 43 Construction Services AgroemenV [2025_ver.41 specified herein, or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor In writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose_ 18,3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18,4 The liability of Contractor hereunder shall extend to and Include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and In settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. If this Agreement is terminated by the Owner for cause, in addition to all other remedies, Contractor shall be liable for all expenses incurred by the Owner in reprocuring elsewhere the same or similar items or services offered by Contractor. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 44 Construction Services Agreement' [2025Rver.4] 1&6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (i[) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents, In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which Is subject to the ordered suspension. 19.3 It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. In the event the Owner, in its sole discretion, determines that sufficient budgeted funds are not available to appropriate for payments due to Contractor under this Agreement, the Owner shall notify Contractor of such occurrence and this Agreement shall terminate on the last day of the current fiscal period without any penalty or expense to the Owner. 20. COMPLETION. Substantial Completion and Development of the Punch List 20.1 Substantial Completion is as defined in the Defined Terms section of this Agreement. When the Contractor believes Substantial Completion has been achieved, it shall certify in writing to the Project Manager that the Project is Substantially Complete in accordance with the Contract Documents and request the Project Manager to inspect the Work and to issue a Certificate of Substantial Completion. Prior to making such a request the Contractor must: 45 Constructfon Services Agreement; [2025—ver.41 a) Complete all Work necessary for the safe, proper and complete use or operation of the project as intended, including: all regulatory agency requirements are satisfied, including occupancy permits; operating certificates and similar releases; all operational testing has successfully occurred; all required training has successfully occurred; all close-out documents (such as as -built drawings, certifications, warranties, guaranties, test reports test logs, operational manuals, etc.) have been provided by Contractor and accepted by Owner. b) Prepare a Contractor -generated punch list (ke., 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, subjectto the Owner's final review and approval as stated below. c) Upon receipt of the request from the Contractor, the Project Manager, assisted by the Professional, if any, and other Owner personnel, as appropriate, shall review the request, the Work and the Contractor -generated punch list to determine whether the Work is ready for Substantial Completion inspection. If this review fails to support Substantial Completion inspection, the Project Manager shall so notify the Contractor citing the reasons for rejection. If the Project Manager and Professional (if any) determine the Work is ready for Substantial Completion inspection, the following procedures will be followed. The Project Manager will, within a reasonable time, schedule, and conduct inspection(s) of the Work with the Professional (if any), other Owner personnel as required, and the Contractor for the purpose of formally reviewing the status of completion of the Work, the readiness of the Project for use and the Contractor -generated punch list. A copy of the Contractor - generated punch list will be provided to all participants and any additional items noted during the inspection will be added to the list. The Project Manager, the Professional, their representatives and other Owner representatives will review the Work and the Contractor -generated punch list to assure all deficiencies are noted on a final 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 Bunch twist 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_ 3. If, upon completion of the inspection(s), the Owner considers the Project Substantially Complete, the Project Manager shall prepare a Certificate of Substantial Completion to establish the date for Substantial Completion as 46 Construction SerVlces Agreement: 12025,ver,41 the date of the completed inspection(s). The Certificate of Substantial Completion shall be approved by the Owner upon the signature of both the Project Manager and the Professional and shall be issued to the Contractor. The Certificate shall fix the date of Substantial Completion. 4. Substantial Completion cannot occur until all conditions necessary for safe and proper use, occupancy, maintenance, and operations are in place, 20.2 Time Frames for Issuance of the Punch List (a) The Owner shall issue the Punch List to the Contractor within the time frames described below, provided that the Contractor has completed its obligations in providing a proper contractor -generated Punch List prior to the Substantial Completion inspection. (b) For construction estimated to cost less than ten million dollars ($10,000,000.00), the Punch List must be 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) bays after the Substantial Completion date and delivered to the Contractor five (5) days thereafter. (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 deliversthe 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. 47 Consttuction Services Agreement [2425_ver.41 (fj The failure to include any corrective work or pending items not yet completed on the Punch List does not alter the responsibility of Contractor to complete all the construction services purchased pursuant to the Contract Documents. (g) Owner shall have the right to exclude Contractor from the Work and project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the Punch List. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.3 Completion of Punch List Work and Release of Remaining Contract Balance (a) Upon completion of the Punch List Work, the Contractor shall certify in writing to the project Manager that all Punch List Work has been completed in accordance with the Contract Documents and request the Project Manager to inspect the Work and to approve Punch List completion, If, in the Project Manager's opinion, the Work is not ready for such inspection, the Project Manager will so inform the Contractor, giving reasons for such opinion. If the Project Manager is satisfied that an inspection is warranted, the Project Manager will, within a reasonable time, schedule and conduct inspection(s) of the facility with representatives of the Owner's user department, the Professional (it any), and the Contractor, for the purpose of formally reviewing the completion of Punch List Work. If the Project Manager and the Contractor disagree on whether an item remains incomplete, the Project Manager has the final say on whether the item is complete or not. (b) If, upon completion of the Inspection(s) the Owner does not consider the Punch List Work complete, the Project Manager will notify the Contractor in writing giving specific reasons why the Punch List Work is not complete, (c) Upon completion of all items on the Punch fast, 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 48 Construcllon Services Agreement [2425—ver.41 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.B., or otherwise the subject of a claim or demand by the Owner or Contractor. 20.E 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 detects and bring the Project into full compliance with the Contract Documents and then request another inspection. (b) Final Completion of the Work shall be achieved by the Contractor when all the Work required under the Contract Documents has been satisfactorily completed, including all Punch List work, and specifically as noted in the Specifications section. (c) After the Project Manager has determined that all Work has been completed, the Project Manager will issue a Certificate of Final Completion Exhibit F-2 for the Work_ 20.5 Application for Final Payment After the Certificate of Final Completion, Exhibit F-2 for the Work has been issued by the Project Manager, the Contractor may make Application for Final Payment following the procedure for progress payments. As an explicit condition precedent to the accrual of Contractor's right to Final Payment, Contractor shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit C, as well as a duly executed copy of the Surety's consent to Final Payment and such other documentation that may be required by the Contract Documents, including but not limited to: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit In the form attached as Exhibit C. (3) Consent of surety to Final Payment. (4) Receipt of the Final Payment Check list, Exhibit G-1. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. 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 Payment 49 Construction Services Agreement: (2W.5_ver_4] (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 t❑ the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. (c) The Contractor's obligation to perform the Work and complete the Project in accordance with the Contract Documents shall be absolute. Neither approval of any progress or Final Payment, the issuance of a Certificate of Substantial Completion, any payment by the Owner to the Contractor under the Contract Documents, any use or occupancy of the Project or any part thereof by the Owner, the issuance of a Finai 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 50 Construction Services Agreement: 12025_ver.41 may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22 TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 if the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall he 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, 51 Construction Services Agreement: [2025 yer.4] Contractor shall, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys, and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount, If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work In such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, Indirect, and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to Final Payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents, and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after Final Payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Worts. 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 52 Construetlon Servlces Agreement [2025_ver.4] 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 playa, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents, Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-3 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever Contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.5, 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. 53 Construdon Services Agreement' [2025—ver.4] 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Project Manager written notice within forty-eight (.48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27, USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment_ Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY, 28.1 Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage. injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation, or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules, and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from 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. 54 Construclion Servloe9 Agreement: [2025_Ver-4] All new electrical installations shall incorporate NF'PA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full-time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smok]ng is strictly prohibited; 28,5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28,5,6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 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 55 CQr1EtrUQNQn SWO)es Agreement: [2025_ver.4] 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS, Prior to the commencement of Work, the Contractor shall attend a pre -construction conference with the Project Manager, Design Professional, and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will he 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.netlpurchasing. 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, 56 Gorlstroollon Services Agreement: 12025—ver.41 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct purchase"), Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner_ Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor, With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents_ In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sales tax under Chapter 212, 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 for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting Its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying, or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure goad faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior 57 Construction Services Agreement: [2025_var-41 written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require se Gonstfuction 5ervlces AgTftment' [2025—ver_4l 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 SubmittallApproval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34,1,7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Casts 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 341.24 Operating & Maintenance Instruction 34.1.25 ❑aily 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 Projectfiles 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 59 Com1rudan Services AQreemerit' l2om-ver-41 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 Colder County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS colliercount fi. ov 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, 35. 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. 33. ABOVEGROUND/UNDERGROUND TANKS. 60 Construction Servlces Agreement: 12028,ver.41 38.1 The contractor shall ensure compliance with all NFPA regulations; specifically 110 & 30130A; 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. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous_ Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40, DISPUTE RESOLUTION. A, Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions In any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44,102, F. 5. 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. 61 Constnxtlon services Agreement: 12025_ver_41 EXHIBIT 1-1: SUPPLEMENTAL TERMS AND CONDITIONS ® Attached hereto, following this page P Not Applicable 62 Construction Services Agreement- [2025_ver.41 1 of 45 August S, 2025 PREPARED BY: Mohit Soni Chris Biwkineier Co) Yam ' C;omnu Growth Management Department EXHIBIT I SUPPLEMEN'I'AL TERMS & CONDITIONS / SPECIFICATIONS PACKAGE PROJECT NO. 66066.2 BRIDGE NO.034122 COLLIER COUNTS' GROWTH MANAGEMENT DEPARTMENT TRANSPORTATION ENGINEERING DIVISION This document was prepared under the responsible charge of the Professional Engineer shown below. 1 hereby certify Mal t/pis spec{cations package has been properly prepared by ine, or under my responsible charge, in accordance with procedures adopted by the IYorida Department of Transportation, This item has been digitally signed and sealed by Mohit Son!, P.E on the date adjacent to the scat. Printed copies of this document are not considered signed and sealed and the signatures must be verified on any eleetronie copies. Date: State of Florida, Professional Engineer, License No.: Firm/Agency Name: Firm/.Agency Address: City, State, Zip Code; Page(s): 08/08/2.025 pk1YT 50 65204 Stantec Consulting Services Inc No 65204 2056 Vista Parkway, Suite100 West Palm Beach Ft. 33411 1-45 STATE OF 1y ' S V. 4oala t1_[.I.) f f , Ted Curcic Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) 2 of 45 SUPPLEMENTAL TERMS AND CONDITIONS.................................................................... 3 GENERALNOTES ............................ I .... .,,...,,,,,...,,............................................................. 4 PERMIT CONDITIONS.. ......................... ........... I ...... I ... I .................................. ---- 4 PROJECT SCHEDULL............................................................................................................ 4 PROTECT PHASING.... ........... .................................................................. ................... 4 SUBMITTAL OFSHOP DRAWINGS....................................................................................4 PROTECTION OF LOCAL ROADS....................................................................................... 5 ELECTRICITY.............................................................. ..........,................... ............................. S WATER.................................................................................................................................... 5 OWNER'S ALLOWANCES .................................................................................................... S FUEL & BITUMINOUS COST ADJUSTIVIE..NTS—NOTPROVIDED................................ S CONTRACTOR PRESENTATIONS...................................................................................... 5 NACECERTIFICATION........................................................................................................ 6 MAINTENANCEOF TRAFFIC.............................................................................................. 6 MAINTAIN EXISTING BRIDGE STRUCTURE... ........ ................................ -- ................... 6 CLEARING AND GRUB13ING ACTIVITIES....................................................................... 7 UTILITYCOORDINATION ................................................................................................... 7 AS-BUILT/RECORD DRAW'(NGS........................................................................................ 8 SPECIALPROVISIONS ............................................................................................................. 9 CONTROL OF MATERIALS - SOURCE OF SUPPLE' - DEPAiz-rmENT'S APPROVED PRODUCT LIST (API..)....................................................................... 10 LEGAL REQUIREMENTS AND RESPONSIBILITY TOTHE PUBLIC — LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND O'ITIER WILDLIFE REGULATIONS(MANATEE)................................................................................. 10 LEGAL REQUIREMENTS AND RESPONSIBILITY TO TIIE PUBLIC — LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE. REGULATIONS (SMALLTOOTH SAWFISI-I)....................................................... 11 LEGAL REQUIREMENTS AND RESPONSIBILITY TO TI•IE PUBLIC — LAWS TO BE OBSERVED - COMPI.1 ANCE WITH FEDERAL ENDANGERED SPECIES ACT AND O'-1'HER WILDLIFE REGULATIONS (SEA TURTLE)............................................................................. 1.2 LEGAL REQUIREMENTS AND RESPONSIBILITY TO TIME PUBLIC — LAWS TO BE OBSERVED -- COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (INDIGO SNAKE) . ................ .... ......................... I........ I................ 13 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE OBSERVED - COMPLIANCE WITI-I FEDERAL ENDANGERED SPECIES ACT AND 0TI-lER WILDLIFE REGULATIONS (STURGEON)................................................................................ 13 TECHNICAL SPECIAL PROVISIONS.................................................................................. IS TECHNICAL SPECIAL PROVISIONS................................................................................ 16 Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) SUPPLEMENTAL TERMS AND CONDITIONS 'red Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No, 034122) 4of45 GENERAL NOTES `Tile County may, at its discretion, use VISA/MASI'E-R cardcredit network as a payment vehicle for goods and/or Services put -chased as a part of this contract, PERMIT CONDITIONS See Permits for conditions which tray affect project. Contractor Will be responsible for obtaining any other permits necessary for the completion of their worts construction. Project Permits_: SFWMD--RRP General Permit No. 11 - 110383-11 (Obtained/Attached) • SFWMD r .ROW Permit (Contractor to apply/obtain if necessary) • USACOF--Nationwide Permit SAJ-2024-0024S (NWP-AJC) (Obtained/Attached) Contractor shall initiate all dredge and fill activities before March 14, 2026, and these activities must be completed by Mai -ell 14, 2027, to maintain compliance with the Nationwide hermit SAJ- 2024-00245. PROJEJ CT SCHEDULE Overall Project Schedule is (From Notice to Proceed): • Total Construction ScllcClllle (calendar days) shall be limited to 9-month schedule (240 days for substantial plus 30 days for final for a total of 270 days for final completion). • Construction Schedule TO M' ATTACHED WHEN BID IS AWARDED. PROJECT PHASING Due to restrictions related to temporary lane closures, certain items of construction MUST be performed in sequence. 1. Worl dlane closure on the northbound and southbound sides of the bridge cannot occur at the same time due to the requirement to provide access to Curcie Road and the wildlife management area. SUBMITTAL OF SHOP DRAWINGS Shop drawings are required as set forth to the Specifications. Payment will not be made for these items of work until shop drawings have been received, reviewed, and approved by the Engineer. Ted Curcie Road Ovor Drainage Canal Rehabilitation project No. 66066.2 (Bridge No, 034122) 5of45 PROTECTION OF LOCAL ROADS This project is connected to many local roads. The contractor shall protect these roads and respect the privacy of the surrounding properties by limiting access to and egress from the project. The contractor shall post written notice of this requirement on the jobslte and include this provision in contracts with their subcontractors and suplaliers. The contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. ELECTRICITY No bid item is provided for electricity. The cost of providing electricity shall he included in the unitprice for work that requites it. WATER No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. OWNER'S ALLOWANCES Staff will allocate 10% for Owner's Allowance •- for Owner's Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to ► nforeseen 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 docLlmentation of Time and Materials supporting the change. FUEL & BITUMINOUS COST AD3'USTM-E4 NTS , NOT PROVIDED Section 9-2.1.1 Duels and Section 9-2.12 Bituminous Materials of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2022, are deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The coutlty chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting their bid, 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 Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) 6of45 per contract term. PreselttallOns shall be made in a properly advertised Public Meeting on a schcdule to be determined by the County Manager or his designee, Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. All costs associated with participating in this process will be included in the contract price of "As -Built Plans." NACC CERTIFICATION ContractorNACE Certification status shall be active and copies of professional licenses and certifications included with Lhc hid submittal. MAINTENANCE OF TRAFFIC Traffic Control flans have been included to show basic phasing and access requirements. Not all required signs, striping and temporary pavement are shown. All maintenance oftraffic (MOT) shall conform to FDOT 202.5-26 Standard Plans Index 102. Contractors shall submit complete MOT plans (Signed and Sealed by a Florida Professional Engineer) 21 days prior to construction for County and CF.I approval. All MOT related costs not identified on the plans or in these specifications as separate pay items but deemed necessary to provide a complete traffic control plan and operation shall be included under Pay Item 102-1, All costs for maintaining traffic, including but not limited Lo: temporary pavement, drainage, striping, signing etc... between phases and between milestone shall be included in the Ump Sum price for Itern 102-1 Maintenance of Traffic unless a separate pay item has been identified in the plans and these specifications as noted above. ROAD .ALERTS are prepared by the Collier County Transportation Management Services Department staff to inform the community about scheduled road construction and road maintenance projects along major roadways in Collier County where lane closures are planned, or traffic flow may be affected. The most up to date information on road construction/maintenance projects is available on the County's Load Alert Map located at Collier County Transportation Management Services website. MAINTAIN EXXSTINC BRIDGE STRUCTURE The Contractor is responsihle for maintaining the existing bridge structure during construction. Phascd construction has been specified to facilitate emergency services and maintain local access in this pact of Collier County to avoid costly, lengthy detours. The Contractor shall maintain serviceability of the bridge so long as it is deemed safe for the traveling public. If the Contractor suspects the condition of the bridge has deteriorated and may no longer be safe for use, the Contractor shall notify the Engineer and the County immediately for evaluation. Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) 7of45 During construction activities upon completion ofspaII removal and prior to installing; formwork, contractor shall provide photographic documentation with a sequential identification system to confirm compliance with contract documents. This photographic documentation shall be collected and forwarded to Collier County's represcntative for confirmation of conformance prior to remedial efforts. CLEARING AND GRUBBING ACTIVITIES The Contractor shall perform all requited clearing and grubbing activities required for the placement of filllcmbankment or rip rap as shown on the plans early In the construction schedule. Clearing and Grubbing Includes but is not limited to: Vegetation Removal, Drainage Inlet and Pipe Removal, Pavement. Removal, Concrete Removal (sidewalk, curb and gutter, ctc,), and Utility Removal. All erosion control measures shall be in place prior to the start of any Clearing and Grubbing activities. UTILITY COORDINATION The Contractor shall coordinate any and all utility relocations or proposed interruption of services with Collier County Public Utilities and other utility providers (request an official meeting) within 15 days of Notice to Proceed. This meeting will be to establish requirements with regards to any interruption of service during proposed utility relocations. Contractor shall note the severe restrictions with regards to interruption ofservices and limits interruptions to certain times of the year. Contractor will not be entitled to any delays caused by restrictions imposed on construction activities. If properly coordinated, the Contractor will have sLrfficient time within the Contract to construct required improvements. The contractor shall call for locates prior to any excavation. The existing utilities shown on plans have been identified based on available data, the contractor shall verify all utilities and service locations when they are close enough to the work to be at risk for damage. The cost of potholing to identify and protect existing utilities shall be included in the cost of the work requiring it. The Contractor shall protect utilities from damage during construction operations at all times. The utilities shall remain in service at all times unless otherwise approved utility provider. Phasing; will be required to ensure continuous service, Temporary relocations and connections may be necessary. All associated costs due to phasing utilities or construction shall be included in the contract unit prices for the various types of utility work to which it is incidental, Should any utility be damaged, the contractor shall be responsible for all repairs including; the need for both on -site and off -site pumper trucks. Ted Curcio Road Over Drainage Canal Rehabilitation Project No. 66066,2 (Bridge No. 03412.2.) a of 45 AS-BUILT/RECORD DILAWINGS As-Built/Record Drawings are to be provided to the County's Project Manager within thirty (30) days of substantial project completion. One copy in the following formats. PDF, ALItuCAD and a hard copy. When changes to the plans are required after contract award, all final drawings, specifications, plans, surveys, reports, computation books, or documents shall be issued by a responsible Florida Professional Engineer, Licensed Architect and/or Florida —licensed Surveyor and must be signed, dated, and stamped with the engineer's and/or Surveyor's seal as applicable. The Professional Engineer and/or Licensed Surveyor may be part of the contractor's staff or the Engineer of Record for the contract plans. The Engineer of record must be notified of al l revisions and/or modifications made to the contract documents. During the construction of a bridge or any structure, al I foundation construction records such as pile driving records, shaft tip elevations, and borings shall be included as part of the as -built documents. These records provide critical information necessary for future inspection, maintenance, emergency management, enhancement, reconstruction, and/or demolition of these structures. These records shall be delivered to the Owner's representative at the completion of the project and prior to final payment to the contractor. • Prior to construction commencement, the Contractor shall meet with the Design Professional and P.S.M. to determine the Project's critical points to the final As-131.01 . The Contractor shall also coordinate with the Design Professional and P.S.M to facilitate .measurement at those critical Project points. • The Contractor's Final Payment shall be withheld pending the Design Professional and P.S.M. Certification of the contracted improvements is per design. • During the progress of the work the Contractor shall keep and maintain one (1) "Approved for Construction" copy of all project plans, drawings, specifications, and any addenda, written amendments, change orders, work directives orders, supplemental agreements and other written interpretations and clarifications. • It is suggested that there be an "Approved for Construction Ghosted Plan Set" for the Contractor's use. The Contractor shall also note to show updated construction deviations annotated in red line as well as any approved design changes authorized by the Design Professional. All deviations shall be initialed and dated by the Contractor. + All survey information depicted on the As -Built Drawings shall be collected under the direct supervision of tile P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. • For final inspection, an As -Built set (signed and sealed not required at this point) is needed to verify the field work. Ted Curcic Road Over Drainage Canal 1�chabi I itation Project No. 66066.2 (Bridge No. 034122) 9 of AEA SPECIAL PROVISIONS Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) 10of46 CONTROL OF MATERIALS - SOURCE OF SUPPLY - DEPARTMT.NT'S APPROVED PRODUCT LIST (APL). (REV 10-10-23) (FA 10-18-23) (FY 2025-26) SUBAR'nCLE 6-5.2 is deleted. LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC -- LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL L'NDANGCRED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (MANATEE). SUBARTICLE 7-1.4 is expanded by the following: The Department has determined that the project occurs within the known habitat of'nianatees (Trichechus n7anrrli ). The Department will provide instruction at a prcconstruction meeting regarding: 1. The presence of the species and manatee speed zones. 2, The appearance, habits and biology of the species. 3, Their protected status, 4. The need to avoid collisions with and injury to the species. S. TIYe civil and criminal penalties for harming, harassing, or killing these species. Advise all work crews of this information. Operate all vessels at "Idle Speed/No Wake" at all times white in the construction area and while in water where the draft of the vessel provides less (Ilan a four -foot clearance from the bottom. Fallow routes of deep water whenever possible. Do not dredge river bottom for barge access, Lower all equipment or material to the mudline in a controlled descent. Do not allow treefall orally equipment or material below the water SLIFface. Use fenders or buoys to prevent entrapping manatees between vessels and other Structures. Maintain taut mooring lines. If slack remains in the line, sleeve the litre with PVC. Advise all on -site project personnel they are responsible for observing water -related activities for the presence of manatees. Follow the i'egUirements posted in the URL address in Spec 7-1.4 when manatees at'e observed. Except for projects in Bay, ] scambia, Franklin, Gilchrist, Gulf, Jefferson, Lafayette, Okaloosa, Santa Rosa, Suwannee and Walton. 1. Sediment or turbidity barriers shall be made of material which manatees cannot become entangled, shall be secured, and shall be monitored to avoid manatee entanglement or entrapment, Barriers must not impede manatee movement. Ted Curcio Road Over Drainage Canal Rehabilitation Project No. 66066.E (Bridge No. 034122) I I of 45 2. Temporary signs concerning manatees shall be hosted prior to and during all in -water project activities. All signs are to be removed by the Contractor upon completion of the project. Temporary signs that have already been approved for this use by the IaWC must be used. One sign which reads "Caution: Boaters", must be posted in a location conspicuous to boating traffic. A second sign measuring at least 8-1/2 inches by l 1 inches, explaining the requirements for "Idle Speed/No Wake" and the shutdown of in -water operations, must be posted in at least one location prominently visible to all onsite project personnel engaged in water -related activities. These signs can be viewed at: lr�tps;flmyl���e.c��nylwildliieltisl7itatslwildli ielnttin.�iCCl�ciucaliur�-)i�r-rt�arirttZs� LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LANDS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACTAND OTHER WILDLIFE REGULATIONS (SMALLTOOTH SAWFISH). (RE' V 10-21-2I1) (FA 1-6-22) (FY 2025-26) SUBARTICLL 7-1.4 is expanded by the following: The Department has determined that the project occurs within the known habitat of smalltooth sawfish (Pristis peelivata). The Department will provide instruction at a preconstruction meeting regarding: 1. The presence of species and limits of critical habitat. 2. The appearance, habits and biology of'the species. 3. Their protected status. 4. The need to avoid collisions with these species. 5. The civil and criminal penalties for harming, harassing, or killing of these species. Advise all work crews of this inForrnaLlon. Provide. sediment and turbidity barriers constructed of material in which a smalitooth sawfish cannot become entangled. Secure and monitor the sediment and turbidity barriers to avoid protected species entrapment. Sediment and turbidity barriers may not black smalitooth sawfish entry to or exit from designated critical habitat without prior approval of the Engineer and concurrence from the National Marine Fisheries Service's Protected Resources Division, St. Petersburg;, Florida. Operate all vessels at the minimum safe speed when transiting and maintain vigilant watch for smalltooth sawfish to avoid striking them. Operate at "Idle Speed/No Wake" speeds while in the construction area and in water depths where the draft of the vessel provides less than a four -foot clearance from the bottom and in all depths after smalltooth sawfish has been observed and recently departed the area. Follow marred channels or routes of deep water whenever possible. Maintain a distance of 150 feet or greater between smalltooth sawfish and the vessel. When visibility is limited, assign a designated individual to observe for smalltooth sawfish and limit vessel operation to only daylight hours. All on -site project personnel are responsible for observing water -related activities for the presence of smalltooth sawlsh. When smalltooth sawfish are observed, follow the smalltooth sawfish guidelines posted in the URL address in 7-1.4. Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) 12 or 45 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (SEA TURTLE). (REV 10-21-21) (1-6-22) (FY 2025-26) SUBARTICLE 7-1.4 is expanded by the following: The Department has determined that the project occurs within the known habitat of sea turtles (Caretla careita, Cheloniu ni) cddv, Der vjochelj�s eorincea, Lepidochel3is kempi, E',r'elmochely.v rr bi-leate). The Department will provide instruction at a pre -construction meeting regarding: 1. The presence of species and limits of critical habitat. 2. The appearance, habits and biology of the species, 3. Their protected status. 4, The need to avoid collisions with these species. 5. The civil and criminal penalties for harming, harassing, or killing these species. Advise all work crews of this information. Provide sediment and turbidity barriers constructed of material in which a sea turtle cannot become entangled, Secure and monitor the ,sediment and turbidity barriers to avoid protected species entrapment. Sediment and turbidity barriers may not block sea turtle entry to or exit from designated critical habitat without prior approval of khc Engineer and concurrence from the National Marine Fisheries Service's Protected Resources Division, St, Petersburg, Florida. Operate all vessels at the minimum sale speed when transiting; and maintain vigilant watch for sea turtles to avoid striking them. Operate at "Idle Speed/No Wake" speeds while in the construction area in water depths where the draft of the vessel provides less than a four -foot clearance from the bottom, and in all depths after sea turtles have been observed and recently departed the area. Follow marked channels or routes of deep water whenever possible. Maintain a distance of 150 feet or greater between sea turtles and the vessel. When visibility is limited, assign a designated individual to observe for sea turtles and limit vessel operation to only daylight hours. All on -site project personnel are responsible for observing water -related activities for the presence of sea turtles. When sea turtles are observed, follow the sea turtle species guidelines posted in the URL address in 7-1.4, Ted Cuicie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 03412.2.) 13 of 45 LEGAL. REQUIREMENTS AND REISPONS]13ILITY TO THE PUBLIC —LAWS TO ICE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES .ACT AND OTHER WILDLIFE REGULATIONS (INDIGO SNAKE). (REV 5-25-17) (FA 6-13-17) (FY 2025-26) SUBART[CLE 7-1.4 is expanded by the following: The Department has determined that eastern indigo snake (Drymarchou corais couperl) habitat exists in the project Limps. Implement the Standard Protection Measures for the Eastern Indigo Snake published by the US Fish and Wildlife Service which are available at: Eastern Indigo Snake Conservation I U.S. I=ish & Wildlife Service Iws.,gov . LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC -- LAWS TO BE 013SER'VED - COMPLIANCE 'WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (STURGEON). (REV 6-24-20) (FA 8-24-20) (FY 2025-26) SUBARTICI.I"; 7- I.4 is expanded by the following: The Department has determined that the project occurs within the habitat of Atlantic, Gulf or Shortnose sturgeon. The Department will provide instruction at a preconstruction meeting regarding: L The presence of the species. 2. The appearance, habits, biology, migratory patterns and preservation ofthe species. 3. Their protected status. 4. 'f he need to avoid collisions with these species, 5. The civil and criminal penalties for harming, harassing, or killing these species. Provide a spotter for the following: Projects with Gulf sturgeon in estuarine/marine habitats from Tampa Bay Northward to Pensacola from November 1" through April 30"' Projects with Gulf sturgeon in riverine habitats from March I" through October 31 ". Projects with Atlantic and Shortnose sturgeon in all habitat types, from Cape Canaveral Northward to .lacksonville, year-round. During required timeframe, spotter will maintain constant surveillance for the species during in water work activities, which include pile driving, vessel operations, both motorized and nofl-motorized, and extending equipment or material in the water, and assure adherence to the requirements posted in the URL address in Spec 7-1.4. Do not restrict passage for these fish. Post signs on site warning of the presence of sturgeon and their federal protection. Ted Curcie Road Over Drainage Canal rehabilitation Project No. 66066.2 (Bridge No. 034122) 14 of 45 Use floating turbidity barriers made of material Which sturgeon cannot become entangled or entrapped. Properly secure, regularly monitor and maintain all deployed sediment and turbidity barriers. Immediately free st►ilrgeon trapped in sediment or turbidity barriers, Do not dredge the river bottom for barge access. Lower all equiptimit or rnateriRl to the nilldl Ine In a controlled desQcnt. Do not allow freefalI of any equipment or material below the water surface. Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) I ,, of 4'-3 TEC.HNICAL SPECIAL PROVISIONS Ted Cureie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122) 16 of 45 TECHNICAL SPECIAL PROVISIONS. The following Technical Special Provisions are included as Bart ofthis Specifications Package. Ted Curcie road Over Drainage Canal Rehabilitation Project No. 66066,2 (Bridge No. 034122) 17 of 45 TEC14NJCAL S'PECUL PROVISION FOR Concrete Spa11 Repairs TED CURCIE ROAD OVER DRAINAGE CANAL, Bridge No. 034122 Collier County Project No. 66066.2 This item has been digitally signed and sealed by Mohit Som, PE on the date adjacent to the seal. Printed oopfes of this document are not considered signed and sealed and the signature must be verified on any electronic copies. Professional Engineer; Datc: Flu. License No.: Firm Name: Firm Address: City, State, Zip code: Certificate ofAuthorivation Pages: Mollit Soni, PE 08/08/2025 65204 Stantec Consulting Services, Inc. 2056 Vista Parkway, Suite 100. West Palm Beach, FL 33411 27013 1 through b TSP(T401); Page 1 of 6 18 of 45 Table of Contents T401-1. Description .......... ............... ............................................................................................ 3 T401-2. Materials..,................................................................................................................... 3 T401-3. Repair Methods............................................................................................................. 3 T401-4. Quality Control............................................................................................................. 5 T401-5. Method of Measurements............................................................................................. 5 T401-6, Basis of Payment........................................................................................................... d ,rst'('T401); Page 2 of 6 19of45 T401 — CONCRETE SPALL REPAIRS T401-1. Description The work under this TSP consists of restoring spelled concrete with Polymer Modified Portland cement mortar/ concrete as directed. The work includes locating and documenting of cracked and unsound concrete, removal of cracked and unsound concrete including solid concrete behind bars (for mechanical bond) and concrete restoration by means of patching and forming. T401-2. Materials All materials must be supplied by the manufacturer. All admixtures shall be compatible with the repair material and shall conform to the requirements of Department Specification 346- 2.5. All materials shall be mixed and applied in accordance with the manufacturer's recommendations and this Technical Special provision. Furnish to the Engineer a certified test report for the polymer concrete above as described in this specification, indicating the materials meet all requirements specified. Include intended use for each material submitted. T401-2.1. Repair Material- Use a pre -packaged styrene-butadiene polymer/latex modified, silica -fume enhanced mortar/concrete repair material designed for the specific application that meets the requirements of Deparb-nent Specification 930. The selected material shall achieve the following requirements as a minimum. pmpelty Polymer Concrete Compressive Stren h I day 3 S00psi 7 days 5,500 psi 28 days 6,500 Rsi Tensile Strength 28 days 504 si Flexural Strength 28 days 720 psi T401-2.2. Welded Wire Fahric: Use galvanized welded wire fabric conforming to American Society for Testing and Materials International (ASTM) A1$S. T401-2.3. Reinforcing Steel: Meet the requirements of Department Specification 415. T401-2.4. Coarse Aggregate: Meet the requirements of Department Specification 901. T401-3. Repair Methods T401-3.1. Geyaeral: Locate and inspect all the deteriorated areas indicated in the contract documents of designated for repair by the Engineer. Sound test the areas and (lie surrounding concrete surfaces to identify the size and locations of all cracks, spalls and delaminations in need of repair. Marls or otherwise delineate the limits of proposed demolition on the concrete surface for review and approval by the Engineer. The proposed limits shall be verified, modified as necessary, and recorded by the Lngineer. Do not perform concrete demolitionlrcrnoval before approval and TSP(T40I ); Page 3 of 6 20 of 45 recording of the approved removal limits. T401-3.2. Demolition and Surface Preparation: Sawout along the perimeter of (lie area to be restored. For horizontal or vertical spalls less than I inch deep, saw cut the perimeter of the repftir area to neat lines such that a minimum thickness of repair mortar may be hand -applied in accordance with manufacturer's recommendations. );leathered edges will not be allowed. For spalls greater than 1-inch deep, cut the Lipper perimeter of sound concrete to an angle sloping slightly upward to avoid enLrapping air and water. Remove deteriorated concrete to sound material withln the sawcut limits (or to other limits as described in plans or as directed). Removal shall be perCornied by scarification or by chipping with light duty pneumatic or electric concrete chippers (30 lb. or less in general, 15 lb, ar less adjacent to strand, reinforcing steel, and structural limits of construction). Remove concrete that is c:ontarninated with grease or oil. Exercise caution during demolition to avoid damaging the existing reinforcing steel. These repair areas shall be roughened to [nternational Concrete Repair Institute Technical Guideline No. 03732 CS? No. 7 or to guidelines provided by the manufacturer of the approved repair material. Completely remove all cracked or unsound concrete, When Class 1 (4 to I IC4-inch) cracks are encountered, notify the Engineer for inspection. Concrete with Class I cracks but solid sounded may be left in place if so, directed by the Engineer. Blast clean existing concrete surfaces that will be in contact with freshly placed repair material and clean to remove [nose material and dust immediately before application of repair material. T401-3.3. Reinforcement: Remove the concrete adjacent to the bar .[-inch depth to permit bond to the entire periphery of the exposed bar. if unsound concrete goes to a depth of two inches or more beyond the reinforcement, stop for direction from the Engineer. Prevent cutting or damaging of exposed reinforcing steel. Blast clean all reinforcing bars exposed after concrete removal in accordance with Society of Protective Coatings (SSPC) SP-10 "Near White Blast" to remove al[ bond -inhibiting materials and take necessary precautions to avoid damaging the surrounding area. Replace bars that have lost 25% or ;more of their original diameter over I foot in length, or as determined. When using new bars spliced in place, maintain the original cover, with the minimum lap required shall be 48 times the bar diameter and, if necessary, provide additional chipping. Dual bars providing equivaienL or greater cross -sectional area may be used as approved. Where the bond between existing concrete and reinforcing steel has been destroyed, or where the steel is exposed, remove the concrete adjacent to the bar to a depth that will permit modified concrete to band to the entire periphery of the exposed bar. A clearance of 3/4 to 1-inch behind the liar is required for this purpose. Do not remove concrete more than I inch beyond the first mat of reinforcing steel encountered without approval. Prevent cutting, stretching, or damaging of exposed reinforcing steel. Welded wire fabric shall be used on repairs with depths exceeding 2 inches. The welded wire fabric placed in repairs without exposed existing reinforcing shall have a minimum .112-inch depth adjacent to the wires to permit bond to the entire periphery of the wire. Place the welded wire fabric after the existing repar has been cleaned. Tie the wire fabric at regular intervals, vertically and horizontally, not to exceed 8-inches, or as directed. field bend the welded wire fabric to conform to any changes in the concrete surface profile. T401-3.4. Mixing: Provide a Mix and Testing Plan for quantities in excess of 1.0 cubic foot at a single location for the Engineer's written approval ir7cluding: manufacturer's specifications, TSP(T401);'Page 4 of 6 21 of 45 method of mixing, ratans of application, and placement procedure to provide a 1iomogerious pour free ofcold joints, Use clean miters and accurately proportioned ingredients, Mix the materials at the site in accordance with the specific equipment requirements. Ensure that the material, as discharged from the mixer, is uniform in composition and consistency. T401-3.5. Placing, Curing and Finishing: Spalied or damaged areas of concrete shall be repaired using an approved material, applied, and curet[ in strict accordance with the manufacturer's specifications. 'l'he Engineer shalt approve the specific material and proposed method of placement to ensure that the application is appropriate. Match repair material surface to surrounding concrete surfaces. Provide" V'-groove construction joints, drip notches, or any other features required to match the existing. Forming may be required at larger areas. Temporary shoring may be required as temporary supports. For formed repairs, form the area to he repaired to neat lines. Form must withstand the anticipated head pressure of the repair material and a minimum pressure of 10 psi. Apply form release agent, compatible to the repair material, to the interior surfaces of the Corm. Pump material into forms with proper venting to ensure complete filling of voids, starting with a port at the bottom of the form. Perform external form vibration as necessary to insure proper consolidation. Crap vents when steady Flow of material is ensured then fill. until an immediate increase of 3 to 5 psi is detected. At the Engineer's discretion, gravity fed pours may be allowcd in some cases for uniform deficiency shapes where quality control can be assured after trial installations. Repairs shall be performed to ensure the approved repair mortar/concrete is carefully worked into the repair area to achieve complete contact between the repair mortar and the substrate concrete. T401-3.6. Materials and Acceptance Testing: The testing of the pre -packed repair material shall conform with the sampling and testing forstructural concrete design mixes as set forth in Standard Specification 346-8. Lot sizes/sampling frequency consists as a minimum of one load of field batched material per day. The Engineer may increase the frequency of testing as needed based on test results of previous batches. Compressive testing will need to be conducted in accordance with ASTM C39. Make 4 to 6 extra test cylinders (as requested) and test for compressive strength gain determinations. The Engineer will detemlinc the time of testing. Any material not meeting strength requirements, shall be removed, and replaced. Cure test cylinders in air for the full curing period required before testing. Curing of repair material shall be in accordance with the manufacturer's recommendations. Do not place repair material at ambient ternperatures outside of acceptable temperature ranges provided by the manufa,ctomr unless adequate protection is provided against adverse effects of extreme temperature conditions. T401-4. Quality Control Include the work under these Technical Special Provision in the Contractor Quality Control General requirements set forth in Department Specification 105. The Quality Control Plan shall illclude as a minimum, the manufacturer's technical recommendations, formulation for the repair material the means and methods and equipment for removing the deficient concrete and cleaning the reinforcing steel, repair materials, forming and placement methods. T401-5. Method of Measurements The quantity to be paid for will be the volume of Latex Modified Mortar, Styrene- `CSP(T401); Page 5 of 6 zz of 45 Butadiene in cubic feet authorized, furnished, installed, and accepted to restore spalled areas. The method used in determining the volume shall be the area in square feet of spalled areas, multiplied by the average depth afsuch areas. T401.-6. Basis of Payment Price and payment will be full compensation for all work in this Technical Special Provision. The price associated with the debris/spall removal shall be included with this work. Payment will be made under•: Item No. 401-70-2 Restore SpalIcd Areas, Latex. Modified Mortar Styrcne-Butadiene Cubic Feet. TSP(T401); Page 6 of 6 23 or 45 TECHNICAL SPECIAL, PROVISION FOR Galvanic Catbodie Protection System TED CURCIE ROAD OVER DRAINAGE CANAL Bridge No. 034122 Collier County Project No. 66066.2 This item has been digitally signed and sealed by Mohit Soni, ICE on the date adjacent to tllc seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. Professional Engineer: Mohit Soni, P1 Date: 08/08/2025 _ Florida License No.: 652.04 Firm Name, Stantec Consulting Services, Inc. Firm Address: 2056 Vista Parkway, Suite 100 City, State, Zip Code: West Palm Beach, Fl 3341.1 Certificate of Authorization: 27013 Pages I through] 10 TSP(T403), Page I of A 24 of 45 Table of Contents T403-1 Description......................................................................................................................3 T403-2 Materials........................................................................................................................ 3 T403-2..1. Local Galvanic Anode........................................................................................... 3 '17403-2.2 Wire and Gable....................................................................................................... 3 T403-2.3 Exothermic Welding.................................................................I.............................3 T403-2.4 Epoxy...................................................................................................................... 4 T403-2..5 Concrete Patching Material..................................................................................... 4 T403-3 CONSTRUCTION REQUIREMENTS ..........................................................................4 "17403-3.1 General Installation Requirements .......................................••............................... 4 T403-3.2 Performance Requirements..................................................................................... 4 '17403-3.3 Quality Assurance /Quality Control (QA/QC)........................................................ 4 T403-3.3.1 Cathodic Protection Specialist (CPS) . ........................................... ................ 4 T403-3.3.2. Cathodic Protection Technician (CPT); .......................................................... 5 T403-3.3.3 QA/QC Plan: ................................................................................................... 5 T403-3.3.4 QAIQC `1'asks:.....:.....................................................................................,.,.,.. 6 T403-3.3,5 Cathodic Protection Report:... ......... -.............................................................. 6 T403-3.3.6 Manufacturer Representative: ..................................................................... 7 1'403-3.4 Submittals............................................................................................................... 7 '1'403-3.4.1 Certifications- ... I - ................................ 1. ............................ I ............... i ............ 7 T403-3.4.2 Technical Data Sheets:.............................................................................. ..... 7 T403-3.4.3 QA/QC Plan and Cathodic Protection Report: .................. . ........................... 7 T403-3.4.4 Qualifications: ................................................... ............................................. 7 T403-3.4.5 Inspections Report:.....................................,.,.,............................................... 7 T403-3.5 Related Sections...................................................................................................... 8 T403-3.6 Concrete Repairs ....................................,............................,,.......I.......................... 8 T403-3.7 Continuity Testing ................................... ........... ................ ..................... I.............. K T403-3.8 Exothermic Welding ................................................ ............................................. - 9 T403-3.9 Continuity Bond.—. ........................................................................... ................ 9 T403-3.10 System Ground.................................................................................................... 9 T403-3.11 Installation of the Local Anodes......................................................................... 9 T403-4 Method of Measurement...,...... .............. ....................................................... .............. 10 T403-5 Basis of Payment........................................................................................................... 10 TSP(T403), Page 2 of 10 25 of Ab T403 — GALVANIC CATHODIC PROTECTION SYSTEM T403-1 DESCRIPTION The scope of work under this Section includes furnishing all labor, tools, materials, equiprilent, and services necessary to properly install local galvanic zinc anodes on piles of Beat 5. Only one face of the piles is accessible. The other three faces are covered and not accessible. The local galvanic anodes shall be installed on the accessible face only. The anodes shall be installed on the entire accessible face in a grid pattern. The number of anodes required per pile shall be determined by the Contractor. PerForm concrete repairs on all elements in accordance with 'I'SP 401 -Concrete, Spall Repairs. T403-2 MATERIALS If any of the material types described below are on the District Approved Materials List (APL), then only those specific materials listed shall be used in the project. Provide manufacturer ccrtified test reports for specifiL; materials as required. Notify the Engineer when the quality control testing is being performed (as specified in this Technical Special Provision), Use certified materials or materials from the Department approved source when applicable. Upon completion of all work, furnish the Department with a notarized certification on their letterhead that reads as follows: "We do hereby certify that the materials and work incorporated into any and all elements of this Technical Special Provisions meet FDOT Specifications and flans thereto". T403-2.1 Local Galvanic Anode The galvanic anodes shall be pre -manufactured and consist of zinc conforming to ASTM B6 Special High Grade, cast around a pair of steel wires conforming to bright annealed ASTM A82. The zinc shall be embedded in cementitious material capable of keeping the zinc anode active and be sufficiently permeable to allow migration ofzinc corrosion products. The anodes shall have a minimum life of 20 years for chloride content greater than 1.50/0 weight of binder. The anode shall be cylindrical in shape with a diameter not exceeding 1.5 inches. T403-2.2 Wire and Gable The wires used to connect the anodes to the reinforcement shall meet the requirements of the manufacturer of the local anode. `1'403-2.3 Exothermic Welding The exothermic weld kit shall consist of a mold and powder charge of suitable sire for the wire and reinforcing rod. The mold shall rest on the rod and securely hold the wire in place. When TSP(T403), Page 3 of 10 26 of 45 Ignited, the charge in the mold shall burn and result in a mechanically secure and electrically conductive welcl of the wire to the reinforcing rod. T403-2.4 Epoxy The epoxy material shall be nonconductive, 100 percent solid, and moisture and chemical resistant. The epoxy shalt initially Cure in 20 minutes at 701 and cure to an ultimate compressive strength of at least 8000 psi in 24 hours at 70'F. T403-2.5 Concrete Patching Material The concrete used for patching all repairs, system ground installations, or any other excavation in the areas where zinc anode is to be installed shall not contain any fly -ash, micro -silica fume, fibers, latex modifier, epoxy, urethane, or corrosion inhibitors. The electrical resistivity of this material shall be less than 15,000 ohm -cm. The material shall be tested, and a Certificate provided stating that its resistivity is less than 15,000 ohm -cm. The patch material to be used under the zinc rilesh anode shall also not contain magnesium phosphate. T403-3 CONSTRUCTION REQUIREMENTS T403-3.1 General Installation Requirements All work shall be performed froin the water using a barge or a suitable beat. No CP work will be allowed at any time if an approved Cathodic Protection Specialist (CPS) is not active or otherwise not involved in the work. The Contractor shall always maintain his/her own skilled personnel on the job site. The Contractor shall be responsible for proper installation of the cathodic protection system and proper maintenance of the installation equipment. T403-3.2 Performance Requirements Engage a qualified foreman to supervise, test, and inspect installation of cathodic protection systems. 1, The foreman shall have experience installing galvanic anode cathodic protection systems. 2. The foreman must have installed at least 5 galvanic anode based cathodic; protection systems on reinforced concrete structures over the last 5 consecutive years. T403-3.3 Quality Assurance /Quality Control (QA1QC) T403-3.3.1 Cathodic Protection Specialist (CPS): The Contractor shal I secure the services of a Cathodic Protection Specialist (CPS) having one or more of the followflig qualifications.- TSP(T403), Page 4 of 10 V of 45 L Association of Materials Protection and Performance (AMPP) certified Cathodic Protection Specialist Level 4 (CP4) with verifiiable experience designing, installing, and testing galvanic CP systems to protect steel in concrete. Must have verifiable experience on at least two similar projects in the last five years. ii. A Florida registered professional engineer with a minimilm of five years of verifiable experience designing, installing, and testing galvanic CP systems to protect steel in concrete. Must have verifiable experience on at least five similar projects in the last five years. iii. A corrosion engineering practitioner with no less than l0 years orverifiablc experience in the field of cathodic protection on concrete. The CI'S shall have performed quality control and performance testing of five galvanic CP systems for concrete structures within the last 10 years, The CPS shall be independent from the cathodic protection manufacturer, supplier, Con.tractot-, and the construction operation. The CPS shall not be an officer, shareholder, principal, or an employee of the cathodic protection manufacturer, any material supplier, Contractor, or any entities which are related to or are subsidiaries of the cathodic protection manufacturer•, equipment and material manufacturer or supplier, or the Contractor, The CPS or their organization shall not be involved in any construction work in this project. Submit, in writing, the qualifications of the individual satisfying these requirements for approval by the Engineer. Acceptance of the CPS shall be subject to approval of the Engineer, No CP work will be allowed at any time if an approved CPS is not active or atherwise not involved in the work. T403-3,3.2 Cathodic Protection Technician (CPT): An AMPP-certified CPT Level l (CP l) or higher with am Inimurn of two verifiable project experience hi the last five years in CP may assist and perform field measurements on behalf of the CPS, Submit, in writing, the qualifications of the individual satisfying thcse requirements for the Engineer's approval. Acceptance of the CC''f shall be subject to the approval of the Engineer. Submitted experience from the CPT shall include projects in which the CPT performed QAIQC of CP systems installation and monitoring, Each project reference shall include the project name, scope of work, dates performed, and project reference with contact information. All project references must be for the CP of steel reinforced concrete structures. T403-3.3.3 QAIQC Plan: A QAIQC Plan provided by the C1'S and approved by the Contractor shall be submitted to the Department for review. 'rhe QC plan shall include method and frequency of Contractor's QC testing, frequency of testing by the CPS, performing testing on the Test Sections, procedures for performing and verifying acceptability of continuity testing and correction, verifying proper installation of the zinc anodes, procedure for developing the production target bond strength, thickness measurement protocol, bond strength testing TSP(T403), Page 5 of 10 28 of d6 protocol, and method for updating the Engineer. Coordinate the intended installation schedule with the CPS prior to preparing the bid to ensure that the intended schedule does not conflict with the QC Plan, T403-3.3.4 QA/QC Tasks: The CPS shall provide the following services as a 1-ninintE1111: l . Prepare the QA/QC: flan. 2. Review all CP-related submittals before they are submitted to the Department for approval. CPS shall supervise every phase of the installation of Both types of cathodic protection systems. 4. CPS shall perform all the continuity testing and check all the continuity corrections. 5. Train the Contractor's and Department's personnel in perfarming the required quality control (QC) testing. 6, Oversee the quality of surface preparation and the installation of zinc mesli anodes. 7. Perform testing required to meet the contract conditions. 8. Visit the project site, as needed, to perform testing and update the Engineer regarding the quality of the work in progress. Written field reports will be required after each field visit and as a follow-up to any verbal communication. The report shall document all construction reviewed and tests performed, T403-3.3.5 Cathodic Protection Report: The CPS shall prepare a report documenting all CP data collected during installation, any anomalies encountered, deviations from flans and this Technical Special Provision, and the quality of the overall installation. The report shall also include the following statement signed and notarized by the CPS: "I hereby certify that the facilities constructed under Collier County Project No. 66066.2 have been completed and are functionally complete. I further certify that construction on these facilities has proceeded substantially in accordance with the Contract Documents and that any deviations which are noted below will not prevent the system from functioning in compliance with the intent of the Contract when properly operated and maintained. These determinations have been based upon my on -site observation of construction, which were scheduled and conducted by myself or by a project representative under my direct supervision, for the purpose of determining if the work proceeded is in compliance with the Contract Documents." Four bound copies of the typed report shall be submitted along with a digital version to the Department. Submit a copy of the report for approval to: State Materials Office (SMO) Corrosion and Materials Durability Field Operations TSP(T403), Page 6 of 10 28 of 45 5007 NE 39111 Avenue Gainesville, Florida 32609 sm-c:orrosionlicldo si4dut.state.fl.us The project is not deemed complete unless the Cathodic Protection Report is approved by the Engineer and SMC. T403-3.3.6 Manufaeturer Representative: The zinc mesh anode manufacturer representative must be available for consultation with the Contractor or Engineer. Tile manufacturer representative must be available for field visits as needed. The Contractor may require assistance from the manufacturer to properly install the system. T403-3.4 Submittals T403-3.4.1 Certifications: Submit certified results of the chemical composition for the concrete patching material resistivity. Results of tests performed more than two years priorto shipment ofthc concrete patching material will not be accepted. 1'403-3.4.2 Technical Data Sheets: Submit technical data sheets for the following; 1. Localized zinc anode. 2. Thermal Welding equipment and procedure. 3. Epoxy. 4. Cementitious patch material. 5. QCfQA Testing Equipment. G. Electrical Wire. T403-3.4,3 QA1QC flan and Cathodic Protection Report: Submit a QAIQC Plan prior to start of work and the Cathodic Protection Report after completion of the project. T403-3.4.4 Qualifications: Submit qualifications of the proposed cathodic protection specialist, cathodic protection technician, and the foreman. T403-3.4.5 Inspections Deport: A final report detailing locations and size of all delaminations, spalls, and cracks shall be provided by the Contractor at the end of the project as an addendum to the Cathodic Protection Report. `fSP(T403), Page 7 of 10 30 of 45 T403-3.5 Related Sections l . Technical Special Provisions TSP 401 - Concrete Spall Repairs. 'I7403-3.6 Concrete Repairs All damaged concrete shall be removed and repaired in accordance with the TSP 401 - Concrete Spall Repairs. The repair material shall meet the requirements of'paragraph T401- 2.1. Repair Material. No insulating bonding material shall be used in the application of the patch material. T403-3.7 Continuity Testing Electrical continuity testing shall be performed by the CPS within the repair area. After all spalled and delaminated concrete has been removed, reinforcement is cleaned, and the area has been prepared for patching, all exposed reinforcement shall be tie -wired together. lI'leetrical continuity testing shall be performed on all exposed reinforcement. Any discontinuity found shall be corrected and approved by the CPS. If no reinforcement is exposed during repairs, excavate and expose two independent vertical strands and Spiral ties at two different locations on the accessible face, and test continuity. If discontinuity is found, cut a slot on the surface of the pile to expose all strands on the exposed face and test all strands and spiral ties. Cormet any discontinuity. The CPS shall review all continuity data and perform continuity testing. The CP Specialist must certify in writing; that to the best of his/her knowledge based on the data collected, all reinforcement is electrically continuous. All continuity test data shall be documented by the CPS. Procedure for electrical continuity testing: 1. Use a high impedance multimeter with an input impedance more than 10 MSI. The multimeter shall have a resolution of 0,1 niV and U.1 olim and be calibrated no more than 180 days prior to use. 2. To ascertain the presence of continuity the following measurements shall be made between all exposed rebars: a. DC resistance in the forward and reverse directions. b. DC voltage. Criteria for electrical continuity — DC resistance in both directions shall be less than 192 and the DC voltage less than 1 mV. All continuity test results shall be documented in the Final Report prepared by the CP Specialist. TSP(T403), Page 8 of 10 31 of 45 T403-3.8 Exothermic Welding Prior to exothermic welding, the rebar shall be cleaned, The weld and wire Shall be cleaned of oil and grease with a solvent and clean cloth. The finished weld shall be cleaned of any slag. After welding is completed, strike the weld with a 2 lb. hammer. If the weld does not disintegrate (fail) then coat any exposed copper of the wire and the weld with two coats of epoxy meeting the requirements of paragraph T403-2.7. The second coat of epoxy shall be applied after the first coat has completely cured. The epoxy shall be allowed to be completely cured prior to placing patch material. If an alternate welding or mechanical connection is l toposed, it shall be approved by tlse Engineer. Any weld or mechanical connection to be embedded in concrete shall be coated with 100% epoxy. No weld or capper from an electrical wire shall be exposed. T403-3.9 Continuity Bond Electrical continuity between two exposed reinforcements shall he established using wire ties. The wires ties shall be installed such that there is good electrical contact between the wire tie and the reinforcements. After the wire tic is installed, electrical continuity shall be checked to crisure that the two reinforcements are electrically continuous. When electrical continuity cannot be established by wire tying, a continuity bond shall be used. The bond shall consist either of a No. 10 AWG solid steel wire welded or mechanically connected to the two discontinuous elements or a rebar welded to the discontinuous bars. The bond material (wire or rebar) shall be routed through excavations or trenches and embedded in concrete. T403-3.10 System Ground No system grounds are requ.ircd for the localized zinc anodes, as they are directly connected to the reinforcement. T403-3.11 Installation of the Local Anodes The local zinc anodes shall be installed after electrical continuity testing has bccn completed in the, repair and all reinforcement is electrically continuous. They shall be installed per the manufact«rer's instructions. To install the anodes in a sound area, drill a hole of the right size and place the anode as per the manufacturer's instructions. Use the recommended material to encapsulate the anode and fill the hole. Expose a reinforcement near the anode through excavation and connect the anode to it. Install the anodes at a spacing of G inches horizontally and 8 inches vertically. Adjust the horizontal spacing if necessary to avoid the strands. TSP(T403), Page 9 of 10 32 of 46 T403-4 METHOD OF MEASUREMENT Measurements: Number of local anodes installed. Unless otherwise approved, all measurements shall be taken horizontally and vertically, The method of combination of methods of measurements sliall he those that will reflect, with reasonable accuracy, the actual surface area of finished metalized and zinc mesh anode work. T403-5 BASIS OF PAYMENT Price and payment will be full compensation for all work specified in this Section, including labor, materials, and equipment for the installation of the local anode, continuity tests and corrections including trench excavation as required, system ground connections, final report, and CPS services and all other incidentals necessary to make the cathodic protection systems operate as designed Payment will be made 'under: Item No. 455-81-106 Cathodic Protection, F&I, Pier, Other Material Assembly l ach, 'f sP(T403), Page 10 of 10 33 or 45 TECHNICAL SPECIAL PROVISION FOR. Structural Pile Jacket Cathodic Protection TED CURCIE ROAD OVER DRAINAGE CANAL Bridge No. 034122 Collier County Project No. 66066.2 This item has been digitally signed and sealed by Mohit Soni, PE on the date adjacent to the seal. Printed copies of this document arc not considered signed and sealed and the signature must be verified on any electronic copies. Professional Engineer: Mohit Soni, PE Date: 07/22/2025 Florida LicenseNo.: 65204 Firm Name; Stantec Consulting Services, Inc. Firm Address: 2056 Vista Parkway, Suite 100 City, State, Zip Code: West Palm Beach, F133411 Certificate of Authorization: 27013 Pages 1 through 12 TSP('1'457), Page 1. of 12 34of45 Table of Contents T457-1 Description ................................................ .I"457- 1.1 General .............................................. T457-t,2 Prequal i float ion of Bidders ................ T457-2 CP Specialist Services .............................. T457-3 Materials ................................................... T457-3.1 Structural Jacket Form ...................... T457-3.2 Expanded Zinc Mesh Anode ............. T457-3.3 Bulk Zinc Anode ............................... T&57-'t d piiiina i qft—.riai . ____________________ .................................................. ............1 3 .....................................,......... ............. 3 ................................................................. 3 ........................................ I ......... ........ ,,. 3 ......................................I.............1........ 4 .............................................................. 4 .......................................................... 4 ............... .....:....... ..................................... 5 ................................................................. 5 T457-3.5 Terminal Junction Box & Conduit........................................................................ 5 T457-3.6 Material Submittal................................................................................................. 6 T457-3.7 Concrete Material Testing.................................................................................... 7 T457-3.8 Concrete Sounding Test..................................................................... ,.................. 7 T457-3,9 Additional Testing................................................................................................. 7 T457-3,10 Submittals.............................................................................................................. 7 T457-4 Structural Pile Jacket CP Installation .... ....................................................... .......... .,... 7 T457-4.1 Procedure for Approval........................................................................................ 8 T457-4,2 Preparation of Areas for Structural Jacket Installation ......................................... 8 T457-43 Continuity Testing................................................................................................. 9 T457-4,3.1 Procedure for Electrical Continuity Testing :................................................... 10 T457-4.3.2 Criteria for Electrical Continuity..................................................................... 10 T457-4.4 Ground (Negative) Connections.......................................................................... 10 T457-4.5 Terminal Box Installation ......... ................................. ,......................................... I l T457-4.6 Structural Jacket Installation............................................................................... 11 T457-4.7 Monitoring Port.............................,,.................................................................... 12 T457-5 Energizing., ............................ .............................................................. ..................... 12 T457-6 Acceptance Criteria.........................................,.......................................................... 12 T457-7 Method of Measurement ............................................................................................. 12 T457-8 Basis of Payment- .......................... . I ................ I ... I I .......................... I ................... 12 TSP(T457), Page 2 of 12 35 of 45 T457 —.STRUCTURAL PILE JACKET CATHODIC PROTECTION T457-1 DESCRIPTION T457-1.1 General The worlc under this Section includes repair of reinforced concrete piles and the installation of 5t1'LICtGI'al 1711e �acicets Wlth saul'if"Iclal cathodic protection and bull( zinc anodes on All piles Bents 1, 2, 3, and 4. Integral pile jackets shall not he installed on [lie piles of Bent 5. Specialty Work Services: The Contractor shall secure the services of a Cathodic Protection (Cl') Specialist to provide quality assurance of the installation of the pile jacket cathodic protection and submerged bull( anode assemblies, continuity testing and establishment of continuity if lacking between reinfarcernent, energization of thejackets, and any other function further specified for this system. T457-1,2 PrequalificAtion of Bidders At a minimum, the CP Specialist shall be certified by the National Association of Corrosion Engineers (NACE) as a Cathodic Protection Specialist and shall have a minimum of ten years of experience in. the field of corrosion control on concrete structures and installation of pile .jackets with sacrificial cathodic protection. As an alternative, the Specialist may be a Licensed Professional Engineer with similar requirements as for the NACE certified Specialist. The CP Specialist or the Licensed Professional Engineer shall provide a written documentation of experience with sacrificial cathodic protection systems, specifying project names, locations, and phone .numbers of owners of previous pi-qjects, The CP Specialist shall be an independent firm or individual not associated with the Contractor, a project subcontractor, any of the anode manufacturers or anode distributors or be related to anyone tied to any of these organizations. T457-2 CP SPECIALIST SERVICES The CP Specialist shall provide quality assurance and the following services as a minimum; 1, Review and perform random verification of electrical continuity test results. 2. 'Pest for shorts during the cernentitious material placement, 3. Train the Contractor's and Department's personnel in performing the required quality control (QC) testing, 4. Perform testing required to meet the contract conditions. 5, Project field visits, at least once a month, to perform random testing and update the Engineer regarding the duality of the work in progress. These random tests performed by the CP Specialist shall be in addition to the Contractor's QC tests specified in this Special Provision. Random testing shall be conducted at least once a month or as TSP(17457), Page 3 of 12 36 of 45 directed by the Engineer. Written reports will be required as a follow,up to ally verbal cotntxtunication. 6. Energize the cathodic protection system and document the; data. A Quality Control (QC) Plan provided by the CP Specialist and approved by the Contractor shall be submitted to the Department for review. The QC plan shall include method and frequency oFContractor's QC testing, procedures for performing and verifying acceptability of continuity testing, isolation of the anode from the reinforcing and other metallic objects, and the cnergization of the systems upon completion of installation. The CP Specialist shall prepare a report documenting all data collected, any anomalies encountered, deviations from Contract Drawings and Technical Special Provisions, and the quality of the overall installation. This report shall also include the results of the survey documenting the location and dimensions of all the damage identified for repair. T457-3 MATERIALS Manufacturer certified test reports for specific materials are required, Notify the Engineer that they are performing the quality control testing (as specified in this TSP). Use certified materials or materials from the Department approved source when applicable. T457-3.1 Structural Jacket Form The forms shall be composed of a durable, inert corrosion resistant material with an interlocking joint along two opposite sides that will permit the forin to be assembled and sealed in place around the pile. Joints and holes for stand-orfis shall be sealed with epoxy or other approved methods. Forms shall be fabricated from fiberglass and polyester resins. The form dimensions shown in the plans are minimum dimensions permitted. The Engineer may approve minorvariatiuns as needed to accommodate specific pile requirements. The minimum thickness of the forms shall be 1/8 inch. Upon placing around a pile, the forms shall be watertight, and capable of maintaining their shape without assistance or damage. The inside face of the jacket forms shall have no bond inhibiting agents in contact with the filling material or the mesh anode. The forms shall be provided with handed or threaded -on non-nietallic standoffs, or approved equal, which will maintain the forms in the required position. The inside surface of the form shall be sandblasted or scored with an abrasive material to provide a texture equal to a sandblasted surface. Inside preparation shall be done at the factory. Each section of the form shall have an expanded zinc mesh anode fastened to it. An anode lead wire shall be connected to the mesh in each section, and it shall be long enough to reach the Terminal Sox without splicing, T457-3.2 Expanded Zinc Mesh Anode Zinc mesh anode inside the jacket shall be an expanded zinc mesh conforming to ASTM 1369, Type 1. The weight of the expanded mesh shall be a minimuttt of 1.6 pounds per square foot. It shall have the following metal composition: TP(1'457), .Page 4 of 12 37 of A5 Pb - 0.003% [-It - 0,001 % Cd - 0.001% Cu-0.7-0.9% Al - 0.001% 7'i - 0.00 1% Mg - 0,0005% M11- 0,00 1% Ni - 0.001% Sn - 0.001% Zn - balance The zinc mesh anode shall have the following physical properties: Electrical conductivity Solid zinc density Weight of expanded mesh Open area of expanded mesh Solid zinc sheet thickness 28% min. 0.26 pound per cubic inch 1.6 pounds per square foot min.. 53% density 3132 inches Expanded mesh anode to conform to the following nominal geometry to allow proper mortal` encapsulation, Ilex, pattern 0.500 inches Strand width in the short direction 0.125 inches Strand width in the long direction 0.500 inches Short Opening 0.320 inches Gong Opening 0,750 inches T457-3.3 Bulb Zinc Anode. The bulk anode shall be 48 lb., 99% puke zinc meeting Specification ASTMVI 13- 413, hull type anode. It shall be comprised of steel strap, which is iiot-dipped galvanized with a minimum. zinc thickness of 0.005 inch. A hole at each end of the strap shall be provided for mounting. The hole shall be drilled prior to galvanizing. T457-3.4 Filling Material The filling material shill be Class 1V (Section 457) concrete with a minimum compressive strength of 5,500 psi at 28 days and 3/8-inch maxiiTlum size coarse aggregate, The additives shall contain no chlorides or other salts corrosive to metals and the total chloride content of the concrete shall not exceed 0A lb./ CY after placement. T457-3.5 Terminal Junction Box & Conduit The Terminal Box shall be a PVC 6 x 6 x 3 inch or suitable size with weather-tight/waterproof cover. Fabricate the box as shown on the Construction Plans. The conduit for cathodic protection shall be polyvinyl chloride (PVC) electrical. conduit and shall include fittings and attachment hardware. Conduit shall be appropriately sized to carry TSP(`l"457), .Page 5 of 17 3a or45 all cathodic protection wires. Each length of conduit shall bear the UL label. PVC conduit or EPC-80-PVC shall conform to N1.MA standards Publication No. 'fC2. Conduit fittings shall inset NEM A `I'C3. Attachment hardware for the conduits shall he appropriately sized ASTM A316 stainless steel strut straps that allow movement of conduit for expansion and ASTM A316 stainless steel anchors and hardware. The conduits shal I be installed flush to the concrete surface. T457-3.6 Material Submittal Submit for approval the following. 1, Submit a detailed work plan and schedule for the type of work as stated on the Construction Plans and the Technical Special Provisioo for review before beginning any work. 2, Provide manufacturer's certifications of test reports for the following: a. Cathodic protection submerged bulk anodes; shall include metal composition and dimensions, manufacturing date and relative manufacturing and technical data where applicable, b. Certificate of calibration for testing equipment. The test for the anode certifications to be completed within one year from testing date. c. Jacket Forms (as per Department Specifications Section 457). d, Jacket mesh anode. 3. Provide technical data sheets for the following: a. QCIQA testing equipment. b. EJectrical wire, PVC accessories, connectors, and splice insulating material. c. Concrete removal Tools. 4. Department Approved Design Mixes: a. Design mix for Class IV Concrete for pile jackets (as per Department Specifications Section 457). 5. Shop Drawings, Cathodic Protection Integral Pile Jacket: i. Excavation of inudline at locations where sufficient depth is not present below the LMW. ii. Method for cleaning concrete above and below water. iii. Forms system type including supports, method for concrete placement, and method of installing and removing the forms. iv. Location of standoff spacers, method of fastening tine jacket form to the piling, method for sealing the farm after its installation, details of TSP('17457), Pagc 6 of 12 39 of 45 shape at the bottom seal region, and method for bracing during placement of filler. v. Details of access holes, fiberglass caps and niethods for placing the filler and capping the pumping parts. b. Bulk anode assembly. All calculations shall be signed and scaled by an Engineer registered in the State of Florida. All submittals related to Cathodic Protection are required to be reviewed and approved by the CP Specialist before being submitted to the Engineer, T457-3.7 Concrete Material Testing For concrete material testing, refer to Section 346 of the Standard Specifications. The QC Plan for concrete, design mixes, and general work plan for the specific tasks shall be approved before commencing the specific work for that mix_ Failure to obtain approval of any of the above shall not be grounds for granting additional contract time. T457-3.8 Concrete Sounding Test Sound test all piles to determine the actual dimensions of the deteriorated concrete to be removed and repaired. Record the locations, dimensions, and areas of cracks, delaminations, and spalls before beginning work. Submit a written report identifying the areas to be repaired for approval before the authorization to work is issued. Order the jackets once the spall and crack surveys are completed, submitted, and approved, T457-3.9 Additional Testing Repair or replace any damaged private or public property resulting during construction and perform any testing required to assign responsibility of damage, Other testing may be required as further described in this 'Technical Special Provision. T457-3.10 Submittals Submit the follDwing; 1. Cathodic Protection Specialist eertiFication. 2. Cathodic Protection Specialist QCIQA Plan, 3. Icebound and concrete containment system, and waste disposal methods. 4. As installed drawings showing the exact location of bulk anodes when placed below the mudline or scour mitigation system. T457-4 STRUCTU11AL PILE JACKET CP INSTALLATION The work to be performed under this TSP will include but is not limited to removing any unsound and sound concrete to achieve a mechanical bond, cleaning all concrete surfaces, adding reinforcement, and supplying, installing, and energizing structural jacket cathodic TSP(T457), Page 7 of 12 40 of 45 protection systems, including electrical connections to file reinforcement, ,junction boxes, materials, testing and ensuring continuity between all embedded reinforcement for all piles to be repaired, Due to the nature of the deterioration present on this bridge, the Department shall have the authority to increase, decrease, or delete thequantities of work to be performed in excess or below the percentages allowed by the Department Specifications Section 4-3.1 and revisions thereto with no adjustment to the contract Emit prices. The Work will be assigned for a specific group of locations at a time. The Engineer can stop work due to poor workmanship, unapproved materials, or unapproved work procedure at any time without conscqucnee to the Department. Before commencing the cathodic protection jacket installation, submit for approval shop drawings indicating equipment, materials, and procedures for the jacket and bulls anode installation, the negative connections to the steel, continuity check and correction, and bulk anode system Fabrication, including bulk anode and hardware, and expanded zinc mesh anode jackets. A survey must be performed to determine the jacket installation elevations specified in the Construction flans. Install the bottom of the jacket at an elevation of 2 feet below the MLW. Install the jacket up to the elevation shown on the Construction flans, Install the bull,, anode at an elevation of 1 foot 8 inches below the bottom of the jacket. At piles wlicre the water depth is not sufficient to install the jacket and the bulk anode above the mudline, excavate to install the bottorn of the jacket at the specified elevation and the bulk anode below it. For these piles, install the bulk anode at an elevation of a minimum of I Foot below the bottom of the jacket and place the bull.,, anode horizontally at the bottom of the excavation. Install (lie bull,, anode and the jacket prior to the installation of any scour mitigation systems. Where the bulk anodes are placed below the mudllne of the scour mitigation system, mark its location on as-builts. T457-4.1 Procedure for Approval Submit for approval, before any work takes place, a detailed work plan for performing this work item. These procedures include the manufacture's specifications, operating instructions, and calibration certifications for all test instruments. Submit these procedures and equipment after they have been reviewed by the CP Specialist and recommended as satisfactory. The Engineer may conduct independent validation tests. T457-4.2 Preparation of Areas for Structural Jacket Installation Surface preparation includes the removal of all loose or delarninated concrete and removal of sound concrete, to provide 3/4-inch to 1-inch clearance between exposed steel and the surrounding concrete in the damaged area. Maintain all reinforcing steel at original position and sandblast or hydro -blast clean to a SSPC-SP 10 condition all exposed steel before concrete TSP(T457), Page 8 of 12 41 of 45 placement. No traces of rust, mill scale, epoxy or other contaminants shall be present after cleaning. Additionally, remove all residue or marine growth in the areas where the bulls anode will be installed and, in the areas, where the jacket will contact the pile. Collect and safely dispose of all project wastes. Do not drop any construction debris into the water. Employ all necessary protective devices. No spoil area is available within the Department's Right of Way. Comply with all state and federal regulations that apply to the site chosen for disposal. Debris includes but is not limited to scrap metal, demolition debris, concrete and concrete dust, zinc mesh, etc. T457-4.3 Continuity Testing After the pile surfaces have been prepared, and before installing the jackets, perform electrical continuity testing between all strands, spiral ties, and any other steel components on each pile receiving cathodic protection. Such tests and any necessary continuity correction tests shall be randomly verified and certified correct by the CP Specialist. Perform continuity testing on all reinforcement exposed in repair areas. if all prestressing strands are nat exposed, expose all strands and, where necessary, the spiral for continuity testing by drilling a 3/4-inch diameter hole to each strand in the concrete (staggered and at least I -foot apart in elevation). Locate all continuity correction excavations at elevations between 6 to 7 feet above M1,W, unless shorter jackets are used. Contain all excavations within the jacket upper limits as approved. Where continuity correction is required on less than two strands per pile face, and the discontinuous strands are not exposed in a repair area at the proper elevation, excavate a 4 x 4 inch area at each discontinuous strand and the adjacent continuous strand at proper elevation. Locate all excavations inside the jacket limits at proper elevations. On piles where more than two discontinuous strands are found per face, saw -cut a two-inch wide groovy; at the same elevation where negative connections are to be made or as directed. The depth of the groove is limited only to expose the outer surface of the strands. Observe special care to avoid cutting or damaging any of the strands or spiral tics during the drilling, saw cutting or removal operation. Establish continuity by resistance welding two continuous solid steel wires to each strand requiring continuity correction. The minimum wire size is 1.0 AWG. Re -test continuity on all strands after this operation is completed. All welds are to be approved as satisfactory by the Engineer. Apply two coats of I00% solids, non-conductive epoxy on the welds such that no welded wire or weld material is in contact with the concrete when pawhing; extend the epoxy coating a minimum of 112-inch beyond the weld. TSP(T457), Page 9 of 12 42045 Fill any hole or excavation for continuity testing performed outside or inside the jacket. IinliLs with an approved mortar no later than 24 hours after completing the tests and before installing the jacket. Verify continuity between the connections and the spiral tie before coating with epoxy. Repair any connection testing discontinuous, After connection is approved, fill the excavation with an approved mortar. If new reinforcernenL is installed, test and correct th.e continuity betwcen all new mars, as necessary. Route separated connection wires to the Terinirlal Box for connection to the System, Wire tie all intersecting reinforcement in the new reinforcing cage installed around the pile. Perform continuity testing to enstwe that all steel in the cage is continuous. T457-4.3.1 Procedure for Electrical Continuity Testing: A high impedance multimeter with an. input impedance more than 1.0 MQ shall be used. The multiirieter shall have a resolution of 0.1 inV and 0.1 ohin and be calibrated no. more than 190 days prior to use. To ascertain the presence of continuity, the following measurements shall be made between all exposed reinforcements: I. DC: resistance in the forward and reverse directions. 2. DC voltage. T457-4.3.2 Criteria for Electrical Continuity DC resistance in both directions shall be less than Ifl and the DC voltage less than 1 311V. The CP Specialist, at his/her discretion, can accept electrical continuity when the above criteria are not nlet if internal corrosion current flow is suspected of interfering with the readings. All continuity test results shall be documented in the Final Report prepared by the CP Specialist. T457-4.4 Ground (Negative) Connections Install two ground (system negative) connections on each pile reinforcement receiving cathodic protection. Perform file connection by brazing No. 10 AWG XHI-IW copper stranded wires (black insulation) to different areas of a spiral tie. Install two ground connections on the new cage. Apply two coats of the 100% solids, nonconductive epoxy on the brazed part of the ground connection wire such that no wire or brazing material wil I be in contact with the concrete when patching; extend the epoxy coating a minimum of 1/2-inch over the installation, Braze the wire to a minimu3n length of one Inch of the spiral tie. TSP(T457), Page 10 of 12 430145 Use thermal wolding to connect ground wires on the reinforcement cage. Use a sufficient length of wire such that the wires can be routed to the Terminal box without any splices. T457-4.5 Terminal Box installation Install the Terminal Box on the same face as the seam of the jacket and at the elevation as shown on the Construction flans. Install the 'Terminal boxes at the same elevation on each pile throughout the project. Route all connection lead wires to the PVC Terminal box via a conduit and connect all wires as shown on the Construction Plans. Fabricate the Terminal Box in the plant and deliver to site. After it is installed on the pile, connect all wires from the jacket to the appropriate bus terminal or t.hreadcd rod as shown on the C:onstwetion Plans. All ground wises and anode wires from the zinc mesh anode shall be connected to the appropriate bus terminal as shown on the Construction Plans. The wire from the bulb anode shall be connected to the appropriate threaded rod as shown on the Construction Plans, Use type 316 stainless steel hardware in the installation of the PVC conduit and Terminal box. Seal all entrance and mounting holes in the Terminal box with an approved heavy-duty marine grade silicone and provide all boxes with a vapor eanitting corrosion inhibitor. T457-4.6 Structural Jacket Installation After the form is installed on the pile, an approved form support system or stiff backs shall be installed to maintain the shape of the jacket during cementitious till placement. Protect tine outside form of the jackets with plastic wrap before placing stiff backs and pouring the concrete. Perform the jacket castingoperation in accordance with Section 4-17 unless otherwise specified in these Technical Special Provisions, the Construction Plans and as directed. Spacing of pumping poets shall be suitable for the selected design mix but no more than 3-feet apart. Locate the first port at no more than four inches from the bottom of the jacket. For battered piles, place the first port on the lower face of the jacket. The pumping placement procedure includes flushing all water and contaminated concrete out of the top of the jacket until uniform uncontaminated concrete is left in the jacket. Collect and dispose all concrete coming out from the jacket as indicated by the Engineer. After the filling material has cured, remove all temporary form support and bracing from the piles and clean the exterior of the forms of any filling material that may have been deposited. Slope the top of the jackets as shown in the construction drawings. TSP(T457), Page 11 of 12 44 of 45 T457-4.7 Monitoring Port After removal of stiff -backs, core -drill a 1.75-inch diameter monitoringport through tlic jacket to the depth of the pile on one face of the pile at an elevation nl'six inches above M14W. The inside surface of the access hole (except for the pile surface) to be PVC shielded or epoxy coated after the operation is completed, T457-5 ENERGIZING Energizing of the jackets shall be performed within 60 days after they are cast. Encrgization shall be performed by the CP Specialist. Static Potentials, initial driving volts, initial current, system AC resistance, and energized on and offpotentials shall be documented. All potentials shall be measured with a suitable portable reference cell placed in the monitoring Port. T457-6 ACCEPTANCE CRITERIA The work performed under this TSP will be accepted if it is in accordance with all requicuments of the plans, drawings, and specifications. The work is considered completed after the receipt of the Report from the CP Specialist. It will be accepted if performed with approved materials, procedures, and satisfactory completion is demonstrated by tests that indicate continuity has been established as specified above. No jackets with any of the anodes shnr•ted to the reinforcement or misaligned more than finch will be accepted. All shorted and misaligned jackets more than I -inch shall be removed and replaced by the Contractor at no additional cost to the Department. Jackets misaligned one inch or less may be accepted at a reduced price as determined. T457-7 METHOD OF MEASUREMENT Pile Jackets: The quantities to be paid for will be the length, in feet, of structural cathodic protection pile jackets installed and accepted. T457-8 BASIS OF PAYMENT Payment under this section includes the unit price for Pay Item No. 0457 2211 based on the linear foot of cathodic protection jacket installed and approved. pay Item No. 0457 2211 also includes full compensation for all materials, equipment and labor associated with the fiberglass forms with zinc mesh anode, bulk anode, concrete filler material, electrical connections, continuity testing and corrections, CP Specialists services, additional testing, quality control, and any incidentals to this item necessary to complete the work. Pile surface preparation including concrete removal and Concrete Class Ill (Section 457), reinforcing necessary, and electrical work are considered incidental to the installation of the cathodic protection jacket and arc included in Pay Item No. 0457 2211. TSP(T457), Page 12 of 12 45 of AG THIS COMPLETES THIS SPECIFICATIONS PACKAGE 'fed Curcio Road Over Drainage Canal Rehabilitation Projcct No. 66066.2 (Bridge, No, 034122) EXHIBIT 1-2: AFFIDAVIT REGARDING LABOR AND SERVICES (Following This Pagej 63 ConstrUdlon Services Agreement, [2025TVer.41 AFFIDAVIT RE CARDING LABOR AND SERVICES AND CONTRAC rING'VVrrH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 757,0603), 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 all affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting Ihxt the nongovernmental entity dots not use coercion for labor or services. Effective Jalitlaly 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 govcrnnient of a foreign country of concern; (b) the government of a roreign country of coneem has a controlling interest in the entity, or (o) the entity, is organized under the laws of or has its prutcipai 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 ofperjttry attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c), § 297.139, Florida Statutes, Name: Address; Phone Number; Authorized Representative's Name; Authorized Representative's 'ritie: Email Address: Structural Preservation Systems, LLC. 2001 Blount Road, Pompano Beach, FL 33069 954-964-9555 Colin Meneel Assistant Secretary omeneelvf@.structural.net I, Colin Meneely (Naine of Authorized Representative), as authorized representative attest under penalty of pat jury that Structural Preservation Systems, LLC_ (Name of Nongovernlnwital 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 of concerti, (b) that a foreign country of concerti does not have a controlling interest in the entity, and (e) that the entity is not organized under the laws of or has its principal place of business ill a foreign country of concern, all as prohibited under § 287.138, Florida Statutes. Under pe el' u 1 clan iat I have read the foregoing Affidavit and that the facts stated in it are true. 01 /05/2026 (5tgnature ofauthorized rep esentative) Date STATE OF FlOrli COUNTY OF. 4 Sworn to (or atf`tr ned) slid subscribed before me, by means of physical presence or Elonline notarization this _; day of� , 20 �, by* 1L^ t'�r�[,t�.� (Dame of Maiit), who produced his Florida Driver's license as identification, ALtya 's L Fcf'" Me- -7_ Notary Public Commission Expires Personally Known t IO,l Ptodllcedldeiitificatic)Ill1 Type of Identification Produce& Notery Public State of Florida Alexis Kryttlne Femandsz Itt my Commission MH 717708 Expir s 1019/2029 Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name Ted Curcie Bridge Repair Vendor Name Structural Preservation Systems, LLC Solicitation/Contract No. 25-8522 Attachments Risk Approved Insurance Requirements � Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Digitallysigned byApproval: GonzalezGreGonzalezGmily Date: 2026.02.10 i l y 10:22:23-05'00' 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 hitps:Hgpl2s.fldfs.com/bocexemp 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily 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 $ 1,000,000 Per Occurrence noted: ® United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 500,000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 500,000 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 7. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. GG — 8/13/25 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 1 of 3 A� CERTIFICATE OF LIABILITY INSURANCE FDAT6 /06/2o 6Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis Towers Watson Southeast, Inc. c/o 26 Century Blvd P.O. Box 305191 CONTACT WTW Certificate Center NAME: PHONE 1-877-995-7378 F' 1-888-467-2378 AIC No E AIC No ADDRESS; certificates@wtwco. com INSURERS AFFORDING COVERAGE NAIC # Nashville, TN 372305191 USA INSURERA: National Union Fire Ina Cc of Pittsburgh 19445 INSURED Structural Preservation Systems, LLC 10150 Old Columbia Road INSURERS: AXIS Surplus Insurance Company 26620 INSURERC: AID Insurance Company 19399 INSURERD: Upland Specialty Insurance Company 16988 Columbia, bM 21046 INSURERE: XL Specialty Insurance Company 37885 INSURERF: Samsung Fire & Marine Ina Cc Ltd B1214 COVERAGES CERTIFICATE NUMBER: W43931095 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR rypE OF INSURANCE ADDL SUBR POLICYNUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 5,000,000 � OCCUR AMAGECLAIMS-MADE Ea oc urrence PREM MIS $ 1,000,000 MED EXP Any one person $ 10,000 A y y 693-89-32 07/01/2025 07/01/2026 PERSONAL& ADV INJURY $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 POLICY �X JECTPRO Fx—] LOC PRODUCTS-COMP/OP AGG $ 5,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 5,000, 000 BODILY INJURY (Per person) $ �( ANY AUTO A OWNED SCHEDULED AUTOS ONLY AUTOS y y 286-74-23 07/01/2025 07/01/2026 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ x HIRED NON -OWNED AUTOS ONLY AUTOS ONLY rd B X UMBRELLA LIAR EXCESS LIAR M OCCUR CLAIMS -MADE y y P-001-001587699-01 07/01/2025 07/01/2026 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DIED RETENTION$ Prod/Comp Oper $ 3,000,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNERIEXECUTIVE OFFICER/MEMBEREXCLUDED7 No (Mandatory In NH) NIA y WC 063-72-4479 07/01/2025 07/01/2026 PER OTH- X I STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below D Excess Liability - 2nd Layer y y USXSLO164025 07/01/2025 07/01/2026 Each Occurrence $2,000,000 General Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) COI#: IC-0514035; Job # 695699 - Collier County project 25-8522 Ted Curcie Bridge SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners AUTHORIZED REPRESENTATIVE 3295 Tamiami Trail E Naples, FL 34112 �Y M ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 29383381 BATcs: 4315007 AGENCY CUSTOMER ID: LOC #: ,4 OC R" ADDITIONAL REMARKS SCHEDULE Page 2 of 3 AGENCY NAMEDINSURED Willis Towers Watson Southeast, Inc. Structural Preservation Systems, LLC 10150 Old Columbia Road Columbia, YID 21046 POLICY NUMBER Be. Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 KtIMIAKINb THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Construction ITB #25-8522 Ted Curcie Bridge Repair Project 66066.2 / Bridge No. 034122 When required by written contract, Collier County Board of County Commissioners is included as an Additional Insureds with respect to General Liability, Auto Liability and Umbrella /Excess Liability. When required by written contract, Collier County Board of County Commissioners is included as an Additional Insured with respect to Pollution Liability. Collier County Board of County Commissioners is included as an Additional Insureds with respect to Protection & Indemnity and Excess Protection & Indemnity coverages. When required by written contract, the General Liability insurance is primary and non-contributory with other General Liability insurance maintained by the Additional Insureds. When required by written contract, a Waiver of Subrogation applies in favor of the Additional Insured with respect to General Liability, Automobile Liability, Umbrella/Excess Liability, Pollution Liability and Workers Compensation as permitted by law. Waiver of Subrogation applies in favor of Additional Insured with respects to Protection & Indemnity and Excess Protection & Indemnity coverages. USL&H coverage is included under Workers Compensation policy INSURER AFFORDING COVERAGE: National Union Fire Ins Cc of Pittsburgh NAIC#: 19445 POLICY NUMBER: WC 063-72-4483 EFF DATE: 07/01/2025 EXP DATE: 07/01/2026 SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation & E.L. Each Accident $1,000,000 Employers Liability (FL) E.L. Disease -EA Empl $1,000,000 Per Statue E.L. Disease-Pol Lmt $1,000,000 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID:29383381 BATCH:4315007 CERT: W43931095 AC " L AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page 3 of 3 AGENCY NAMED INSURED Willis Towers Watson Southeast, Inc. Structural Preservation Systems, LLC 10150 Old Columbia Road Columbia, MD 21046 POLICYNUMBER See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 1DDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: XL Specialty Insurance Company NAIC#: 37885 POLICY NUMBER: UM00159927MA25A EFF DATE: 07/01/2025 EXP DATE: 07/01/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Protection and Indemnity Per any one accident or occurrence $1,000,000 INSURER AFFORDING COVERAGE: XL Specialty Insurance Company POLICY NUMBER: U1400042979MA25A EFF DATE: 07/01/2025 EXP DATE: 07/01/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Protection & Indemnity Limit $1,000,000 INSURER AFFORDING COVERAGE: Samsung Fire & Marine Ins Cc Ltd POLICY NUMBER: SMCZ17792BAA EFF DATE: 09/05/2025 EXP DATE: 09/05/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Protection & Indemnity Occurrence Limit $3,000,000 Aggregate Limit $3,000,000 INSURER AFFORDING COVERAGE: Ironshore Specialty Insurance Company 'POLICY NUMBER: ICELLUW00165296 EFF DATE: 07/01/2025 EXP DATE: 07/01/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Contractor's Pollution Liability Per Occurrence $5,000,000 Aggregate $5,000,000 NAIC#: 37885 NAIC#: B1214 NAIC#: 25445 4CORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 29383381 BATCH:4315007 CERT: W43931095 ENDORSEMENT This endorsement, effective 12:01 A.M. 07/01 /2025 forms a part of Policy No. 286-74-23 issued to STRUCTURAL GROUP, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1 . the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s) ") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 30 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/1 1) Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 07/01 /2025 forms a part of Policy No. 693-89-32 issued to STRUCTURAL GROUP, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holders)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 30 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after theFirst Named Insured provides such information to thelnsurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/11) Includes copyrighted material of Insurance Services Office, Inc. with its permissiorP.age 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 07/01 /2025 forms a part of Policy No. WC 063-72-4479 Issued to STRUCTURAL GROUP, I NC. By A I U INSURANCE COMPANY LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured or, if applicable, any other employers named in Item 1 of the Information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and the Named Insured has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders within 30 days after the Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following definitions apply to this endorsement: 1. Named Insured means the insured first named employer in Item 1 of the Information Page of this policy. 2. Insurer means the insurance company shown in the header on the Information Page of this policy. All other terms, conditions and exclusions shall remain the same. AUTHORIZED REPRESENTATIVE WC 99 00 56 (Ed. 04/11) AXIS EXCESS INSURANCE Endorsement Effective Date of Endorsement Policy Number Premium Number 1 12:01 a.m. on 07/01/2025 P-001-001587699-01 N/A CERTIFICATE HOLDERS NOTICE OF CANCELLATION ENDORSEMENT It is agreed that: If we cancel this policy for any reason, other than non-payment of premium, we will endeavor to provide notice of cancellation to the persons or organizations who have been issued a Certificate of Insurance pertaining to this policy and who have been specifically and individually identified in writing to us by you and for who you have provided mailing addresses, including but.not limited to the Certificate Holder's designee for receipt of such notices, prior to the effective date of cancellation. We will endeavor to provide such notice of cancellation via U.S. First Class Mail to such identified Certificate Holders within 30 days of the effective date of such cancellation. Such notice of cancellation may be provided to the persons or organizations identified and designated by you before or after the effective date of cancellation. The notice will state the effective date of cancellation. However, such notice of cancellation is solely for the purpose of informing the Certificate Holder of the effective date of cancellation and does not grant, alter or extend any rights or obligations under this policy. Failure to give notice in accordance with the terms of this endorsement does not: 1. alter the effective date of policy cancellation; 2. render such cancellation ineffective; 3. grant, alter or extend any rights or obligations under this policy; 4. extend the insurance beyond the effective date of cancellation; or 5. impose any liability of any kind upon us or any of our agents or representatives. All other provisions of the policy remain unchanged. AXIS 1010411 0417 Page 1 of 1 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:Hgpps.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily 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 $ 1,000,000 Per Occurrence noted: ® United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 500,000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 500,000 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 7. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. GG — 8/13/25 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 1 of 3 COVERAGES CERTIFICATE NUMBER: w43931095 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM/DDY/YYYY MMIDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 5,000,000 CLAIMS -MADE � OCCUR PREM SESOEa oNcurrence $ 1, 000, 000 A MED EXP (Any one person) $ 10, 000 Y Y 693-89-32 07/O1/2025 07/O1/2026 PERSONAL&ADVINJURY $ 5,000,000 GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 5,000,000 POLICY � PRO � LOC JECT PRODUCTS-COMP/OPAGG $ 5,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 5, 000 , 000 X ANY AUTO BODILY INJURY (Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS Y Y 266-74-23 07/Ol/2025 07/O1/2026 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY B UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 3,000,000 X EXCESSLIAB CLAIMS -MADE Y Y P-001-001587699-01 07/O1/2025 07/O1/2026 AGGREGATE $ 3,000,000 DED RETENTION$ Prod/Comp Oper $ 3,000,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBEREXCLUDED? No (Mandatory In NH) N/A Y WC 063-72-4479 07/O1/2025 07/O1/2026 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 1, 000 , 000 $ D Excess Liability - 2nd Layer Y Y USXSL0164025 07/O1/2025 07/Ol/2026 Each Occurrence $2,000,000 General Aggregate $2,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) COI#: IC-0514035; Job # 695699 - Collier County project 25-8522 Ted Curcie Bridge SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Collier County Board of County Commissioners 3295 Tamiami Trail E //�� Naples, FL 39112 Jy ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD sa Io: 29383381 ar.Tcx: 4315007 AGENCY CUSTOMER ID: LOC #: ,4�� o�® ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Willis Towers Watson Southeast, Znc. Structural Preservation Systems, LLC 10150 Old Columbia Road POLICY NUMBER Columbia, hID 21096 See Page 1 CARRIER See Page 1 ITIONAL REMARKS NAIC CODE See Page 1 EFFECTIVE DATE: See Page 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability insurance Construction ITB #25-8522 Ted Curcie Bridge Repair Project 66066.2 / Bridge No. 034122 Page 2 of s When required by written contract, Collier County Board of County Commissioners is included as an Additional Insureds with respect to General Liability, Auto Liability and Umbrella /Excess Liability. When required by written contract, Collier County Board of County Commissioners is included as an Additional Insured with respect to Pollution Liability. Collier County Board of County Commissioners is included as an Additional Insureds with respect to Protection & Indemnity and Excess Protection & Indemnity coverages. When required by written contract, the General Liability insurance is primary and non-contributory with other General Liability insurance maintained by the Additional Insureds. When required by written contract, a Waiver of Subrogation applies in favor of the Additional Insured with respect to General Liability, Automobile Liability, Umbrella/Excess Liability, Pollution Liability and Workers Compensation as permitted by law. Waiver of Subrogation applies in favor of Additional Insured with respects to Protection & Indemnity and Excess Protection & Indemnity coverages. USL&H coverage is included under Workers Compensation policy INSURER AFFORDING COVERAGE: National Union Fire Ins Co of Pittsburgh POLICY NUMBER: WC 063-72-4483 EFF DATE: 07/O1/2025 EXP DATE: 07/O1/2026 1^.t�S+%�I�J TYPE OF INSURANCE: Workers Compensation & Employers Liability (FL) Per Statue LIMIT DESCRIPTION: E.L. Each Accident E.L. Disease -EA Empl E.L. Disease-Pol Lmt LIMIT AMOUNT: $1,000,000 $1,000,000 $1,000,000 NAIC#: 19445 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID:29383381 BATCH:4315007 CERT: W43931095 AGENCY CUSTOMER ID: LOC #: AC")?"® ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Willis Towers Watson Southeast, Inc. Structural Preservation Systems, LLC 10150 Old Columbia Road POLICY NUMBER Columbia, MD 21046 See Page 1 CARRIER See Page 1 TIONAL REMARKS NAIC CODE See Page 1 EFFECTIVE DATE: See Page 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Page 3 OT 3 INSURER AFFORDING COVERAGE: XL Specialty Insurance Company NAIC#: 37885 POLICY NUMBER: UM00159927MA25A EFF DATE: 07/01/2025 EXP DATE: 07/01/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Protection and Indemnity Per any one accident or occurrence $1,000,000 INSURER AFFORDING COVERAGE: XL Specialty Insurance Company NAIC#: 37885 POLICY NUMBER: UM00042979MA25A EFF DATE: 07/01/2025 EXP DATE: 07/01/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Protection & Indemnity Limit $1,Otl0,000 INSURER AFFORDING COVERAGE: Samsung Fire & Marine Ins Co Ltd NAIC#: B1214 POLICY NUMBER: SMCZ17792BAA EFF DATE: 09/05/2025 EXP DATE: 09/05/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Protection & Indemnity Occurrence Limit $3,000,000 Aggregate Limit $3,000,000 INSURER AFFORDING COVERAGE: Ironshore Specialty Insurance Company NAIC#: 25445 POLICY NUMBER: ICELLUW00165296 EFF DATE: 07/O1/2025 EXP DATE: 07/O1/2026 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Contractor's Pollution Liability Per Occurrence $5,000,000 Aggregate $5,000,000 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID:29383381 BATCH:4315007 CERT: W43931095 ENDORSEMENT This endorsement, effective 1 2:01 A.M. 07/01 /2025 forms a part of Policy No. 286-74-23 issued to STRUCTURAL GROUP, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH1 PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1 . the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s) ") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the of this policy and prior to this policy's cance that is acceptable to the Insurer, First Named Insured receives notice of cancellation lation effective date, via an electronic spreadsheet the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 30 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1 . First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/1 1) Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 07/O1 /2025 forms a part of Policy No. 693-89-32 issuedto STRUCTURAL GROUP, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGHI PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1 . the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n J.0 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after theFirst Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/1 1) Includes copyrighted material of Insurance Services Office, Inc. with its permissiorP.age 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 07 / 01 / 2025 forms a part of Policy No. WC 063 - 72- 4479 Issued to STRUCTURAL GROUP, INC. By A I U INSURANCE COMPANY LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured or, if applicable, any other employers named in Item 1 of the Information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and the Named Insured has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders within 30 days after the Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following definitions apply to this endorsement: 1. Named Insured means the insured first named employer in Item 1 of the Information Page of this policy. 2. Insurer means the insurance company shown in the header on the Information Page of this policy. All other terms, conditions and exclusions shall remain the same. AUTHORIZED REPRESENTATIVE WC 99 00 56 (Ed. 04/11) AXIS EXCESS INSURANCE Endorsement Effective Date of Endorsement Policy Number Premium Number 1 12:01 a.m. on 07/01/2025 P-001-001587699-01 N/A CERTIFICATE HOLDERS NOTICE OF CANCELLATION ENDORSEMENT It is agreed that: If we cancel this policy for any reason, other than non-payment of premium, we will endeavor to provide notice of cancellation to the persons or organizations who have been issued a Certificate of Insurance pertaining to this policy and who have been specifically and individually identified in writing to us by you and for who you have provided mailing addresses, including but not limited to the Certificate Holder's designee for receipt of such notices, prior to the effective date of cancellation. We will endeavor to provide such notice of cancellation via U.S. First Class Mail to such identified Certificate Holders within 30 days of the effective date of such cancellation. Such notice of cancellation may be provided to the persons or organizations identified and designated by you before or after the effective date of cancellation. The notice will state the effective date of cancellation. However, such notice of cancellation is solely for the purpose of informing the Certificate Holder of the effective date of cancellation and does not grant, alter or extend any rights or obligations under this policy. Failure to give notice in accordance with the terms of this endorsement does not: 1. alter the effective date of policy cancellation; 2. render such cancellation ineffective; 3. grant, alter or extend any rights or obligations under this policy; 4. extend the insurance beyond the effective date of cancellation; or 5. impose any liability of any kind upon us or any of our agents or representatives. All other provisions of the policy remain unchanged. AXIS 1010411 0417 Page 1 of 1 Protect Manager: Robert White Procurement sta SM: Becca Zimmerman BID Tabulation TED CURCIE ROAD OVER DRAINAGE CANAL Contruetion fTB #25-8522 COUNTY PROJECT NO. 66066.2 - BRIDGE NO. 034122 Structural Preservation Systems Thomas Marine Cons9uction, Inc. Southern Road & Bntlge LLC M8J Construction Company of Pinellas County, Inc. Titan Construction Management LLC Engineer's Estimate CATEGORY I -ROADWAY ITEMS ITEM NO. ITEM DESCRIPTION UNIT CITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1011 MOBILIZATION LS 1 $ 40.227.00 $ 40,227.00 $ 124.100.00 $ 124,100.00 $ 150.000.00 $ 150,000.00 $ 140.000.00 $ 140.000.00 $ 52.500.00 $ 52.500.00 $ 80,000.00 $ 80,000.00 0101 1 1 PROVIDE/MAINTAIN "AS BUILT" PLANS /SPALL REPAIR PHOTOGRAPHIC DOCUMENTATION LS 1 $ 19.065.00 $ 19,065.00 $ 2.500.00 $ 2.500.00 $ 3.000.00 $ 3.000.00 $ 10.000.00 $ 10,000.00 $ 9,500.00 $ 9.500.00 $ 15,000.00 $ 15,000.00 0101 12 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $ 15,782.00 $ 15,782.00 $ 6,000.00 $ 6,000.00 $ 3,000.00 $ 3,000.00 $ 10,000.00 $ 10,000.00 $ 10,500.00 $ 10,500.00 $ 2,500.00 $ 2,500.00 010113 PRESERVATION OF SURVEY MONUMENTS LS 1 $ 14,562.00 $ 14,562.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 10,000.00 $ 10,000.00 $ 2,000.00 $ 2,000.00 $ 500.00 $ 500.00 01021 MAINTENANCE OF TRAFFIC LS 1 $ 27,152.00 $ 27,152.00 $ 32,500.00 $ 32,500.00 $ 85,000.00 $ 85,000.00 $ 140,000.00 $ 140,000.00 $ 65,000.00 $ 65,000.00 $ 156,000.00 $ 156,000.00 010411 FLOATING TURBIDITY BARRIER LF 200 $ 53.54 $ 10,708.00 $ 2350 $ 4,]00.00 $ 14.00 $ 2,600.00 $ 50.00 $ 10,000.00 $ 25.00 $ 5,000.00 $ 38.33 $ 7,666.00 CATEGORY I -ROADWAY TOTAL:Fs- 127.496.00 $ 172,300.no $ 245,300.00 $ 320,000.00 $ 144,500.00 E 261,666.00 CATEGORY II - SIGNING & PAVEMENT MARKINGS ITEMS 070911101 TRAFFIC STRIPE - TWO REACTIVE COMPONENTS, STANDARD, WHITE, SOLID, 6" LS 1 $ 2,2" 00 $ 2,244 00 $ 2,500.00 $ 2,500.00 $ 5.000.00 $ 5,000.00 $ 16,500.00 $ 16,500.00 $ 11,000.00 $ 11,000.00 $ 1,900..0 $ 1,900 00 070911201 TRAFFIC STRIPE -TWO REACTIVE COMPONENTS, STANDARD,YELLOW, SOLID, 6' LS 1 $ 2,244.00 $ 2,24400 $ 2,500.00 $ 2,500.00 $ 5.000.00 $ 5,000.00 $ 16,500.00 50 $ 16,0.00 $ 11,000.00 $ 11,000.00 $ 1,900.0011 $ 1,90000 CATEGORY II- SIGNING AND PAVEMENT MARKINGS TOTAL: $ 4,48&00 '11s 5,000.00 $ 10.000.00 $ 33.000.00 E 22,000.00 E 3,800.00 CATEGORY III- STRUCTURES ITEMS $ 260.00 $ 3,510.00 012170 FLOWABLE FILL CY 13.5 $ 700.00 $ 9,450.00 $ 325.00 $ 4,387.50 $ 1,100.00 $ 14,850.00 $ 1,200.00 $ 16,200.00 $ 3,300.00 $ 44,550.00 U01 70 2 RESTORE SPALLED AREAS, LATEX MODIFIED MORTAR -STYRENE BUTADIENE CF 3.2 $ 1,256.25 $ 4,020.00 $ 1,967.00 $ 6,294.40 $ 1,425.00 $ 4,560.00 $ 1,500.00 $ 4,800.00 $ 3,000.00 $ 9,600.00 $ 3,000.go $ 9,600.00 U13151 METHACRYLATE MONOMERZE GA 15 $ 192.93 $ 2,893.95 $ 141.00 $ 2,115.00 $ 25.00 $ 375.00 $ 96.00 $ 1,440.00 $ 500.00 $ 7,500.00 $ 150.00 $ 2,250.00 U13154 CLEANING& SEALING CONCRETE SURFACES -PENETRANT SEALER OR METHACRYLATE SF 1441 $ 8.50 $ 12,248.50 $ 7.00 $ 10,087.00 $ 22.00 $ 31,702.00 $ 5.00 $ 7,205.00 $ 7.00 $ 10,087.00 $ 7.20 $ 10,375.20 045581106 CATHODIC PROTECTION, F&I, PIER, OTHER MATERIAL ASSEMBLY EA 56 $ 597.21 $ 33,443.76 $ 1.758.00 $ 98.448.00 $ 600.00 $ 33.600.00 $ 2.160.00 $ 120.960.00 $ 600.00 $ 33.600.00 $ 250.00 $ 14,000.00 04551333 STEEL SHEET PILING, F&I PERMANENT SF 2000 $ 150.00 $ 300,000.00 $ 74.00 $ 148.000.00 $ 145.00 $ 290.000.00 $ 120.00 $ 240.000.00 $ 225.00 $ 450.000.00 $ 84.00 $ 16..00 04572221 CATHODIC PROTECTION INTEGRAL PILE JACKET, STRUCTURAL, 16.1-30.", GALVANIC SYSTEM LF 112 $ 2.400.00 $ 268,800.00 $ 4.353.00 $ 487.536.00 $ 3.850.00 $ 431.200.00 $ 2.580.00 $ 288.960.00 $ 4.100.00 $ 459,200.00 $ 2,500.00 $ 280,000.00 04581 28 BRIDGE DECK EXPANSION JOINT, REHABILITATION, POURED JOINT WITHOUT BACKER ROD LF 48 $ 85.02 $ 4,080.96 $ 125.00 $ 6,000.00 $ 125.00 $ 6,000.00 $ 100.00 $ 4,800.00 $ 76.00 $ 3,648.00 $ 160.00 $ 7,680.00 053034 RIPRAP-RUBBLE, DITCH LINNING TN 209 $ 650.00 $ 135,850.00 $ 445.00 $ 93.005.00 $ 484.00 $ 101.156.00 $ 616.60 $ 128.869.40 $ 850.00 $ 177.650.00 $ 332.26 $ 69,442.34 053074 BEDDING STONE TN 140 $ 750.00 $ 105,000.00 $ 953.00 $ 133.420.00 $ 450.00 $ 63.000.00 $ 761.57 $ 106,619.80 $ 1.100.00 $ 154.000.00 $ 310.00 $ 43,400.00 CATEGORY III- STRUCTURES TOTAL: $ 8]5,78].i] _ijjjjjjjjjjjjEi $ 989,292.90 $ 976,443.00 $ 919,11U,20 $ 1,349,835.00 WEEEliE 608,25].54 TED CURCIE ROAD OVER DRAINAGE CANAL - BID SUMMARY Structural Preservation Systems Thomas Marine Construction, Inc. Southern Road & Bridge, Inc. MB.J Construction Company of Pinellas County, Inc. Than Construction Management LLC Engineers Estimate CATEGORYI-ROADWAY TOTAL $ 127,496.00 $ 172,300.00 $ 245,300.00 $ 320,000.00 $ 144,100.00 $ 261,666.00 CATEGORY II -SIGNING AND PAVEMENT MARKINGS TOTAL $ 4,488.00 $ 5,000.00 $ 10,000.00 $ 33,000.00 $ 22,000.00 $ 3,800.00 CATEGORY III -STRUCTURES TOTAL $ 875,787.17 $ 989,292.90 $ 976,443.00 $ 919,854.20 $ 1,349,835.00 $ 608,257.54 I TOTALBIDAMOUNT1 $ 1,007,771.17 1 $ 1,166,592.90 1 $ 1,231,743.00 1 $ 1,272,854.20 1 $ 1,516,335.00 1 $ 873,723.54 1 OWNER'S ALLOWANCE(10% of Total Bid Amount) $ 100,777.121 $ i 116,659.291 $ 123,174.301 $ 127,285.421 $ 151,633.501 $ 87,372.351 Staff will allocate 10%for Owners Allowance - for Owners Use as Directed. This Allowance will be used only at the Owners direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the All as part of the Contract Price is not a guarantee that the Conbacbr vAll be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance wall be made through Change Order with proper documentation of Time and Materials supporting the change. Project Manager: Robert White Procurement sta SM: seas Zimmerman REQUIRED FORMS AND DOCUMENTS swmrei are»nano syarema mmm» raenne comtnwnon, iro. soulaem aoaa a snags, inc a conewrnon comgarry Pi»iiaa coumy, hc. mm� conavumion manage em, LLc Bid Schedule Bid Res — Form Form 1 ntract Coim K Pei—nd Assi ned W P 'act- Fmm 2 Mdenal Manufacturers Fmm 3 List of Ma or Subcontr— Fmm 4 E coBitltler Fom 5SMtdTreof knmleement Fmm 6 Bid Bond Fmm ] Insurance and Borkin R u menu Form 8 CoiMicl of Interest AMtlavil FmmB Ver Declaration Statement Fann 10 Immi radon -davit CeNlPcadon Form 11 E-Vwfv Su.- W-9 Atltle qvm 3 Ucense uildi Contractor ar State of FL GC FDOTBntl eQudifietl NACE Certification Stantec Consulting Services Inc. 3510 Kraft Road, Suite 200 Stantec Naples FL 34105-5029 December 03, 2025 Project/File: 215811087 — Ted Curcie Bridge Repair Robert White Project Manager III Transportation Engineering 2885 South Horseshoe Dr. Naples, FL 34104 Dear Mr. White, Reference: Design Entity Letter of Recommended Award Solicitation No 25-8522 Ted Curcie Bridge Repairs Bids were received for the above -referenced project by Collier County on October 9, 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 four of the five entities provided by the low bidder. One of the references were unresponsive. We are pleased to provide the following award recommendation based on these reviews. The scope of the Ted Curcie Bridge Repairs project includes restoring and/or repairing the following in accordance with the contract documents: a. Pile jacket system with cathodic protection b. Installation of steel sheet piling c. Application of Methacrylate monomer to bridge deck d. Spall and delaminated areas of concrete components e. Riprap-Rubble, Ditch Lining, & Scour protection Collier County Procurement's review of the bid tabulations determined that the apparent low bidder is Structural Preservation Systems, LLC with a bid of $1,007,771.17. Stantec was provided with the bid Schedule for Structural Preservation Systems, LLC and their bid is approximately 15.3% higher than Stantec's Opinion of Probable Construction Cost (OPC) of $873,723.54. V:\2156\business_ development\Collier County\Bridge_034122_TedCursie\Delora\rev01\25_8522_DELoRA Recommendation Letter.docx November 24, 2024 Page 2 of 2 Reference: Design Entity Letter of Recommended Award Solicitation No 25-8522 Ted Curcie Bridge Repairs The project references provided by Structural Preservation Systems were all 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. Five references were provided, and there were four completed Vendor Reference Check Logs that were returned to Stantec as of December 03, 2025, and are attached hereto. Structural Preservation Systems is a Florida Limited Liability Company formed in 2005 in the State of Florida and is authorized to transact business in the State of Florida. Structural Preservation Systems LLC is registered with the Florida Division of Corporations as a "Limited Liability" Company under state of Florida certificate of authority document number M05000003849. Structural Preservation Systems is registered with the Florida Department of Business and Professional Regulation as a Construction "General Contractor "a State Contractors License CGC1511798. While Stantec has not worked directly with Structural Preservation Systems, the contractor has successfully completed many bridge/concrete repair 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 Structural Preservation Systems be awarded the 25-8522 Ted Curcie Bridge Repairs project in the amount of $1,007,771.17. 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(a)stantec.com Attachment: Vendor Reference Check Logs V:\2156\business_ development\Collier County\Bridge_034122_TedCursie\Delora\rev01\25_8522_DELoRA Recommendation Letter.docx Collier County VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8522 Reference Check by: Max Rufatt, E.I. Solicitation Title: Ted Curcie Bridge Repair Date: 11/17/25 Bidder's Name: Structural Preservation Systems Phone: 239-263-6411 Design Entity: Stantec REFERENCED PROJECT: Project Toms Harbor Cut Bridge, Duck Key Project Name: FKEC Phase 2 Transmission Line Location: Viaduct, Duck Key, FL 33070 Project Description: Repair Transmission Line Structures, Install CP jackets and Bulk anodes. Contract Completion Date: 9/8/2022 Value: $ 5,742,226.00 Project Owner/Title: Florida Keys Electric Cooperative Association, Inc. 91360 Overseas highway, Owner's Address: Tavernier, FL 33070 Phone: 352-220-4543 Nick Lyons Owner's Contact Director of Person: Transmission E-Mail: Nick. Lyons@fkec.com 1. Was project completed timely and within budget? (If not, provide detail) Yes. SPS kept FKEC informed of the scheduling throughout the Droiect. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, Structural Preservation Systems (SPS) was responsive and explained further details of the project as needed. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, their construction crew and onsite lead were thorough in their work and acceptance testing. 4. Did the process run smoothly? Were there any changes? Describe below. The project was performed well with no major changes. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, SPS completed all required documentation for a proper closeout. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There were no warranty issues. SPS continues to be responsive to FKEC on any questions about the install work. 7. Additional comments: Collier County VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8522 Reference Check by: Max Rufatt, E.I. Solicitation Title: Ted Curcie Bridge Repair Date: 11/17/25 Bidder's Name: Structural Preservation Systems Phone: 239-263-6411 Design Entity: Stantec REFERENCED PROJECT: Project Project Name: 8 Bridge Package Location: 3701 NE 22"d Ave, Lighthouse Point, FL 3064 Project Description: Corrosion Protection and Bridge Strengthening Contract Completion Date: 4/8/2025 Value: $ 1,806,965.00 Project Owner/Title: City of Lighthouse Point 2200 NE 381h Street, Owner's Address: Lighthouse Point, FL 33064 Phone: 954-943-6500 Owner's Contact Nicole Person: Davisson E-Mail: LHpadmin@lighthousepoint.com 1. Was project completed timely and within budget? (If not, provide detail YES 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) YES 3. Was the construction process performed satisfactorily? (If not, provide detail) YES 4. Did the process run smoothly? Were there any changes? Describe below. Dealing with Structural Preservation Systems was a pleasure, their entire staff was the most professional group of people I've ever dealt with. S. 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: Project Manager Kelly Luhr is one of the most proficient managers this city has dealt with in a very long time. Collier County VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8522 Reference Check by: Max Rufatt, E.I. Solicitation Title: Ted Curcie Bridge Repair Date: 11/17/25 Bidder's Name: Structural Preservation Systems Phone: 239-263-6411 Design Entity: Stantec REFERENCED PROJECT: Transmission Line 1-Within the City of Key West Keys Energy Services Project Transmission Line 4- Stock Island to Big Coppitt Project Name: Pole Phase 2 Location: Key Project Description: Foundation Corrosion Protection Contract Completion Date: 9/15/2025 Value: $ 4,556,277.00 Project Owner/Title: Keys Energy Services 1001 James Street, Key Owner's Address: West FL 33040. Phone: 305-587-3155 Owner's Contact Person: Sam Gaccione E-Mail: Samuel.gaccione@keysenergy.com 1. Was project completed timely and within budget? (If not, provide detail) Yes. On time and within budget. Timeline can be a challenge with windy weather conditions over the summer But Structural has always delivered on or ahead of schedule. 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 very smoothly. Great project management, communication to KEYS, and adherence to permitting. 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: I have worked with Structural on a few projects. All have been great. Collier County VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8522 Reference Check by: Max Rufatt, E.I. Solicitation Title: Ted Curcie Bridge Repair Date: 11/17/25 Bidder's Name: Structural Preservation Systems Phone: 239-263-6411 Design Entity: Stantec REFERENCED PROJECT: Project Name: Teco Big Bend Intake 1,2 Project Location: 603 Big Bend Road, Apollo Beach, FL 33572 Project Description: Concrete Repair, Corrosion Protection Completion Date: 8/31/2020 Contract Value: $ 4,183,727.00 Project Owner/Title: Teco Big Bend Station Owner's Address: 603 Big Bend Road, Apollo Beach, FL 33572 Phone: 423-619-6664 Owner's Contact Person: Kevin Payne E-Mail: kvpayne@tecoenergy.com 1. Was project completed timely and within budget? (If not, provide detail) Yes, the project was completed within budget. There was incidental scope growth due to discovery but T&M rates were negotiated during contract negotiations 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes. They were very thorough with the paperwork. Submittals were always timely. We would walk work areas together and identify and agree on quantities prior to invoicing. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes the work was difficult and it was performed in a quality manner and more importantly safely. They were flexible when working around plant operation needs, and ensure that care was taken while working around operating equipment. 4. Did the process run smoothly? Were there any changes? Describe below. Yes there were very transparent and always notified me if issues arose. We always agreed on a path forward along with an estimated costs prior to proceeding with any out of scope work. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes. All As -Built documentation and all QA/QC documents were submitted in a comprehensive package. We had several walk -downs to identify punch -list items which were all taken care of satisfactorily. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? None... they came back several time after construction to check on CP system. 7. Additional comments: Very good company to work with. They do excellent work, with quality craftsmanship. The work safely is difficult environments. and we will continually call on them for future oroiects. Docusign Envelope ID: 251 B6496-2C06-41 D2-9F80-6D710A62C4F5 Collier County Procurement Services D gi ally Fuent=iev F--nd.e esAn 20-02A8 dres 09'Z727 as•ao• Notice of Recommended Award Solicitation: 25-8522 Title: Ted Curcie Bridge Repair Due Date and Time: October 9, 2025, at 3:00pm Bidders: Company Name City County State Total Base Bid Responsive/Responsible Structural Preservation Systems Pompano Beach Broward FL $1,007,771.17 Y/Y Thomas Marine Construction, Inc. Fort Myers Lee FL $1,166,592.90 Y/Y Southern Road & Bridge LLC Palm Harbor Pinellas FL $1,231,743.00 Y/Y M&J Construction Company of Pinellas County, Inc. Tarpon Springs Pinellas FL $1,272,854.20 Y/Y Titan Construction Management, LLC Tarpon Springs Pinellas FL $1,516,335.00 Y/Y Utilized Local Vendor Preference: Yes No H N/A Recommended Bidder For Award: On August 18, 2025, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25-8522, "Ted Curcie Bridge Repair", to three thousand four hundred and fifty-six (3,456) vendors. The bid was advertised for a total of forty-five (45) days. Nine -hundred and fifty-eight (958) vendors viewed the bid package, and the County received five (5) bids by September October 2-5 9, 2025, the bid deadline. Staff reviewed the bids received and found all bidders to be responsive and responsible as shown above. Staff determined that Structural Preservation Systems is the lowest responsive and responsible bidder. Staff recommend the contract be awarded to Structural Preservation Systems, the lowest responsive and responsible bidder, for a total bid amount of $1,007,771.17. In addition to the total bid amount, staff has allocated $100,777.12 in Owner's Allowance, for Owner's use as directed. Contract Driven = Purchase Order Driven 0 Docusign Envelope ID: 251 B6496-2C06-41 D2-9F80-6D710A62C4F5 Required Signatures Project Manager: I ' 12/10/2025 Procurement Strategist: I &"-" Procurement Services Director: 12/10/2025 Signed by: F d�a Sm" 12/10/2025 Sanc P ,VhVAI°' Date