#25-8522 (Ted Curcie Bridge Repair) 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 6
hereof. the Legal Advertisement. the Bidding Documents and any duly executed and issued
addenda. Change Orders. Work Directive Changes. Field Orders, and amendments relating
thereto. All of the foregoing Contract Documents are incorporated by reference and made a part
of this Agreement (all of said documents including the Agreement sometimes being referred to
herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the
. 'Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project
site at all times during the performance of the Work.
B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and
the appropriate number of sets of the Construction Documents, signed and sealed by the Design
Professional, as are reasonably necessary for permitting.
Section 2. Scope of Work.
Contractor agrees to furnish and pay for all management. supervision. financing, labor, materials,
tools. fuel. supplies, utilities, equipment and services of every kind and type necessary to
diligently, timely. and fully perform and complete in a good and workmanlike manner the Work
required by the Contract Documents.
Applicable if Grant Funded.
To the extent the Project is a ''public works project." all iron or steel products used to perform the
Work must be produced in the United States, which means that all manufacturing processes. from
initial melting through application of coatings, occur in the United States, other than metallurgical
processes to refine steel additives. Per Section 255.0993. F.S. Contractor understands that this
project is funded in whole or in part by grant monies and agrees to comply with 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 terms of this
Agreement: One Million Seven Thousand Seven Hundred Seventy-One Dollars and
Construction Services Agreement:[2025_ver 4]
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 Bid Schedule
amount is not a guaranteed portion of the aforementioned Contract Amount but rather is only
eligible for reimbursement by the Owner if and subject to whether a specific dollar amount of the
allowance is expressly authorized by the Owner and formally agreed upon and memorialized by
the Parties in writing (the "Owner's Allowance"). Any dollar portion of an Owner's Allowance that
is not authorized by the Owner and memorialized by the Parties in writing. via Change Order,
shall not be eligible for reimbursement/payment by the Owner as part of a Payment Application
submitted by the Contractor.
Section 4. Bonds.
A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form
prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount. plus any
approved allowance as provided in Section 3. the costs of which are to be paid by Contractor.
The Performance and Payment Bonds shall be underwritten by a surety authorized to do business
in the State of Florida and otherwise acceptable to Owner: provided. however, the surety shall
meet the requirements of the Department of the Treasury Fiscal Service, ''Companies Holding
Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable
Reinsurance Companies' circular. This circular may be accessed via the web at
https://fiscal.treasury.gov/surety-bonds/list-certified-companies.html. Should the Contract
Amount be less than S500,000, the requirements of Section 287.0935, F.S. shall govern the rating
and classification of the surety.
B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent,
its right to do business is terminated in the State of Florida. or it ceases to meet the requirements
imposed by the Contract Documents. the Contractor shall, within five (5) calendar days thereafter,
substitute at its cost and expense another bond and surety, both of which shall be subject to the
Owner's approval.
C. The Surety for value received agrees that no change, extension of time. alteration or
addition to the terms of the Agreement, the specifications accompanying the Agreement, or to the
work to be performed under the Agreement shall in any way affect its obligation on this bond.
except as provided herein. and waive notice of any change, extension of time, alteration or
addition to the terms of the Agreement or the work performed. The Surety agrees that
modifications and changes to the terms and conditions of the Agreement that increase the total
amount to be paid the Contractor shall automatically increase the obligation of the Surety on this
bond and notice to the Surety is not required for such increased obligation.
Section 5. Contract Time and Liquidated Damages.
A. Time of Performance.
Time is of the essence in the performance of the Work under this Agreement. The
"Commencement Date" shall be established in the written Notice to Proceed to be issued by the
Project Manager. as hereinafter defined. Contractor shall commence the Work within five (5)
calendar days from the Commencement Date. No Work shall be performed at the Project site
prior to the Commencement Date. Any Work performed by Contractor prior to the
Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial
Completion within Two-Hundred Forty (240) calendar days from the Commencement Date
2
Construction Services Agreement.(2025_ver 41
(herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions
thereof) is the date certified by the Design Professional when construction is sufficiently complete,
in accordance with the Contract Documents. so Owner can occupy or utilize the Work (or
designated portions thereof)for the use for which it is intended. as more particularly defined herein
at Section 16, Defined Terms. Contractor shall achieve Final Completion within Thirty (30)
calendar days after the date the Punch List is delivered to the Contractor. Final Completion shall
occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and
is so stated by the Owner as completed As used herein and throughout the Contract Documents,
the phrase"Project Manager" refers to the Owner's duly authorized representative and shall mean
the Department Administrator or Division Director. as applicable, acting directly or through duly
authorized representatives
B. Liquidated Damages in General.
Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will
suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified
above, as said time may be adjusted as provided for herein In such event. the total amount of
Owner's damages. will be difficult. if not impossible, to definitely ascertain and quantify. Should
Contractor fail to achieve Substantial Completion within the number of calendar days established
herein. Owner shall be entitled to assess. as liquidated damages, but not as a penalty. One
Thousand Six Hundred Eighty-five Dollars ($1,685.00) for each calendar day thereafter until
Substantial Completion is achieved. Further. in the event Substantial Completion is reached. but
the Contractor fails to reach Final Completion within the required time period, Owner shall also
be entitled to assess, and Contractor shall be liable for all actual damages incurred by Owner as
a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to
be substantially completed on the date specified by the Project Manager (or at his/her direction,
the Design Professional) as memorialized in the Certificate of Substantial Completion issued
pursuant to the terms hereof. and as more particularly defined herein at Section 16, Defined
Terms. Contractor hereby expressly waives and relinquishes any right which it may have to seek
to characterize the above noted liquidated damages as a penalty, which the parties agree
represents a fair and reasonable estimate of the Owner's actual damages at the time of
contracting if Contractor fails to Substantially or Finally Complete the Work within the required
time periods.
C. Computation of Time Periods.
When any period of time is referenced by days herein, it shall be computed to exclude the first
day and include the last day of such period. If the last day of any such period falls on a Saturday
or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day
shall be omitted from the computation. and the last day shall become the next succeeding day
which is not a Saturday. Sunday. or legal holiday.
D. Determination of Number of Days of Default.
For all contracts, the Owner will count default days in calendar days.
E. Right of Collection.
The Owner has the right to apply any amounts due Contractor under this Agreement or any other
agreement between Owner and Contractor, as payment on such liquidated damages due under
this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary.
Owner retains its right to liquidated damages due under this Agreement even if Contractor. at
Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any
part of it, after the expiration of the Contract Time including granted time extensions.
3
Construction Services Agreement (2025_ver 4]
4`
F. Completion of Work by Owner.
In the event Contractor defaults on any of its obligations under the Agreement and Owner elects
to complete the Work, in whole or in part. through another contractor or its own forces, the
Contractor and its surety shall continue to be liable for the liquidated damages under the
Agreement until Owner achieves Substantial and Final Completion of the Work, as more
particularly defined herein at Section 16. Defined Terms. Owner will not charge liquidated
damages for any delay in achieving Substantial or Final Completion as a result of any
unreasonable action or delay on the part of the Owner.
G. Final Acceptance by Owner.
The Owner shall consider the Agreement complete when the Contractor has completed in its
entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in
writing that the Work is complete. Once the Owner has approved and accepted the Work.
Contractor shall be entitled to final payment in accordance with the terms of the Contract
Documents.
H. Recovery of Damages Suffered by Third Parties.
Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a
result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's
recovery of any delay related damages under this Agreement through the liquidated damages
does not preclude Owner from recovering from Contractor any other non-delay related damages
that may be owed to it arising out of or relating to this Agreement.
Section 6. Exhibits Incorporated.
Exhibits Incorporated. The following documents are expressly agreed upon. attached hereto, and
made a part of this Agreement for Solicitation #25-8522 "Ted Curcie 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 U Not Applicable
Exhibit B-2: Performance Bond Form ❑ Not Applicable
Exhibit B-3: Insurance Requirements
Exhibit C: Release and Affidavit Form
Exhibit D-1: Contractor Application for Payment Form
Exhibit D-2: Schedule of Values
Exhibit D-3: Stored Materials Record
Exhibit E-1: Change Order Form
Exhibit E-2 Work Directive Form
Exhibit F-1: Certificate of Substantial Completion Form
Exhibit F-2: Certificate of Final Completion
Exhibit F-3: Punch List Form
Exhibit G-1: Final Payment Checklist
Exhibit G-2: Warranty
Exhibit H: General Terms and Conditions
Exhibit I-1: Supplemental Terms and Conditions ® Applicable ❑ Not Applicable
4
Construction Services Agreement 12025_ver,4;
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 Curcie 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 ( ) expressly apply to the terms of this Agreement
and are available through the County's on-line bidding.
❑Exhibit J: Technical Specifications
ZExhibit K: Permits
❑Exhibit L: Standard Details
JExhibit M: Plans and Specifications prepared by: Stantec Consulting Services, Inc.
ZExhibit 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
2885 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, LLC
10150 Old Columbia Road
Columbia, MD 21046
Attn: Colin Meneely/Assistant Secretary
Phone: N/A
Email: cmeneely@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 CRIMES.
8.1 By its execution of this Contract. Construction Contractor acknowledges that it has been
informed by Owner of the terms of Section 287.133(2)(a), F.S. which reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following
a conviction for a public entity crime may not submit a bid on a contract to provide
any goods or services to a public entity for the construction or repair of a public
5
Construction Services Agreement 12025_ver.4j
(til
building or public work. may not submit bids on leases of real property to a public
entity. may not be awarded or perform work as a contractor. supplier.
subcontractor, or consultant under a contract with any public entity in excess of
the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of
36 months from the date of being placed on the convicted vendor list."
Section 9. Modification.
No modification or change to the Agreement shall be valid or binding upon the parties unless in
writing and executed by the party or parties intended to be bound by it.
Section 10. Successors and Assigns.
Subject to other provisions hereof. the Agreement shall be binding upon and shall inure to the
benefit of the successors and assigns of the parties to the Agreement.
Section 11. Governing Law.
The Agreement shall be interpreted under. and its performance governed by the laws of the State
of Florida.
Section 12. No Waiver.
The failure of the Owner to enforce at any time or for any period of time any one or more of the
provisions of the Agreement shall not be construed to be and shall not be a waiver of any such
provision or provisions or of its right thereafter to enforce each and every such provision
Section 13. Entire Agreement.
Each of the parties hereto agrees and represents that the Agreement comprises the full and entire
agreement between the parties affecting the Work contemplated and no other agreement or
understanding of any nature concerning the same has been entered into or will be recognized,
and that all negotiations, acts. work performed or payments made prior to the execution hereof
shall be deemed merged in, integrated, and superseded by the Agreement.
Section 14. Severability.
Should any provision of the Agreement be determined by a court to be unenforceable, such a
determination shall not affect the validity or enforceability of any other section or part thereof.
Section 15. Change Order Authorization.
The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders
and Work Directive Changes to the Agreement to the extent that authority is provided for under
the Owner's Procurement Ordinance. as amended, and the terms of the Contract Documents
Section 16. Construction.
(i) Any doubtful or ambiguous language contained in this Agreement shall not be
construed against the party who physically prepared this Agreement. The rule
sometimes referred to as '"fortius contra proferentum" (pursuant to which ambiguities
in a contractual term which appears on its face to have been inserted for the benefit of
6
Construction Services Agreement(2025_ver 4]
one of the parties shall be construed against the benefited party) shall not be applied
to the construction of this Agreement.
(ii) Defined Terms: The following Defined Terms used in the Agreement shall be
understood to be defined as expressly set forth below. Other terms referenced in the
Agreement shall be understood as they may separately be defined herein or if not so
defined shall be understood consistent with their natural and ordinary meaning.
(a) "Application for Payment" shall mean the form provided by the Owner that is to be
used by the Contractor in requesting a progress or final payment and which is to
include such supporting documentation as is required by the Contract Documents.
(b) ''Construction Project" shall mean a Project. funded by Owner funds that involves
the process of building. altering, repairing, improving, or demolishing any public
structure or building, or other public improvements of any kind to any real property
owned or under the control of the Owner, which Work is being performed under a
Construction Contract.
(c) "Construction Services" shall mean all labor and materials to be provided by
Contractor in connection with the construction, alteration, repair, demolition,
reconstruction, or any other improvements to real property. Construction Services
also means Work.
(d) "Contract" or "Contract Documents" shall refer to those documents described in
Section 1. subsection A of the Agreement.
(e) "Defective" shall mean an adjective which, when modifying the Work. refers to
Work that is unsatisfactory. faulty, deficient or otherwise does not conform to the
Contract Documents.
(f) "Department" shall mean the Department or Division initiating and managing the
Project on behalf of the Owner.
(g) -Director shall mean the Director or Administrator of the Department or Division
initiating and managing the Project on behalf of the Owner.
(h) "Final Acceptance" shall mean acceptance of the Work by the Owner as evidenced
by the signature of the Project Manager or Design Professional upon the Certificate
of Final Completion form, Exhibit F-2. Final Acceptance shall be deemed to have
taken place only if and when such signature is affixed to such certificate. The
Certificate of Final Completion shall be signed only after the Project Manager has
assurance by tests, inspection, or otherwise that all of the provisions of the
Contract Documents have been carried out, including completion of the Punch List
form, Exhibit F-3.
(i) -Professional" or "Design Professional" shall mean the professional
architectural/engineering firm designated to perform the design, Construction
Engineering and Inspection ("CEI") services. by an existing agreement, or resident
in-house Owner engineering services for the Work. At times, Owner staff may
perform the design for the Work in-house and shall be considered the Professional
in relation to the Work or a particular portion of the Work.
7
Construction Services Agreement.(2025_ver 4]
J�
(j) "Project" shall mean the total construction. of which the Work to be provided under
the Contract Documents may be the whole or a part as indicated elsewhere in the
Contract Documents.
(k) '`Project Manager' shall mean an individual employed by the Owner and assigned
to manage and administer the Project which is the subject of the Contract
Documents.
(I) "Proper Invoice" shall mean an invoice that conforms with all statutory
requirements and all requirements specified in the Contract Documents.
(m)"Punch List shall mean the approved list of incomplete and/or deficient Work that
shall be completed by the 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
8
Construction Services Agreement (2025_ver 4!
complete. and all work. materials, and services not expressly shown or called for
in the Contract Documents. which may be necessary for the complete and proper
construction of the Work in good faith, shall be performed. furnished, and installed
by the Contractor as though originally so specified or shown, at no increase in cost
to the Owner.
(q) 'Written Directive. shall mean a written directive and also referred to as work
directive, as required by in Exhibit H. Section 10.1. in the form that appears in
Exhibit E-2 that is issued to a Contractor from Owner in instances where the parties
cannot agree on price and/or costs associated with work arising from differing.
unforeseen or emergency site conditions and the work in question is part of the
"critical path" of the contract schedule. A written directive should ultimately be
followed up with an agreed upon Change Order. A verbal Work Directive may only
be issued in extraordinary emergencies when necessary to protect and promote
the public interest, which shall be followed up with a written Work Directive within
five (5) business days.
Section 17. Order of Precedence
In the event of any conflict between or among the terms of any of the Contract Documents. the
terms of the Construction Agreement and the General Terms and Conditions shall take
precedence over the terms of all other Contract Documents, except the terms of any
Supplemental Conditions shall take precedence over the Construction Agreement and the
General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents
including the Owner's Board approved Executive Summary cannot be resolved by application of
the Supplemental Conditions. if any. or the Construction Agreement and the General Terms and
Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under
the Contract Documents upon the Contractor at Owner's discretion.
Remainder of the page is left blank intentionally.
9
Construction Services Agreement 12025_ver.4)
IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s)
indicated below.
CONTRACTOR
TWO ITN SSES: Structural Preservation Systems, LLC
FIRST ITNESS
L tNS-G►A Joe-Poiv to By:
Print Name AlCoi,J /"�e,k2-t y, ,stir Sato*"
Print Name and Title
SECOND WITNESS
' /4 io ,4i41/Awc) Date: t/6/t6
Print Name
ATTEST: OWNER:
Crystal K. Kinzel, Clerk of Courts BOARD OF COUNTY COMMISSIONERS
& Comptroll%, B044, OF COLLIER COUNTY FLORIDA
BY: • BY:
Attest as to Chairman's Dan Kowal . Chairman
Signature only
Date: 624
Appro -d as orm and le._ .
,411111111111111k
Jeffrey . KI_',•kow, County Attorney
10
Construction Services Agreement [2025_ver 41
EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE
(FOLLOWING THIS PAGE)
11
Construction Services Agreement:[2025_ver.4]
BID SCHEDULE
TED CURCIE ROAD OVER DRAINAGE CANAL
Contruction ITB#25-8522
COUNTY PROJECT NO.66066.2-BRIDGE NO.034122
CATEGORY I-ROADWAY ITEMS
ITEM NO. ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL
1011 MOBILIZATION LS 1 $ 40,227.00 $ 40,227.00 i
0101 1 1 PROVIDE/MAINTAIN"AS BUILT"PLANS/SPALL REPAIR PHOTOGRAPHIC LS 1 $ 19,065.00 $ 19,065.00
DOCUMENTATION
0101 1 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $ 15,782.00 $ 15,782.00
0101 1 3 PRESERVATION OF SURVEY MONUMENTS LS 1 $ 14,562.00 $ 14,562.00
0102 1 MAINTENANCE OF TRAFFIC LS 1 $ 27,152.00 $ 27,152.00
0104 11 FLOATING TURBIDITY BARRIER LF 200 $ 53.54 $ 10,708.00
CATEGORY I-ROADWAY TOTAL: $ 127,496.00
CATEGORY II-SIGNING&PAVEMENT MARKINGS ITEMS
0709 11101 TRAFFIC STRIPE-TWO REACTIVE COMPONENTS,STANDARD,WHITE,SOLID,6" LS 1 $ 2,244.00 $ 2,244.00
0709 11201 TRAFFIC STRIPE-TWO REACTIVE COMPONENTS,STANDARD,YELLOW,SOLID,6" LS 1 $ 2,244.00 $ 2,244.00
CATEGORY II-SIGNING AND PAVEMENT MARKINGS TOTAL: $ 4,488.00
CATEGORY III-STRUCTURES ITEMS
0121 70 FLOWABLE FILL CY 13.5 $ 700.00 $ 9,450.00
0401 70 2 RESTORE SPALLED AREAS,LATEX MODIFIED MORTAR-STYRENE BUTADIENE CF 3.2 $ 1,256.25 $ 4,020.00
0413 151 METHACRYLATE MONOMERZE GA 15 $ 192.93 $ 2,893.95
0413 154 CLEANING&SEALING CONCRETE SURFACES-PENETRANT SEALER OR SF 1441 $ 8.50 $ 12,248.50
METHACRYLATE
0455 81106 CATHODIC PROTECTION,F&I,PIER,OTHER MATERIAL ASSEMBLY EA 56 $ 597.21 $ 33,443.76
0455 133 3 STEEL SHEET PILING,F&I PERMANENT SF 2000 $ 150.00 $ 300,000.00
0457 2221 CATHODIC PROTECTION INTEGRAL PILE JACKET,STRUCTURAL,16.1-30."' LF 112 $ 2,400.00 $ 268,800.00
GALVANIC SYSTEM
0458 1 28 BRIDGE DECK EXPANSION JOINT,REHABILITATION,POURED JOINT WITHOUT LF 48 $ 85.02:$ 4,060.96
BACKER ROD
0530 3 4 RIPRAP-RUBBLE,DITCH LINNING TN 209 $ 650.00 $ 135,850.00
0530 74 BEDDING STONE TN 140 $ 750.00 $ 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-SIGNING 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) $ 100,777.12
Staff will allocate 10%for Owner's Allowance-for Owners Use as Directed.This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen
conditions and/or as directed by the Owner.Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full
amount of the Allowance.Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change.
EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM
(FOLLOWING THIS PAGE)
12
Construction Services Agreement:[2025_ver.4]
FORM 1-BID RESPONSE FORM
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY,FLORIDA
TED CURCIE BRIDGE REPAIR
BID NO.25-8522
Full Name of Bidder 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 Fax No.
State Contractor's License# CGC1511798
State of Florida Certificate of Authority Document Number M05000003849
Federal Tax Identification Number 20-2058265
DUNS# 60-198-2775 CCR# RDBGDWPNWMH5 Cage Code 4LQR4
To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA
(hereinafter called the Owner)
The undersigned,as Bidder declares that the only person or parties interested in this Bid as principals are those named
herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully
examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and
Bonds,and the Contract Drawings and Specifications.
Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding
Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility
and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or
referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of
the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of
the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full
payment the sums set forth in the following Bid Schedule:
Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points
are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division
staff.
Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to
the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates
as required by the Contract Documents.The bid security attached is to become the property of the Owner in the event
the Agreement,Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set
forth,as liquidated damages,for the delay and additional expense to the Owner,it being recognized that,since time
is of the essence,Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the
required Agreement,Insurance Certificates and Bonds within the required time period. In the event of such failure,
the total amount of Owner's damages,will be difficult, if not impossible, to definitely ascertain and quantify. It is
hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the
event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The
Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the
above noted liquidated damages as a penalty,which the parties agree represents a fair and reasonable estimate of
Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement,
Insurance Certificates,and Bonds in a timely manner.
Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work
at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless
the Project Manager,in writing,subsequently notifies the Successful Bidder of a modified(later)commencement date.
The undersigned further agrees to substantially complete all work covered by this Bid within Two Hundred Forty
(240)consecutive calendar days,computed by excluding the commencement date and including the last day of such
period,and to be fully completed to the point of final acceptance by the Owner within Thirty(30)consecutive calendar
days after the date the Punch List is delivered to the Successful Bidder,computed by excluding commencement date
and including the last day of such period.
Acceptance and acknowledged by an Authorize Agent
M. Signature: 4/(/
Title: ASs.s 7wa r rez rrh 7
Date: q'l;?0/2
FORM 3-MATERIAL MANUFACTURERS
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE
All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid
specifications,including compliance with Florida Statute 255.20 to provide lumber,timber and other forest products
produced and manufactured in the State of Florida as long as the price,fitness and quality are equal. Exceptions(when
equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an
exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project
Manager,Bidder shall furnish the manufacturer named in the specification.Acceptance of this form does not constitute
acceptance of material proposed on this list.
Complete and sign section A OR B.
Section A(Acceptance of all manufactures and materials in Bid specifications)
On behalf of my firm,I confirm that we will use all manufacturers and materials as specifically outlined in
the Bid specifications.
Company: S1-ftu€-1- Pateie4 vh r...l Sv yrv►t, L L C
Signature: (7.--we / Date: `J 3 ob S'
Section B(Exception requested to Bid specifications manufacturers and materials)
EXCEPTION MATERIAL EXCEPTION MANUFACTURER
1.
N/A
2.
N/A
3. N/A --
4. N/A
5' N/A
Please insert additional pages as necessary.
Company: -
Signature: Date
FORM 4-LIST OF MAJOR SUBCONTRACTORS
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE
The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in
the requirements of the Bid specifications.
The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed
herein are"qualified"(as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders)and meet all legal
requirements applicable to and necessitated by the Contract Documents,including,but not limited to proper licenses,
certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who
includes non-compliant or non-qualified Subcontractors in its bid offer.Further,the Owner may direct the Successful
Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with
this requirement either before or after the issuance of the Award of Contract by Owner.(Attach additional sheets as
needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in
accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors
it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any
portion of work on this Project must be qualified as noted above.
Major Category of Work Subcontractor and Address
1. Electrical
2. Mechanical
3. Plumbing
4. Site Work ACME Barricades-3690 Canal St.Ft.Myers,FL 33916
5. Identify other subcontractors Gulf Shore Marine Construction-5660 Strand Court, Unit 106
that represent more than 10% Naples,FL 34110
of price or that affect the 3eplus, Inc.-11231 US Hwy 1 #277 North Palm Beach, FL
critical path of the schedule 33408
Sims Crane&Equipment-1901 Benchmark Ave, Ft.Myers,
FL 33905
Company: CIA404 M. Pin CA✓ r•.".I SY s►�"Sf Le-C.
Signature: Date: //16/25'--
FORM 5-STATEMENT OF EXPERIENCE OF BIDDER
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON-
RESPONSIBLE. SEE SUPPLEMENTAL QUALIFICATION REQUIREMENTS — (The
Supplemental Qualifications takes precedence,should there be conflicting language with this firm.)
The Bidder is required to provide five (5) project references, stated below, of what work of similar
magnitude completed within the last five(5) years is a judge of its experience,skill and business standing
and of its ability to conduct the work as completely and as rapidly as required under the terms of the
Agreement.
1.
FKEC Phase II Transmission Line Florida Keys Electric Cooperative Association,Inc.
(project name) (project owner)
Toms Harbor Cut Bridge,Duck Key Viaduct,Duck Key,FL 33050 91360 Overseas Highway,Tavernier, FL 33070
(project location) (Owner's address)
Repair transmission lines,install CP Jackets and Bulk Anodes Tom Anthony(Retired) Chief Operations Officer(Retired)
(project description) (Owner's contact person) (title)
9/9/2020(Signed) 9/8/2022(Completed) $ 5,742,226.00 305-510-1490 tomwilldoit@gmail.com
(project start/completion dates) (contract value) (phone) (email)
2. Structural 1-95 3C Bridges 2,3,4 Archer Western
(project name) (project owner)
2598 SW 32nd Street, Dania Beach, FL,33312 4343 Anchor Plaza Parkway,Suite 155,Tampa, FL 33634
(project location) (Owner's address)
Strengthening of AASHTO Girders with FRP Bernard Conway Project Executive
(project description) (Owner's contact person) (title)
12/7/2021 (Signed)4/9/2024(Completed) $ 1,336,688.00 617-592-3905 bconway@walshgroup.com
(project start/completion dates) (contract value) (phone) (email)
3.
City of Lighthouse Point-8 Bridge Package City of Lighthouse Point
(project name) (project owner)
3701 NE 22nd Ave,Lighthouse Point, FL 33064 2200 NE 38th Street, Lighthouse Point,FL 33064
(project location) (Owner's address)
Corrosion Protection and Bridge Strengthening Nicole Davisson City Clerk
(project description) (Owner's contact person) (title)
9/27/2023(Signed)4/8/2025(Completed) $ 1,806,965.00 954-943-6500 LHPadmin@lighthousepoint.com
(project start/completion dates) (contract value) (phone) (email)
FORM 5-STATEMENT OF EXPERIENCE OF BIDDER
4. Keys Energy Pole Phase 2
Keys Energy Services
(project name) (project owner)
91630 Overseas Hwy,Tavernier,FL 33070 91630 Overseas Hwy,Tavernier,FL 33070
(project location) (Owner's address) Previously:Electrical Project
Foundation Corrosion Protection Engineer
Sam Gaccione Current:Director of Engineering
(project description) (Owner's contact person) (title)
8/8/2024 $ 4,573,460.00 305-587-3155 samuel.gaccione@keysenergy.com
(project completion date) (contract value) (phone) (email)
5. TECO Big Bend Intake 1,2 TECO Big Bend Station
(project name) (project owner)
603 Big Bend Road,Apollo Beach, FL 33572 603 Big Bend Road,Apollo Beach,FL 33572
(project location) (Owner's address)
Concrete Repair,Corrosion Protection Kevin Payne Principal Civil/Structural Engineer
(project description) (Owner's contact person) (title)
8/31/2020 $ 4,183,727.00 423-619-6664 kvpayne@tecoenergy.com
(project completion date) (contract value) (phone) (email)
Company: S yK!/ Pees zt/RT•o,J Srscr.^^T, LLC_
Signature:"/ Date: 1 0o/L S'
FORM 6-TRENCH SAFETY ACT
TRENCH SAFETY AFFIDAVIT(SWORN STATEMENT)
The Occupational Safety and Health Administration excavation safety standards,29 CFR 1926.650 Subpart P,trench safety standards,
will be in effect during the period of construction of the Project.
Contractor acknowledges and issues this sworn statement that included in the Contract Price are costs for complying with the Florida
Trench Safety Act(90-96, Laws of FL)effective October 1, 1990, and hereby gives assurance that, if awarded the Contract, the
Contractor or Subcontractor performing trench excavation work on the Project will comply with the applicable trench safety
standards. The Contractor further identifies the costs as follows:
Trench Safety Item(Description) Cost
TOTAL$
THIS IS NOT A PAY ITEM:The purpose of this form is to gather information on the costs associated with trench safety
measures and to insure that the Contractor has considered these costs and included them in the Total Estimated Base Bid and the
Total Estimated Additive Alternate Bid. 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 agents or employees from any claims arising from the failure to comply with said
standard.
The undersigned,in entering this Contract,represents that he has reviewed and considered all available geotechnical 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.
CONT TO NA E•Structural Preservation Systems, LLC
October 6, 2025
DATE: BY:
TITLE: Assistant Secretary
STATE OF FLORIDA
COUNTY OF PINELLAS
The forego�i�,instrument was sworn and subscribed before me by means of CN'physical presence or 0 online notarization this b
day of u1 y r 202 c, by C,)& -S . , who is personally known to me or has produced
as identification.
Notary Public - 1/LL�r F-44._
-
Print Name: W/4!A G.
My commission expires: 9//3/gjZ7
« �"i`s
WILMA C.ROURKE
N_ur +1 MY COMMISSION##HH398143
` 'h''' EXPIRES:September 13,2027
nye���+aai�asca+�ns���m
FORM 7-BID BOND
THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON-
RESPONISBLE
KNOW ALL MEN BY THESE PRESENTS, that we Structural Preservation Systems, LLC
(herein after called the Principal) and
Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and
existing under the laws of the State of Illinois with its principal offices in the city of Schaumburg
and authorized to do business in the State of Florida are held and firmly bound unto the
Collier County Board of County Commissioners (hereinafter called the Owner),in the full and just sum
of Gt'y lr rec.ll. 4 sCN.51-vity 1,t�urrdollars($ (,v )good and lawful money of
the United States of America,to be paid upon demand of the Owner,to which payment well and truly to be made,the
Principal and the Surety bind themselves,their heirs,and executors,administrators,and assigns,jointly and severally
and firmly by these presents.
Whereas, the Principal is about to submit, or has submitted to the Owner,a Bid for furnishing all labor,materials,
equipment and incidentals necessary to furnish,install,and fully complete the Work on the Project known as Bid No.
25-8522 Ted Curcie Bridge Repair.
NOW,THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the
required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with
the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the
Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement
and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the
failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required
certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of$ Sp 3M.(gonoted above
as liquidated damages,and not as a penalty,as provided in the Bidding Documents,then this obligation shall be null and
void,otherwise to remain in full force and effect.
IN TESTIMONY Thereof the Principal and Surety have caused these presents to be duly signed and sealed this
30th day of September ,2025 .
Structural Pr s rvati Systems, LLC Principal
BY (Seal)
Fidelity and De it Company of Maryland Surety
,etltpolt
Countersigned Shirlene Greene r - 4c s
W �
3390 `
Appointed Producing Agent for North Carolina :
4'upfl a
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 8,of the 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 B.GULLETT,Catherine THOMPSON,Amy R.WAUGH,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 8,of
the By-Laws of said Companies,and is now in 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.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
; 0br
r ';
�i I ,/ cc
EALSEAL F it SEAL mo:
By:Christopher Nolan
Vice President
cattit, 4
By: Dawn E.Brown
Secretory
State of Maryland
County of Baltimore
On this 2nd day of June A.D. 2025, before the subscriber, a Notary Public of the
State of Maryland, duly 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 he/
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 signature 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 above written.
Zvi tin
424k
�Q4¢viQuc wfc
Genevieve M.Matson
Notary Public
My Commission Expire January 27,2029
Authenticity of this bond can be confirmed at bond valid ator.•zurichua.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 VicePresident
may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policbs,
recognizances,stipulations, undertakings, or other like instruments on behalf of the Company,and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or athority at any
time."
CERTIFICATE
I, 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 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 Article 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 Boa•d of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature 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 certificate thereof boning 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 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 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signatue
of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearng upon a
certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same forceand effect
as though manually affixed.
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 30th day of September 2025
,., .,,, „..,,..,,.,, stcoM .
c pPOR4 ' �':; a4o. Po\`Y�F '°{P
SEALJjyj) q SEAL a
iT19 P 4—,
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
rc ortsfclaimsOrzurichna.com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT
Name Personnel Category
Jacob Lyles Construction Superintendent
Stephen Bouwer Project Manager
13
Construction Services Agreement:[2025_ver.4]
EXHIBIT B-1: PUBLIC PAYMENT BOND
® Attached hereto, following this page
Not Applicable
14
Construction Services Agreement:[2025_ver.4]
EXHIBIT B— 1: PUBLIC PAYMENT BOND
Bond No. 9487700 Contract No. 25-8522
KNOW ALL MEN BY THESE PRESENTS: 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
Fidelity and Deposit Company of Maryland , as Surety, located at 1299 Zurich Way, Schaumburg,
IL 60196- 1056 , 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 thel- day of(myth
, 20 u ,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 , `'i" day of
p ut.4u /t�Jj , 202c., the name and corporate seal of each corporate party being hereto
affix d and these presents duly signed by its undersigned representative, pursuant to authority of
its governing body.
Signed, sealed and delivered in the presence of:
PRINCIP' L/CONT- 'CTO-:Structural Preservation Systems,LLC
Si. -
/Css 1.. S£c.Cnm
Name and Title /
STATE OF Pt
COUNTY OF7
The foregoing instrument was acknowled ed before me by means of ✓physical presenc or
onllpe notarization, thisU'may of 0I by (ram-4;•_. s )'x 4,e,
as 5 ctS tic, ci 4 of (iJi.�,fizz ill etz4wa .-�- (le ' at'a
LC corporation, on behalf of the corporation. He/She is pe sonally known
to r .OR has produced identification and 1 I
not)take an oath.
My Commission Expires:
(Signature of Notary)
(AFFIX OFFICIAL SEAL) tti' � L. ,P�v2i
(Legibly Printed)
Notary Public, State of t'cog+z.H
�' o: WILMAC.ROURKE Commission No.: ,,/i 399• , ,9j?
•
*:'' •• MY COMMISSION#HH 398143
EXPIRES:September 13,2027
SURETY: Fidelity and Deposit Company of Maryland
10 State House Square, Floor 11
Authorized Signature Hartford,CT 06103
Malerie Janet Williams,Attorney-In-Fact
(Printed Name) (Business Address)
1111.04,
Attest: woo
Jason Martin,Witness
CORPORATE ACKNOWLEDGMENT
STATE OF Connecticut
COUNTY OF Hartford
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.
He/She 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 Signature of Person Taking
NOTARY PUBLIC
State of Connecticut Acknowledgment
My Commission Expires 07/31/2030
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
15
Construction Services Agreement:[2025_ver.4]
EXHIBIT B—2: PUBLIC PERFORMANCE BOND
Bond No. 9487700 Contract No. 25-8522
KNOW ALL MEN BY THESE PRESENTS: 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
Fidelity and Deposit Company of Maryland , as Surety, located at
1299 Zurich Way,Schaumburg, IL 60196-1056 Tel (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
), lawful money of the United States of America, for the payment of
which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind
themselves and each of their heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents as follows: In the event of a default by the
Principal/Contractor, the Surety shall assume all obligations of the Principal/Contractor under the
Contract including providing the required scope of services set forth in the Contract assuming all
warranties, providing all as built drawings, meeting all indemnification and insurance
requirements, payment of royalties and license fees, providing for the safety of persons and
property and all other obligations of the Principal/Contractor under the Contract.
WHEREAS, Principal has entered into a contract dated as of they day of Y`(1C,�r( , 20 244'
with Obligee for Collier County project 25-8522 Ted Curcie 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 Obligee against and from all costs, expenses, damages, including but not limited to damages
for delay due to the Principal/Contractor's default, attorney's fees, including appellate
proceedings, injury, or loss of which said Obligee may be subject by reason of any wrongdoing,
misconduct, want of care or skill, negligence, failure to petition within the prescribed time, delay
or default, including patent infringements, on the 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 Principal/Contractor or any other changes, compliance or noncompliance
to the terms of the Contract as to the scope of services. The Surety shall be responsible for delay,
damages or liquidated damages due to Principal/Contractor's default and consequential damages
for Surety's failure to fulfill its responsibilities as set forth herein. The Surety agrees that
modifications and changes to the terms and conditions of the Agreement that increase the total
amount to be paid the Contractor shall automatically increase the obligation of the Surety on this
bond and notice to the Surety is not required for such increased obligation.
This instrument shall be construed in all respects as a common law bond. It is expressly
understood that the time provisions and statute of limitations under Section 255.05, Florida
Statutes, shall not apply to this bond. Any suit under this bond must be instituted within five years
from the date Obligee obtained actual knowledge of the cause of action.
iu-
IN WITNESS WHEREOF, the above parties have executed this instrument this ,.& day of
20 4 , the name and corporate seal of each corporate party being hereto
affix d and thkse presents duly signed by its undersigned representative, pursuant to authority of
its governing body.
Signed, sealed and delivered in the presence of:
PRI ' ` U ONTRACTOR: Structural Preservation Systems, LLC
NCI4
Si: ature A, �
(. ,..�/ /ke.No ett /CL ('rs r. )e-112 .it
Name and Title /,
STATE OF
COUNTY OF
The foregoing instrument was acknowle ged before me by means of +'physical presence or
_onlir e notarization, this ? 'day of 20 ZF by '. ' ,
as "SAS fay,--'tg-iu )/ of .Sfu(.t 4.c,10 ttiei 1 , a
L{-�C. corporation, on behalf of the corporation. He/She is Rdonally kpcw a
to/Dn e OR has produced —identification and did (did
not) take an oath.
My Commission Expires: 7744,_— 0cru�4C--
(Signature of Notary)
(AFFIX OFFICIAL SEAL) Geit,,viA C. ,e i,t =
�.... (Legibly Printed)
y� �p� .,, Notary Public, State of Fu�,��D,9
: ••• . :•:_ WILMA C.ROURKE Commission No.: H/I 13 k/ F3
n i*- MY COMMISSION#HH 398143
"� �° EXPIRES:September 13,2027
„nF Fi,
SURETY: Fidelity and Deposit Company of Maryland
10 State House Squa - Floor 11
Authorized Signature Hartford,CT 06103
Malerie Janet Williams,Attorney-In-Fact
(Printed Name) (Business Address)
ATT ST: �a stror,,.
J Mw
•
a.
Jason Martin,Witness
W/ry
CORPORATE ACKNOWLEDGMENT
STATE OF Connecticut
COUNTY OF Hartford
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.
He/She 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 ZacharyTate �i/%'�—'.
NOTARY PUBLIC Signature of Person Taking
State of Connecticut
My Commission Expires 07/31/2030 Acknowledgment
Kaden Zachary Tate, Notary Public
Name of Acknowledger Typed,
Printed or Stamped
ZURICH AIIERICAN 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 8,of the 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 Jonathan GLEASON,Doritza MOJICA,Connor WOLPERT,Ashley
ALEXIS,Malerie Janet WILLIAMS,Michelle Anne MCMAHON of Hartford,Connecticut,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 8,of the By-Laws of
said Companies,and is now in 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 10th day of November,A.D.2025. .a
"."4' •C`',ke
1111%8
f1-1
1\1,,,710,1
`,•:'-' ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
v V
i'
By: Christopher Nolan
Vice President
Br: Dawn E.Brown
Secretary
State of Maryland
County of Baltimore
On this 10th day of November. A.D.2025, before the subscriber.a Notary Public of the State of Maryland.duly 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 he/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 signature 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 above written.
f_ a.evi.Q�t4 10.}tACti r1, .,
, ,,.
Genevieve M.Maison
Notary Public
My Commission Expire 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 Vice President
may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances,
stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to
affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time."
CERTIFICATE
I,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 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 Article 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 Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature 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 Attomey...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 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 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
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.
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this day of
O fN OPP O/�l PO'44
S Sr:Alm €a SE/1L .� SEAL
���'nnn nnn d�a°` ,;'tgtieanix.'�Is *'�MrO1PPpd#,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
reportsfclaimsa,zurichna.com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
Towers Watson 1.1'111.I
January 23, 2026 Phone: 704-376-9161
Fax: 704-342-0343
www.wiilis.com
Collier County Board of County Commissioners
3295 Tamiami Trail East
Naples, FL, 34112
RE: Collier County project 25-8522 Ted Curcie Bridge Repairs
Please be advised that we are agreeable to the County entering the contract date in the"whereas"
section of the bond.
Sincerely,
1 ! " r ."ti"'... „! " -C.,,,tt..:.._. as ato�
Catherine Thompson Aso
Senior Surety Specialist
Wlllls of North Carolina,Inc.
P. 0,Box 31817
Charlotte,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
ANT)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 8.of the 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 WHITEiiEAD„Jennifer B.GULLETT,Catherine THOMPSON,Amy R.WAUGH,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 AM)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 8.of
the By-Laws of said Companies,and is now in 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.
ATTEST:
ZURicH AMERICAN INSURANCE,COMI'ANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY ANT)DEPOSIT COMPANY OF MARYLAND
x(,2atlr,.n s. Y4I bfl7�
b, Oq it's �,`Xq,P oA4.".10
t SEAL 1a_ -'SEAL Ti ".1 SEAL"
a, ,tint%'yO5',^`gyp "�^.r.
By:Christopher Nolan
Vice President
fry. Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 2nd day of June A.D. 2025. before the subscriber, a Notary Public of the
State of Maryland, duly commissioned and qualified. Christopher Nolan, Vice President and Dawn E. Brawn,
Secretary of the Companies, to me personally known to he the individuals and officers described in and who executed the
preceding instrument, and acknowledged the execution of same, and being by me duty sworn, deposeth and with, that he/
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 signature as such officer were duly affixed and subscribed to the
said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF.t have hereunto sct my hand and affixed my Official Seal the day and year first above written.
�tIM"l4ffA`L )i . li.rll:tt�Hc
Genevieve M.Matson
Notary Public
My Commission Expire January 27,2029
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-S59-8 790
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 ViccPresident
may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, polices.
recognizances, stipulations, undertakings. or other like instruments on behalf of the Company. and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or atthority at any
time."
CERTIFICATE
F. 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 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 Article V,Section 8,of
the Ely-Lawn 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 of December 1998.
RESOLVED: "That the signature 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 Attorney...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall he 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 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 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signatue
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 he valid and binding upon the Company with the same force and effect
as though manually affixed.
ZESTIMOIAW E,1 have here Itoscribed my name and affixed the corporate seals of the said Companies,
thisday ofHF.Qt-i) 1f y rn
,t rrr ,t\tt79ritrrr//fri!
,:tt�es 5Iy a
1,e?ce= gqagpt*o
�?` q"�fir.
t n vSEALm `n 1 io• _ 4 SEAL if4 SEAL " F
m
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
reportsfe I a intsi:7i zuriehna.eorn
800-626-4577
Authenticity of this bond can be confirmed at bon&alidator. nrichna.com or 410-559-8790
EXHIBIT B-3: INSURANCE REQUIREMENTS
(Following This Page)
17
Construction Services Agreement:[2025_ver.4]
EXHIBIT B-3: INSURANCE REQUIREMENTS
The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies
duly authorized to do business in the State of Florida as set forth herein. The Contractor shall procure and
maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work.
The County and the Contractor waive against each other and the County's separate Contractors, Design
Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property
insurance provided herein, except such rights as they may have to the proceeds of such insurance. The
Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's
separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar
waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability
insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work
performed on behalf of Collier County", or the specific solicitation number/contract number and title. The
General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier
County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall
contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board
of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County
Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project
Number, or specific Project description, or must read: For any and all work performed on behalf of Collier
County.
The amounts and types of insurance coverage shall conform to the minimum requirements set forth herein
with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor
has any self-insured retentions or deductibles under any of the below listed minimum required coverage,
Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions
or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured
retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without
interruption from the date of commencement of the Work until the date of completion and acceptance of the
scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its
insurance carrier shall provide thirty(30)days written notice to the County of policy cancellation or non-renewal
on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like
manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or
material change in coverage or limits received by Contractor from its insurer and nothing contained herein
shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit
of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the
aggregate limit reinstated to the full extent permitted under such policy.
Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may
terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge
the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs
within thirty (30) days after demand, the County has the right to offset these costs from any amount due
Contractor under this Agreement or any other agreement between the County and Contractor. The County
shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s)
purchased or the insurance company or companies used. The decision of the County to purchase such
insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract
Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of
the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance
not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to
provide the County with such renewal certificate(s) shall be considered justification for the County to terminate
any and all contracts.
[2024_ver.1
FORM 8-INSURANCE AND BONDING REQUIREMENTS
Collier County Florida
Insurance and Bonding Requirements
Insurance/Bond Type Required Limits
1. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government
Statutory Limits and Requirements
Evidence of Workers'Compensation coverage or a Certificate of Exemption issued
by the State of Florida is required. Entities that are formed as Sole Proprietorships
shall not be required to provide a proof of exemption.An application for exemption
can be obtained online at https://apps.fldfs.com/bocexempt/
2. ®Employer's Liability $_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 ContractorNendor shall
defend,indemnify and hold harmless Collier County,its officers and employees from
any and all liabilities, damages, losses and costs, including, but not limited to,
reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence,
recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone
employed or utilized by the ContractorNendor in the performance of this Agreement.
5. ®Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage,
Owned/Non-owned/Hired;Automobile Included
6. ® Other insurance as ®Watercraft $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.
EXHIBIT C
RELEASE AND AFFIDAVIT FORM
(Template Form Following This Page)
18
Construction Services Agreement:[2025_ver.41
EXHIBIT C: RELEASE AND AFFIDAVIT FORM
COUNTY OF (
STATE OF (
Before me, the undersigned authority, personally appeared who after
being duly sworn, deposes and says:
(1) In accordance with the Contract Documents and in consideration of $ to be received,
("Contractor) releases and waives for itself and its subcontractors,
material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort,
against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the
Agreement between Contractor and Owner, dated , 20 for the period from
to . This partial waiver and release is conditioned upon payment
of the consideration described above. It is not effective until said payment is received in paid funds.
(2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor,
materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand
against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor.
(3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens
or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by
this Release and Affidavit.
(4) This Release and Affidavit is given in connection with Contractor's [monthly/final]Application for Payment No.
Contractor's Signature
Name and Title
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of_ physical presence or_online notarization,
this_day of 20 by , as
of a corporation, on behalf of the
corporation. He/She is personally known to me OR has produced
identification and did (did not) take an oath.
My Commission Expires:
(Signature of Notary)
(AFFIX OFFICIAL SEAL)
(Legibly Printed)
Notary Public, State of
Commission No.:
EXHIBIT D-1
CONTRACTOR APPLICATION FOR PAYMENT FORM
(Template Form Following This Page)
19
Construction Services Agreement:[2025_ver.4]
EXHIBIT D-1
FORM OF CONTRACT APPLICATION FOR PAYMENT
Collier County Board of County Commissioners(the OWNER) or Collier County Water-Sewer
Owner's Project Bid No.
Manager's Name: Project No.
County's Division Name Purchase Order No.
Submitted by Contractor Application Date:
Representative: Name
Contractor's Name & Payment Application No.
Address:
Original Contract Time: Original Contract Price: $
Revised Contract Time: Total Change Orders to Date: $
Revised Contract Amount: $
Total Value of Work Completed & $
Stored to Date:
Retainage @5%through $ Retainage @ 5% through [Insert $
[Insert Date] date]
Retainage @ % $ Less Retainage $
after[Insert dateL
Total Earned Less Retainage $
Less previous payment(s)
Percent Work Completed % AMOUNT DUE THIS $
to Date: APPLICATION:
Percent Contract Time
Completed to Date:
Liquidated Damages to $ Remaining Contract Balance $
Be Accrued
ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION
CONTRACTOR'S CERTIFICATION:
The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of
Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR
incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title
to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment
will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances(except such
as covered by Bond acceptable to OWNER); (3)all amounts have been paid for work which previous payments were issued
and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts
in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced
amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in
advance of such Work.
Contractor's Name
Contractor's Signature: Date:
Type Title: Shall be signed by an authorized
representative of the Contractor.
Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by:
Design Professional's Name:
Signature: Date:
Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by:
Owner's Project Manager Name:
Signature: Date:
EXHIBIT D-2
SCHEDULE OF VALUES
(Template Form Following This Page)
20
Construction Services Agreement:[2025_ver.4]
w a g
m
J Q W a
N
Z 2 2
oat =
i_ 1- F- 1-
w j m
c
a
w m 8
O S n
o z a y
I- s °
m
W 'o c
CC W
a,
c
W a,
O m
a C
• Z
U
N H I
Z
F
0• O W W c
U LU 0 U a m
O
O r E w 0 c
cc a d 0 o. a U aa.
n
m
Q w• I -
I- 0 W
W
O J ‘Zi.
p. 0 0 m
O 0 °
U
N
N a) E
E
!n O
di
O m w g ° co
2
O O W y
La) fn 4 o 2
ill• al a,
-C Fa m
U d m
ci)
Q U
0 c a,
2 L j U
I- w a c
O. a '
o °
H y aLL>
a,
ww ai a
-Ja z a 2 r
E 00 � „
OU ~ w N L
a• J• Z
• a m a",
N• W a
O I- E N
o o 8.
N
W
a U
a F Z C
U °
U
a L QI
J W =c,
> = U
O J C C
_ O(n
0 m m
(n E
`o c_
c a
)a
m
d n
z m a
O n'�
I-
a 3 a
16
O 0 N
w `y
a a`,=
.c co
3 c
LU ti O
m m m
z m o 42
U m w 2
Li, W m
cc z
a a 0
EXHIBIT D-3
STORED MATERIALS
(Template Form Following This Page)
21
Construction Services Agreement:[2025_ver.4]
O _
I- W
W J
U J
Z <
Q I-
J 0)
Q Z
CO -
Ir.
I- O_
W o
J O
I W
z
>- o
U) o
D W
O -I
W H
CL N
CI- z
W U)
m
1- m
z O w o
I- I- > O
L.o Q W
uJ 0 o a
W
a °xaw a
a o a a-
u
°
m
18,
M cc J Q d
a N CO w N
w
I O o o
.0 ;; > O m
W d W c
d re
U
u
O m
N W m
m c
m T
z
W
U92
_ a
O
> m_
Z
I
a)
a
ti
L
X
W
J
a.
a a.
m cn +
0
a)
8
a)
a.
T
N
Z
O m
I= 0
a a
0
0a,
W
a m
LLI 8
4 4 w
Z
z 1
U W c
W a o
O o
K ar
a m
EXHIBIT E-1: CHANGE ORDER
(Template Form Following This Page)
22
Construction Services Agreement:[2025_ver.4]
EXHIBIT E-1 CHANGE ORDER FORM
011\ Collier County
—�f Procurement Services
Contract# CO# PO# Project#:
Project Name:
Contractor/Consultant Name:
Select One: ❑Contract Modification (Construction or Project Specific) ❑ Work Order/Purchase Order Modification
Project Manager Name: Division Name:
Original Contract/Work Order Approved Amount BCC Approved Date&Agenda
(excluding Owner's Allowance) Item:
Original Approved Owner's Allowance
Current Contract/Work Order Approved Amount
Dollar Amount of this Change
Revised Contract/Work Order Total
Total Cumulative Changes(Including all change orders)
Notice to Proceed Original NTP I Original Final Last Final
Date J #of Days Completion Date L Approved Date
#of Days Added Revised Final Date Current Substantial Completion Date
(includes this change) (if applicable)
Check if applicable:❑Per Florida Statute 218.755 Prompt processing of change orders:For any contract for construction services
entered on or after July 1, 2025, the local governmental entity must approve or deny the price quote and send written notice of
that decision within 35 days after receipt of such quote.
Quote Date of Response Due Date
Receipt (35 days from Date of Receipt)
Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or
documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete
summary on next page.
Check all that apply to this Change Order request:❑Add Time(Include Affidavit Regarding Labor and Services); LI Add funds;
❑Use of Allowance;❑ Modify/Delete existing Task(s); ❑Add new Task(s); ❑Reallocate funds;❑Other(must be explained in
detail below)
1.) Detail of change/s to be made through this Change Order.
2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of days remaining or
"N/A" if not applicable.
3.) Explain why this change was not included in the original contract/Work Order.
4.) Describe the impact if this change is not processed.
Page 1 of 4
Change Order Form
t'Y'` Collier County
Procurement Services
Contract# CO# PO# Project#:
Project Name:
Contractor/Consultant Name:
Change Order/Amendment Summary
(If additional spaces needed, attached a separate Summary page to this amendment request)
COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
❑ Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form
( 1 ' Collier County
Procurement Services
Contract# CO# PO# Project#:
Project Name:
Contractor/Consultant Name:
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be
subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if
the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final
settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related
to the change set forth herein, including claims for impact and delay costs.
Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of
the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional
under the agreement. Signature authority of person signing will be verified through the contract OR through the
Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mvflorida.com%sunbiz/search/).
If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the
company giving that person signature authority.
Prepared by: Date:
Signature-Division Project Manager
Printed Name
Accepted by: Date:
Signature-Design/Engineer Professional (if applicable)
Printed Name/Title/Company Name
Accepted by: Date:
Signature-Contractor/Consultant/Vendor
Printed Name/Title/Company Name
Approved by: Date:
Signature-Division Manager or Designee(Optional)
Printed Name
Approved by: Date:
Signature-Division Director or Designee(Optional)
Printed Name
Approved by: Date:
Signature-Division Administrator or Designee(Optional)
Printed Name
Page 3 of 4
Change Order Form
0I ' Collier County
—�� Procurement Services
Contract# CO# PO# Project#:
Project Name:
Contractor/Consultant Name:
FOR PROCUREMENT USE ONLY
FY CO Request# PUR-
Approved by:
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative ❑ Administrative-BCC Report a BCC Stand-Alone ES
BCC APPROVAL
ATTEST:
Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller COLLIER COUNTY, FLORIDA
By: By:
, Chairman
Dated:
Date:
(SEAL) Agenda#
Approved as to Form and Legality:
Deputy County Attorney
Print Name
Page 4 of 4
Change Order Form
EXHIBIT E-2:
WORK DIRECTIVE FORM
(Template Form Following This Page)
23
Construction Services Agreement:[2025_ver.4]
EXHIBIT E-2
WORK DIRECTIVE CHANGE
PROJECT NAME: CHANGE#
DATE OF ISSUANCE: EFFECTIVE DATE:
OWNER: Collier County Board of Commissioners PROJECT#:
CONTRACTOR: ENGINEER:
You are directed to proceed promptly with the following change(s):
Description:
Purpose of Work Directive Change:
Attachments:
If a claim is made that the above change(s)have affected Contract amount or Contract Times any claim for
a Change Order based thereon will involve one or more of the following methods of determining the effect
of the changes(s).
Method of determining change in Contract amount: Method of determining change in Contract
Times:
❑ Unit Prices ❑ Unit Prices
❑ Lump Sum ❑ Lump Sum
❑ Other ❑ Other
A not-to-exceed itemized estimated increase Estimated change in Contract Time:
(decrease)in Contract amount:
$ Increase or decrease by calendar days.
RECOMMENDED: AUTHORIZED:
By: By:
Engineer OWNER's Representative
*An itemized cost proposal(s)/quote(s)shall be submitted with the Change Order.
EXHIBIT F-1
CERTIFICATE OF SUBSTANTIAL COMPLETION FORM
(Template Form Following This Page)
24
Construction Services Agreement:[2025_ver.4]
EXHIBIT F-1
CERTIFICATE OF SUBSTANTIAL COMPLETION
OWNER'S Project No. Design Professional Project No.
PROJECT:
CONTRACTOR
Contract For
Contract Date
This Certificate of Substantial completion applies to all Work under the Contract documents or to the
following specified parts thereof:
To
OWNER
And
To
Substantial Completion is the status of completion of the Work which, in the opinion of the Project
Manager as evidenced by a definitive Certificate of Substantial Completion, is complete in accordance
with the Contract Documents, except for minor outstanding items listed on the Punch List. Substantial
Completion includes, but is not limited to, the following occurring: (1) the Work can be safely utilized for
the purposes for which it was intended; (2) all regulatory agency requirements are satisfied, including
occupancy permits, operating certificates and similar releases, (3) all operational testing has
successfully occurred; (4) all required training has successfully occurred; (5) all close-out documents
(such as as-built drawings, certifications, warranties, guaranties, test reports, test logs, operational
manuals, etc.) have been provided by the Contractor and accepted by the Owner, and permit
acceptance by permitting agencies, if applicable. The Work to which this Certificate applies has been
inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL,
and that Work is hereby declared to be substantially complete in accordance with the requirements of
the Contract Documents on:
DATE OF SUBSTANTIAL COMPLETION
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 , 20
Signature of Owner Type Name and Title
EXHIBIT F-2
CERTIFICATE OF FINAL COMPLETION FORM
(Template Form Following This Page)
25
Construction Services Agreement:[2025_ver.4]
EXHIBIT F-2
CERTIFICATE OF FINAL COMPLETION
OWNER'S Project No. Design Professional Project No.
PROJECT:
CONTRACTOR
Contract For
Contract Date
This Certificate of Final completion applies to all Work under the Contract documents. The warranty
in Exhibit G-2 is attached to and made a part of this Certificate.
To
OWNER
And
To
The Work to which this Certificate applies has been inspected by authorized representatives of
OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be
finally complete in accordance with the contract documents on:
DATE OF FINAL
COMPLETION
Intentionally left blank
Executed by Design Professional on , 20
Signature of Design Professional Type Name and Title
CONTRACTOR accepts this Certificate of Final Completion on this , 20_
Signature of Contractor Type Name and Title
OWNER accepts this Certificate of Final Completion on this , 20
Signature of Owner Type Name and Title
EXHIBIT F-3
PUNCH LIST FORM
(Template Form Following This Page)
26
Construction Services Agreement:[2025_ver.4]
EXHIBIT F-3 PUNCH LIST FORM
Item Description Value Completion Date Dated Approved
No. by Owner
Subtotal x 150%
Delivery Date of Punch List from Owner to Contractor:
(date of final Punch List).
Final Completion Date:
(30 days from the delivery of Punch List 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 Page)
27
Construction Services Agreement:[2025_ver.4]
EXHIBIT G-1: FINAL PAYMENT CHECKLIST
Bid No.: Project No.: PO No. Date:
Contractor:
The following items have been secured by the for the Project known as
and have been reviewed and found to comply with the requirements of the
Contract Documents.
Original Contract Amount: Final Contract Amount:
Commencement Date:
Substantial Completion Time as set forth in the Agreement: Calendar Days.
Actual Date of Substantial Completion:
Final Completion Time as set forth in the F-3 Punch List: Calendar Days.
Actual Final Completion Date:
YES NO
1. All Punch List items completed on
2. Warranties and Guarantees assigned to Owner(attach to this form).
3. Effective date of General one year warranty from Contractor is:
4. 2 copies of Operation and Maintenance manuals for equipment and
system submitted (list manuals in attachment to this form).
5. As-Built drawings obtained and dated:
6. Owner personnel trained on system and equipment operation.
7. Certificate of Occupancy No.:
issued on (attach to this form).
8. Certificate of Substantial Completion issued on
9. Final Payment Application and Affidavits received from Contractor on:
10. Consent of Surety received on
11. Operating Department personnel notified Project is in operating phase.
12. All Spare Parts or Special Tools provided to Owner:
13. Finished Floor Elevation Certificate provided to Owner:
14. Other:
If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation.
Acknowledgments:
Executed by Design Professional on , 20
Signature of Design Professional Type Name and Title
Executed by Contractor on , 20
Signature of Contractor Type Name and Title
Executed by Owner on , 20
Signature of Owner Type Name and Title
EXHIBIT G-2
WARRANTY
(Template Form Following This Page)
28
Construction Services Agreement:[2025_ver.4]
EXHIBIT H: GENERAL TERMS AND CONDITIONS
1. INTENT OF CONTRACT DOCUMENTS.
1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or
portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials
or equipment that may reasonably be inferred from the Contract Documents as being required to
produce the intended result shall be supplied whether or not specifically called for. When words
which have a well-known technical or trade meaning are used to describe work, materials or
equipment, such words shall be interpreted in accordance with that meaning. Reference to standard
specifications, manuals or codes of any technical society, organization, or association or to the laws
or regulations of any governmental authority having jurisdiction over the Project, whether such
reference be specific or by implication, shall mean the latest standard specification, manual, code,
law or regulation in effect at the time the Work is performed, except as may be otherwise specifically
stated herein.
1.2 If before or during the performance of the Work Contractor discovers a conflict, error or
discrepancy in the Contract Documents, Contractor immediately shall report same to the Project
Manager in writing and before proceeding with the Work affected thereby shall obtain a written
interpretation or clarification from the Project Manager; said interpretation or clarification from the
Project Manager may require Contractor to consult directly with Design Professional or some other
third party, as directed by Project Manager. Contractor shall take field measurements and verify field
conditions and shall carefully compare such field measurements and conditions and other
information known to Contractor with the Contract Documents before commencing any portion of the
Work.
1.3 Drawings are intended to show general arrangements, design and extent of Work and are
not intended to serve as shop drawings. Specifications are separated into divisions for convenience
of reference only and shall not be interpreted as establishing divisions for the Work, trades,
subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the
drawings, specifications or other Contract Document provisions, Contractor shall be required to
comply with the provision which is the more restrictive or stringent requirement upon the Contractor,
as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts,
screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any
portion of the Work to make a complete, serviceable, finished and first quality installation shall be
furnished and installed as part of the Work, whether or not called for by the Contract Documents.
2. INVESTIGATION AND UTILITIES.
2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself
concerning the nature and location of the Work and the general and local conditions, and particularly,
but without limitation, with respect to the following: those affecting transportation, access, disposal,
handling and storage of materials; availability and quality of labor; water and electric power;
availability and condition of roads; work area; living facilities; climatic conditions and seasons;
physical conditions at the work-site and the project area as a whole; topography and ground surface
conditions; nature and quantity of the surface materials to be encountered; subsurface conditions;
equipment and facilities needed preliminary to and during performance of the Work; and all other
costs associated with such performance. The failure of Contractor to acquaint itself with any
applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the
Contract Documents, nor shall it be considered the basis for any claim for additional time or
compensation.
29
Construction Services Agreement:[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 after the Board's award of the Agreement, shall
prepare and submit to Project Manager, for their review and approval, a progress schedule for the
Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by
the Contract Documents and shall utilize the Critical Path method of scheduling and shall provide for
expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule
shall indicate the dates for starting and completing the various stages of the Work.
3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to
the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor
shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted
below. The Project Manager's review and approval of the submitted Progress Schedule updates
shall be a condition precedent to the Owner's obligation to pay Contractor.
3.3 All work under this Agreement shall be performed in accordance with the requirements of all
Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be
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.4]
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 D-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.S., the Project Manager, or Design
Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval
31
Construction Services Agreement:[2025_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.
4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of
funds must be spread over the duration of the Project at regular intervals based on the Contract
Amount and Progress Schedule.
4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor
acknowledges and agrees that in the event of a dispute concerning payments for Work performed
under this Agreement, Contractor shall continue to perform the Work required of it under this
Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all
amounts that Owner does not dispute are due and payable.
4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and
approval of invoices submitted on the date of services or prior to final completion. Any untimely
submission of invoices beyond the specified deadline period is subject to non-payment under the
legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect
to the timely submission of invoices under this agreement.
32
Construction Services Agreement:[2025_ver.4]
4.12 The Owner may, at its discretion, use VISA/MASTER card credit network as a payment
vehicle for goods and/or services purchased as a part of this contract. The Owner may not accept
any additional surcharges (credit card transaction fees) as a result of using the Owner's credit card
for transactions relating to this agreement.
5. PAYMENTS WITHHELD.
5.1 The Project Manager may decline to approve any Application for Payment, or portions
thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-
compliance with the Contract Documents. The Project Manager may nullify the whole or any part of
any approval for payment previously issued and Owner may withhold any payments otherwise due
Contractor under this Agreement or any other agreement between Owner and Contractor, to such
extent as may be necessary in the Owner's opinion to protect it from loss because of:
(a) Defective Work not remedied; (b)third party claims filed or reasonable evidence indicating
probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors
or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the
unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed
within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any
other material breach of the Contract Documents by Contractor.
5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3)
days written notice, rectify the same at Contractor's expense. Provided however, in the event of an
emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying
the situation at Contractor's expense. Owner also may offset against any sums due Contractor the
amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or
arising out of this Agreement or any other agreement between Contractor and Owner.
5.3 In instances where the Contractor may owe debts (including, but not limited to taxes or other
fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these
debts, the County reserves the right to off-set the amount owed to the County by applying the amount
owed to the vendor or contractor for services performed of for materials delivered in association with
a contract.
5.4 If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark-up
the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the
Company and any business, corporation, partnership, limited liability company or other entity in
which the Company or a Parent or a Subsidiary of the Company holds any ownership interest,
directly or indirectly.
6. FINAL PAYMENT.
6.1 Owner shall make Final Payment to Contractor in accordance with Section 218.735, F.S. and
the terms of the Contract Documents after the Work is finally inspected and accepted by Project
Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit
condition precedent to the accrual of Contractor's right to Final Payment, shall have furnished Owner
with a properly executed and notarized copy of the Release and Affidavit form attached as Exhibit
C, as well as, a duly executed copy of the Surety's consent to Final Payment and such other
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
Construction Services Agreement:[2025_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:[2025_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-BUILTS AND MEETINGS.
8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager
on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved
by the Project Manager. The daily log shall document all activities of Contractor at the Project site
including, but not limited to, the following:
8.1.1 Weather conditions showing the high and low temperatures during work hours,
the amount of precipitation received on the Project site, and any other weather conditions which
adversely affect the Work;
8.1.2 Soil conditions which adversely affect the Work;
8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel;
8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working
at the Project site, by subcontract and trade;
8.1.5 All equipment present at the Project site, description of equipment use and
designation of time equipment was used (specifically indicating any down time);
8.1.6 Description of Work being performed at the Project site;
8.1.7 Any unusual or special occurrences at the Project site;
8.1.8 Materials received at the Project site;
8.1.9 A list of all visitors to the Project
8.1.10 Any problems that might impact either the cost or quality of the Work or the time
of performance.
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
Construction Services Agreement:[2025_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: PUBLICRECORDREQUEST(c�COLLIERCOUNTYFL.GOV
The Contractor must specifically comply with the Florida Public Records Law to:
1. Keep and maintain public records required by the public agency to perform the service.
2. Upon request from the public agency's custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in this
chapter or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the Contractor
does not transfer the records to the public agency.
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:[2025_ver.4]
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency's custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
9. CONTRACT TIME AND TIME EXTENSIONS.
9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being
done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all
work of others at the Project Site, so that its Work or the work of others shall not be delayed or
impaired by any act or omission by Contractor. Contractor shall be solely responsible for all
construction means, methods, techniques, sequences, and procedures, as well as coordination of
all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers
and contractors as set forth in Paragraph 12.2. herein.
9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work
as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or
neglect, including but not restricted to acts of Nature or of the public enemy, acts of government,
fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner
in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or
causes thereof, or be deemed to have waived any right which Contractor may have had to request
a time extension.
9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or
progress of the Work from any cause whatever, including those for which Owner may be responsible,
in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages
or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall
receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to
seek an extension to the Contract Time; provided, however, the granting of any such time extension
shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This
paragraph shall expressly apply to claims for early completion, as well as to claims based on late
completion.
9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work
under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any
right or claim Owner may have against Contractor for delay damages hereunder.
10. CHANGES IN THE WORK.
10.1 Owner shall have the right at any time during the progress of the Work to increase or
decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized
estimate of any cost or time increases or savings it foresees as a result of the change. Except in an
emergency endangering life or property, or as expressly set forth herein, no addition or changes to
the Work shall be made except upon written order of Owner in the form of a Work Directive, Exhibit
E-2, and Owner shall not be liable to the Contractor for any increased compensation without such
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.4]
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.
10.6 The Project Manager shall have authority to order minor changes in the Work not involving
an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with
the intent of the Contract Documents. Such changes may be affected by Field Order or by other
written order. Such changes shall be binding on the Contractor.
10.7 Any modifications to this Contract shall be in compliance with the County
Procurement Ordinance, as amended and the terms of the Contract Documents in effect at
the time such modifications are authorized.
10.8 For any contract for construction services entered on or after July 1, 2025, the County
must approve or deny a price quote for a change order requested or issued by the County
within 35 days after receipt of such price quote from the Contractor (receipt commencing the
date upon which the County's Project Manager and Department Head receives the price
quote, whichever is earlier) consistent with the prompt processing of change orders set forth
in Section 218.755, F.S.
11. CLAIMS AND DISPUTES.
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 cutting, excavating, or otherwise altering their work and will only cut
or alter their work with the written consent of the Project Manager and the others whose work will be
affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of
such utility owners and other Contractors to the extent that there are comparable provisions for the
benefit of Contractor in said direct contracts between Owner and such utility owners and other
contractors.
12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any
other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project
Manager in writing any delays, defects or deficiencies in such work that render it unavailable or
unsuitable for such proper execution and results. Contractor's failure to report will constitute an
acceptance of the other work as fit and proper for integration with Contractor's Work.
13. INDEMNIFICATION AND INSURANCE.
39
Construction Services Agreement:[2025_ver.4]
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 it will 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.
13.2 The duty to defend under this Article 13 is independent and separate from the duty to
indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner,
and any indemnified party. The duty to defend arises immediately upon presentation of a claim by
any party and written notice of such claim being provided to Contractor. Contractor's obligation to
indemnify and defend under this Article 13 will survive the expiration or earlier termination of this
Agreement until it is determined by final judgment that an action against the Owner or an indemnified
party for the matter indemnified hereunder is fully and finally barred by the applicable statute of
limitations.
13.3 Contractor shall obtain and carry, at all times during its performance under the Contract
Documents, insurance of the types and in the amounts set forth in the Insurance and Bonding
Requirements form Exhibit B-3 to the Agreement. Further, the Contractor shall at all times comply
with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3.
14. COMPLIANCE WITH LAWS.
14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes,
statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not
limited to those dealing with taxation, worker's compensation, equal employment and safety
(including, but not limited to, the Trench Safety Act, Chapter 553, 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.
40
Construction Services Agreement:[2025_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 Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations
relating thereto, as either may be amended. Failure by the Contractor to comply with the laws
referenced herein shall constitute a breach of this agreement and the County shall have the
discretion to unilaterally terminate this agreement immediately.
14.3 Statutes and executive orders require employers to abide by the immigration laws of the United
States and to employ only individuals who are eligible to work in the United States, including the
requirements set forth in Florida Statute, §448.095. 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 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be
amended and with the provisions contained within this affidavit. Failure by the awarded 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 287.135, 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 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 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, F.S.
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, F.S., Contractor certifies, represents, and warrants
that it does not use coercion for labor services, as those terms are defined in Section 786.06.
Contractor will provide to the Owner an affidavit in the form attached as Exhibit 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 Agreement:[2025_ver.4]
14.7 Pursuant to Section 166.246, F.S., Contractor agrees that Contractor does not and will not,
nor will it allow a subcontractor to, use any funds from the Owner for the purpose of issuing an
identification card or document to any individual who does not provide proof of lawful presence in
the United States.
15. CLEANUP AND PROTECTIONS.
15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste
materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris,
rubbish and waste materials from and about the Project site, as well as all tools, appliances,
construction equipment and machinery and surplus materials, and shall leave the Project site clean
and ready for occupancy by Owner.
15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements,
curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the
Contract Documents to be removed or altered, shall be protected by Contractor from damage during
the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged
shall be restored by Contractor to the condition equal to that existing at the time of Contractor's
commencement of the Work.
16. ASSIGNMENT.
16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in
writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein,
without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement
or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor
all of the obligations and responsibilities that Contractor has assumed toward Owner.
17. PERMITS, LICENSES AND TAXES.
17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees,
including license fees, permit fees, impact fees or inspection fees applicable to the Work through an
internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier
County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to
deliver internal budget transfer documents to applicable Collier County agencies when the
Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by
Subcontractors.
17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued
by Collier County shall be acquired and paid for by the Contractor.
17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the
Work or portions thereof, which are applicable during the performance of the Work.
18. TERMINATION FOR DEFAULT.
18.1 Contractor shall be considered in material default of the Agreement and such default shall be
considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in
this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time
43
Construction Services Agreement:[2025_ver.4]
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:[2025_ver.4]
18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30)
days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation
owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default
within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may
stop its performance under this Agreement until such default is cured, after giving Owner a second
fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement.
If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no
act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons
performing portions of the Work under contract with the Contractor or any Subcontractor, the
Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to
terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt
of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to
the Owner, terminate the Agreement and recover from the Owner payment for Work performed
through the termination date, but in no event shall Contractor be entitled to payment for Work not
performed or any other damages from Owner.
19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION.
19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7)
calendar days written notice to Contractor. In the event of such termination for convenience,
Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned
through the date of termination, together with any retainage withheld and reasonable termination
expenses incurred, but Contractor shall not be entitled to any other or further recovery against
Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not
performed.
19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor
not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of
the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of
time to its schedule in accordance with the procedures set forth in the Contract Documents. In no
event shall the Contractor be entitled to any additional compensation or damages. Provided,
however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to
terminate the Agreement with respect to that portion of the Work which is subject to the ordered
suspension.
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
Construction Services Agreement:[2025_ver.4]
a) Complete all Work necessary for the safe, proper and complete use or operation
of the Project as intended, including: all regulatory agency requirements are
satisfied, including occupancy permits; operating certificates and similar releases;
all operational testing has successfully occurred; all required training has
successfully occurred; all close-out documents (such as as-built drawings,
certifications, warranties, guaranties, test reports test logs, operational manuals,
etc.) have been provided by Contractor and accepted by Owner.
b) Prepare a Contractor-generated punch list(i.e., a list of all items required to render
the Project complete, satisfactory, and acceptable, for submission with the request
for inspection and issuance of a certificate of Substantial Completion), which shall
include and list separately the estimated cost to complete each remaining
unfinished item included on the list with an explanation as to the basis for those
costs, substantiated by the Schedule of Values, subject to the Owner's final review
and approval as stated below.
c) Upon receipt of the request from the Contractor, the Project Manager, assisted by
the Professional, if any, and other Owner personnel, as appropriate, shall review
the request, the Work and the Contractor-generated punch list to determine
whether the Work is ready for Substantial Completion inspection. If this review
fails to support Substantial Completion inspection, the Project Manager shall so
notify the Contractor citing the reasons for rejection. If the Project Manager and
Professional (if any) determine the Work is ready for Substantial Completion
inspection, the following procedures will be followed:
1. The Project Manager will, within a reasonable time, schedule, and conduct
inspection(s) of the Work with the Professional (if any), other Owner
personnel as required, and the Contractor for the purpose of formally
reviewing the status of completion of the Work, the readiness of the Project
for use and the Contractor-generated punch list. A copy of the Contractor-
generated punch list will be provided to all participants and any additional
items noted during the inspection will be added to the list. The Project
Manager, the Professional, their representatives and other Owner
representatives will review the Work and the Contractor-generated punch
list to assure all deficiencies are noted on a final Punch List document
(Exhibit F-3 Punch List Form) ("Punch List"). The Punch List must include
all items required to render the Project complete, satisfactory and
acceptable. If Project Manager and Contractor disagree on whether an
item belongs on the Punch List, the Project Manager has the final say on
whether the item is included or not. The Punch List shall be finalized and
issued to the Contractor by the Owner within the time frames indicated
below.
2. If upon completion of the inspection(s) the Owner does not consider the
Project Substantially Complete, the Project Manager will notify the
Contractor in writing giving reasons why the Project is not Substantially
Complete.
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 Services Agreement:[2025_ver.4]
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) Days
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 delivers the Punch List, Contractor shall submit
a payment application requesting that Owner pay the Contractor the remaining
contract balance owed including all retainage previously held by Owner less an
amount equal to 150 percent(150%)of the estimated cost to complete the items
on the Punch List. Warranty items may not affect the final payment retainage as
provided herein. Owner is not required to pay or process any payment request
for retainage if the Contractor has failed to cooperate with Owner in the
development of the list or failed to perform its contractual responsibilities with
regard to the development of a list or if Section 255.078(3), F.S., applies.
47
Construction Services Agreement:[2025_ver.4]
(f) The failure to include any corrective work or pending items not yet completed
on the Punch List does not alter the responsibility of Contractor to complete all
the construction services purchased pursuant to the Contract Documents.
(g) Owner shall have the right to exclude Contractor from the Work and Project site
(or designated portion thereof) after the date of Substantial Completion, but
Owner shall allow Contractor reasonable access to complete or correct items
on the Punch List. The Project Manager, shall coordinate with the Contractor
the return of any surplus assets, including materials, supplies, and equipment.
20.3 Completion of Punch List Work and Release of Remaining Contract Balance
(a) Upon completion of the Punch List Work, the Contractor shall certify in writing
to the Project Manager that all Punch List Work has been completed in
accordance with the Contract Documents and request the Project Manager to
inspect the Work and to approve Punch List completion. If, in the Project
Manager's opinion, the Work is not ready for such inspection, the Project
Manager will so inform the Contractor, giving reasons for such opinion. If the
Project Manager is satisfied that an inspection is warranted, the Project
Manager will, within a reasonable time, schedule and conduct inspection(s) of
the facility with representatives of the Owner's user department, the
Professional (if any), and the Contractor, for the purpose of formally reviewing
the completion of Punch List Work. If the Project Manager and the Contractor
disagree on whether an item remains incomplete, the Project Manager has the
final say on whether the item is complete or not.
(b) If, upon completion of the inspection(s) the Owner does not consider the Punch
List Work complete, the Project Manager will notify the Contractor in writing
giving specific reasons why the Punch List Work is not complete.
(c) Upon completion of all items on the Punch List, the Contractor may submit a
Payment Request for the remaining amount withheld by the Owner. If a good-
faith dispute exists as to whether one or more items identified on the list have
been completed pursuant to the Contract Documents, the Owner may continue
to withhold an amount not to exceed one hundred and fifty percent (150%) of
the total costs to complete such items. This remaining balance of retainage
may be requested by the Contractor in its Application for Final Payment after
Final Acceptance of the Work by Owner (Exhibit F-2 Certificate of Final
Completion).
(d) All items that require correction under the Contract Documents and that are
identified after the preparation and delivery of the Punch List shall remain the
obligation of the Contractor.
(e) Warranty Items may not affect the Final Payment of retainage pursuant to
Section 218.735(7)(f), 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
Construction Services Agreement:[2025_ver.4]
development of the Punch List or failed to perform its contractual responsibilities
with regard to development of the Punch List. Additionally, the Owner does not
have to pay or release any amounts that are the subject of a good-faith dispute,
the subject of a claim brought pursuant to Section 255.05, F.S., or otherwise the
subject of a claim or demand by the Owner or Contractor.
20.4 Final Completion
(a) Upon written notice from the Contractor that the Project is complete, the Project
Manager shall schedule a final inspection with the Contractor, the Design
Professional, and any other personnel requested by the Project Manager. The
Project Manager shall notify the Contractor in writing of any Work this inspection
reveals to be defective, or otherwise not in accordance with the Contract
Documents. The Contractor shall immediately take such action as may be
necessary to remedy such defects and bring the Project into full compliance
with the Contract Documents and then request another inspection.
(b) Final Completion of the Work shall be achieved by the Contractor when all the
Work required under the Contract Documents has been satisfactorily
completed, including all Punch List work, and specifically as noted in the
Specifications section.
(c) After the Project Manager has determined that all Work has been completed,
the Project Manager will issue a Certificate of Final Completion Exhibit F-2 for
the Work.
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:[2025_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 to the
recovery of damages for defective Work not discovered by the Design
Professional or Project Manager at the time of final inspection.
(c) The Contractor's obligation to perform the Work and complete the Project in
accordance with the Contract Documents shall be absolute. Neither approval
of any progress or Final Payment, the issuance of a Certificate of Substantial
Completion, any payment by the Owner to the Contractor under the Contract
Documents, any use or occupancy of the Project or any part thereof by the
Owner, the issuance of a Final Completion, any act of acceptance by the Owner,
any failure to do so, nor any correction of defective Work by the Owner shall
constitute an acceptance of Work not in accordance with the Contract
Documents.
21. WARRANTY.
21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any
subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to
be incorporated into the Project. Contractor warrants to Owner that any materials and equipment
furnished under the Contract Documents shall be new unless otherwise specified, and that all Work
shall be of good quality, free from all defects and in conformance with the Contract Documents.
Contractor further warrants to Owner that all materials and equipment furnished under the Contract
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:[2025_ver.4]
may commence to correct any defective Work, without prior notice to Contractor, at Contractor's
expense. These warranties are in addition to those implied warranties to which Owner is entitled as
a matter of law.
21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another
representative of the Owner, shall conduct an inspection of the warranted work to verify compliance
with the requirements of the Agreement. The Contractor's Representative shall be present at the
time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection.
Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify
the Contractor from future bid opportunities with the Owner, in addition to any other rights and
remedies available to Owner.
22 TESTS AND INSPECTIONS.
22.1 Owner, Design Professional, their respective representatives, agents and employees, and
governmental agencies with jurisdiction over the Project shall have access at all times to the Work,
whether the Work is being performed on or off of the Project site, for their observation, inspection
and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall
provide Project Manager with timely notice of readiness of the Work for all required inspections,tests
or approvals.
22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public
authority having jurisdiction over the Project requires any portion of the Work to be specifically
inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in
connection therewith and furnish Project Manager the required certificates of inspection, testing or
approval. All inspections, tests or approvals shall be performed in a manner and by organizations
acceptable to the Project Manager.
22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and
costs; to the extent such re-inspections are due to the fault or neglect of Contractor.
22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence
from the Project Manager, such work must, if requested by Project Manager, be uncovered for
observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project
Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted
with reasonable promptness to respond to such notice. If any Work is covered contrary to written
directions from Project Manager, such Work must, if requested by Project Manager, be uncovered
for Project Manager's observation, and be replaced at Contractor's sole expense.
22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all
engineering and inspection expenses incurred by Owner in connection with any overtime work. Such
overtime work consisting of any work during the construction period beyond the regular eight(8) hour
day and for any work performed on Saturday, Sunday, or holidays.
22.6 Neither observations nor other actions by the Project Manager or Design Professional nor
inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to
perform the Work in accordance with the Contract Documents.
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_ver.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 Work.
23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to
correct defective Work or to remove and replace rejected defective Work as required by Project
Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract
Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents,
Owner may, after seven (7) days written notice to Contractor, correct and remedy any such
deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event
of an emergency. To the extent necessary to complete corrective and remedial action, Owner may
exclude Contractor from any or all of the Project site, take possession of all or any part of the Work,
and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances,
construction equipment and machinery at the Project site and incorporate in the Work all materials
and equipment stored at the Project site or for which Owner has paid Contractor but which are stored
elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives,
agents, and employees such access to the Project site as may be necessary to enable Owner to
exercise the rights and remedies under this paragraph. All direct, indirect, and consequential costs
of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change
52
Construction Services 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 plan, organize, supervise, schedule, monitor, direct and control the Work
competently and efficiently, devoting such attention thereto and applying such skills and expertise
as may be necessary to perform the Work in accordance with the Contract Documents. Contractor
shall be responsible to see that the finished Work complies accurately with the Contract Documents.
Contractor shall keep on the Work at all times during its progress a competent resident
superintendent, who shall be subject to Owner's approval and not be replaced without prior written
notice to Project Manager except under extraordinary circumstances. The superintendent shall be
employed by the Contractor and be the Contractor's representative at the Project site and shall have
authority to act on behalf of Contractor. All communications given to the superintendent shall be as
binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and
replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-3
is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are
assigned to the Project; such identified personnel shall not be removed without Owner's prior written
approval, and if so removed must be immediately replaced with a person acceptable to Owner.
24.2 Contractor shall have a competent superintendent on the project at all times whenever
Contractor's work crews, or work crews of other parties authorized by the Project Manager are
engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply
with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's
monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project
supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages
described in Section 5.B, for services not rendered.
25. PROTECTION OF WORK.
25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any
such loss or damage until final payment has been made. If Contractor or any one for whom
Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or
materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and
any moneys necessary to replace such loss or damage shall be deducted from any amounts due
Contractor.
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
Construction 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
Construction Services Agreement:[2025_ver.4]
All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device
Coordination and Arc Flash Studies where relevant as determined by the engineer.
All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE
Protective labels.
28.3. Contractor shall designate a responsible representative located on a full-time basis at the
Project site whose duty shall be the prevention of accidents. This person shall be Contractor's
superintendent unless otherwise designated in writing by Contractor to Owner.
28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All
employees of Contractor, as well as those of all subcontractors and those of any other person or
entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not
possess or be under the influence of any such substances while on any Owner property. Further,
Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of
any kind.
28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located
upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the
following:
28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited;
28.5.2 All Employees shall be provided an identification badge by Contractor. Such
identification badge must be prominently displayed on the outside of the Employees' clothing at all
times. All Employees working at the Project site must log in and out with the Contractor each day;
28.5.3 Contractor shall strictly limit its operations to the designated work areas and
shall not permit any Employees to enter any other portions of Owner's property without Owner's
expressed prior written consent;
28.5.4 All Employees are prohibited from distributing any papers or other materials
upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other
office equipment;
28.5.5 All Employees shall at all times comply with the OSHA regulations with respect
to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct
and facility regulations issued by Owner's officials onsite, as said regulations may be changed from
time to time;
28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress
and egress points identified in the site utilization plan approved by Owner or as otherwise designated,
from time to time, by Owner in writing;
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
Construction Services 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 be evaluated on their performance upon
completion/termination of this Agreement.
31. MAINTENANCE OF TRAFFIC POLICY.
For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide
and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform
Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the
Florida Department of Transportation's Design Standards (DS),where applicable on state roadways.
These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807,
incorporated herein by reference. Copies are available through Risk Management and/or
Procurement Services Division and is available on-line at colliergov.net/purchasing.
The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT
Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar
with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT")
policy will be enforced under this Contract.
All costs associated with the Maintenance of Traffic shall be included on the line item on the bid
page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice to Proceed.
32. SALES TAX SAVINGS AND DIRECT PURCHASE.
32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the
Work or portions thereof, which are applicable during the performance of the Work. No markup shall
be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner,
Contractor shall comply with and fully implement the sales tax savings program with respect to the
Work, as set forth in section 32.2 below.
56
Construction Services Agreement:[2025_ver.4]
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 good faith performance.
33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by
Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing
information and phone numbers, it intends to utilize for the Project prior to entering into any
subcontract or purchase order and prior to the Subcontractor commencing any work on the Project.
The list identifying each Subcontractor cannot be modified, changed, or amended without prior
57
Construction Services Agreement:[2025_ver.4]
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
58
Construction Services Agreement:[2025_ver.4]
all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-
subcontracts and purchase orders.
33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor
for delay or additional cost must be submitted to Contractor within the time and in the manner
in which Contractor must submit such claims to Owner, and that failure to comply with such
conditions for giving notice and submitting claims shall result in the waiver of such claims.
34. CONSTRUCTION SERVICES.
34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all
Project files and records, including, but not limited to, the following administrative records:
34.1.1 Subcontracts and Purchase Orders
34.1.2 Subcontractor Licenses
34.1.3 Shop Drawing Submittal/Approval Logs
34.1.4 Equipment Purchase/Delivery Logs
34.1.5 Contract Drawings and Specifications with Addenda
34.1.6 Warranties and Guarantees
34.1.7 Cost Accounting Records
34.1.8 Labor Costs
34.1.9 Material Costs
34.1.10 Equipment Costs
34.1.11 Cost Proposal Request
34.1.12 Payment Request Records
34.1.13 Meeting Minutes
34.1.14 Cost-Estimates
34.1.15 Bulletin Quotations
34.1.16 Lab Test Reports
34.1.17 Insurance Certificates and Bonds
34.1.18 Contract Changes
34.1.19 Permits
34.1.20 Material Purchase Delivery Logs
34.1.21 Technical Standards
34.1.22 Design Handbooks
34.1.23 "As-Built" Marked Prints
34.1.24 Operating & Maintenance Instruction
34.1.25 Daily Progress Reports
34.1.26 Monthly Progress Reports
34.1.27 Correspondence Files
34.1.28 Transmittal Records
34.1.29 Inspection Reports
34.1.30 Punch Lists
34.1.31 PMIS Schedule and Updates
34.1.32 Suspense (Tickler) Files of Outstanding
Requirements
The Project files and records shall be available at all times to Owner and Design Professional or their
designees for reference, review or copying.
34.2 Contractor Presentations
59
Construction Services Agreement:[2025_ver.4]
At the discretion of the County, the Contractor may be required to provide a brief update on the
Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per
contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule
to be determined by the County Manager or his designee. Prior to the scheduled presentation date,
the Contractor shall meet with appropriate County staff to discuss the presentation requirements and
format. Presentations may include, but not be limited to, the following information: Original contract
amount, project schedule, project completion date and any changes to the aforementioned since
Notice to Proceed was issued.
35. SECURITY.
The Contractor is required to comply with County Ordinance 2004-52, as amended. Background
checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If
required, Contractor shall be responsible for the costs of providing background checks by the Collier
County Facilities Management Division for all employees that shall provide services to the County
under this Agreement. This may include, but not be limited to, checking federal, state and local law
enforcement records, including a state and FBI fingerprint check, credit reports, education, residence
and employment verifications and other related records. Contractor shall be required to maintain
records on each employee and make them available to the County for at least four (4) years.
All of Contractor's employees and subcontractors must wear Collier County Government
Identification badges at all times while performing services on County facilities and properties.
Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each
year at no cost to the Contractor during the time period in which their background check is valid, as
discussed below. All technicians shall have on their shirts the name of the contractor's business.
The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail
(DL-FMOPS(c�colliercountyfl.gov)whenever an employee assigned to Collier County separates from
their employment. This notification is critical to ensure the continued security of Collier County
facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction
of$500 per incident.
CCSO requires separate fingerprinting prior to work being performed in any of their locations. This
will be coordinated upon award of the contract. If there are additional fees for this process, the
Contractor is responsible for all costs.
36. VENUE.
Any suit or action brought by either party to this Agreement against the other party relating to or
arising out of this Agreement must be brought in the appropriate federal or state courts in Collier
County, Florida, which courts have sole and exclusive jurisdiction on all such matters.
37. VALUE ENGINEERING.
All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a
Value Engineering (VE) study conducted during project development. A "project" shall be defined as
the collective contracts, which may include but not be limited to: design, construction, and
construction, engineering and inspection (CEI) services. Additionally, any project with an estimated
construction value of$2 million or more may be reviewed for VE at the discretion of the County.
38. ABOVEGROUND/UNDERGROUND TANKS.
60
Construction Services Agreement.[2025_ver.4]
38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A;
FDEP chapter 62 regulations: specifically Chapters 761, 762, 777, and 780; 376 & 403 F.S.; and
STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of
hazardous materials and petroleum products.
38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD)
prior to the installation, removal, or maintenance of any storage tank, including day tanks for
generators, storing /will be storing petroleum products or hazardous materials. The contractor shall
provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement.
The contractor shall provide the plans pertaining to the storage tank systems containing hazardous
materials/petroleum products to the SHWMD prior to plans submittal to a permitting entity and then
SHWMD must approve the plans prior to contractor's submittal for permitting.
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. S.
Any suit or action brought by either party to this Agreement against the other party relating to
or arising out of this Agreement must be brought in the appropriate federal or state courts in
Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters.
61
Construction Services Agreement:[2025_ver.4]
EXHIBIT I-1: SUPPLEMENTAL TERMS AND CONDITIONS
® Attached hereto, following this page
Not Applicable
62
Construction Services Agreement:[2025_ver.4]
1 of 45
August 8, 2025
PREPARED BY: Mohit Soni
Chris Brockmeier
Copier County
Growth Management Department
EXHIBIT I
SUPPLEMENTAL TERMS &
CONDITIONS /
SPECIFICATIONS PACKAGE
PROJECT NO. 66066.2
BRIDGE NO. 034122
COLLIER COUNTY GROWTH MANAGEMENT DEPARTMENT
TRANSPORTATION ENGINEERING DIVISION
This document was prepared under the responsible charge of the Professional Engineer
shown below.
I hereby certifii that this specifications package has been properly prepared by me, or under my
responsible charge, in accordance with procedures adopted by the Florida Department of
Transportation.
This item has been digitally signed and sealed by Mohit Soni, P.E on the date adjacent to the
seal. Printed copies of this document are not considered signed and sealed and the signature must
be verified on any electronic copies.
Date: 08/08/2025 �0HIT SON)
State of Florida, V1 C E N"?4\41\
F
Professional Engineer, License No.: 65204
Firm/Agency Name: Stantec Consulting Services Inc No 65204
Firm/Agency Address: 2056 Vista Parkway, Suite 100
City, State, Zip Code: West Palm Beach, FL 33411 * * *
Page(s): 1-45
STATE OF lV�
OA%<(:s•Aa. 0 R 10 ssy
%NAL EN
111.11
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
2 of 45
SUPPLEMENTAL TERMS AND CONDITIONS 3
GENERAL NOTES 4
PERMIT CONDITIONS 4
PROJECT SCHEDULE 4
PROJECT PHASING 4
SUBMITTAL OF SHOP DRAWINGS 4
PROTECTION OF LOCAL ROADS 5
ELECTRICITY 5
WATER 5
OWNER'S ALLOWANCES 5
FUEL & BITUMINOUS COST ADJUSTMENTS—NOT PROVIDED 5
CONTRACTOR PRESENTATIONS 5
NACE CERTIFICATION 6
MAINTENANCE OF TRAFFIC 6
MAINTAIN EXISTING BRIDGE STRUCTURE 6
CLEARING AND GRUBBING ACTIVITIES 7
UTILITY COORDINATION 7
AS-BUILT/RECORD DRAWINGS 8
SPECIAL PROVISIONS 9
CONTROL OF MATERIALS - SOURCE OF SUPPLY-DEPARTMENT'S
APPROVED PRODUCT LIST(APL). 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—
LAWS TO BE OBSERVED- COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (MANATEE). 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—
LAWS TO BE OBSERVED- COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (SMALLTOOTH SAWFISH). 11
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—
LAWS TO BE OBSERVED- COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (SEA TURTLE). 12
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—
LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (INDIGO SNAKE). 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—
LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (STURGEON) 13
TECHNICAL SPECIAL PROVISIONS 15
TECHNICAL SPECIAL PROVISIONS. 16
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
3 of 45
SUPPLEMENTAL
TERMS AND
CONDITIONS
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
4 of 45
GENERAL NOTES
The County may, at its discretion, use VISA/MASTER card credit network as a payment
vehicle for goods and/or services purchased as a part of this contract.
PERMIT CONDITIONS
See Permits for conditions which may affect project. Contractor will be responsible for
obtaining any other permits necessary for the completion of their work construction.
Project Permits:
• SFWMD—ERP General Permit No. 11-110383-P (Obtained/Attached)
• SFWMD—ROW Permit(Contractor to apply/obtain if necessary)
• USACOE—Nationwide Permit SAJ-2024-00245 (NWP-AJC) (Obtained/Attached)
Contractor shall initiate all dredge and fill activities before March 14, 2026, and these activities
must be completed by March 14, 2027,to maintain compliance with the Nationwide Permit SAJ-
2024-00245.
PROJECT SCHEDULE
Overall Project Schedule is (From Notice to Proceed):
• Total Construction Schedule(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 BE 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. Work/lane 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 in 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 Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
5 of 45
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 jobsite and
include this provision in contracts with their subcontractors and suppliers.
The contractor shall be responsible for all damages to local roads as a result of their
employees, subcontractors or suppliers not complying with this restriction.
ELECTRICITY
No bid item is provided for electricity. The cost of providing electricity shall be included in
the unit price for work that requires it.
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 unforeseen conditions
and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a
guarantee that the Contractor will be paid any portion or the full amount of the Allowance.
Expenditures of Owners Allowance will be made through Change Order with proper
documentation of Time and Materials supporting the change.
FUEL & BITUMINOUS COST ADJUSTMENTS—NOT PROVIDED
Section 9-2.1.1 Fuels and Section 9-2.1.2 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 county chooses not to obligate itself for these costs and
has not provided for these cost adjustments in the contact. The Contractor shall take this risk
into consideration when submitting their bid.
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)
6 of 45
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.All costs associated
with participating in this process will be included in the contract price of"As-Built Plans."
NACE CERTIFICATION
Contractor NACE Certification status shall be active and copies of professional licenses and
certifications included with the bid submittal.
MAINTENANCE OF TRAFFIC
Traffic Control Plans have been included to show basic phasing and access requirements.Not
all required signs, striping and temporary pavement are shown. All maintenance of traffic
(MOT) shall conform to FDOT 2025-26 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 CEI 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 to: temporary pavement, drainage,
striping, signing etc... between phases and between milestone shall be included in the Lump
Sum price for Item 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 Road Alert Map located at
Collier County Transportation Management Services website.
MAINTAIN EXISTING BRIDGE STRUCTURE
The Contractor is responsible for maintaining the existing bridge structure during construction.
Phased construction has been specified to facilitate emergency services and maintain local
access in this part of Collier County to avoid costly, lengthy detours. The Contractor shall
maintain serviceability of the bridge so long as it is deemed safe for the traveling public. If the
Contractor suspects the condition of the bridge has deteriorated and may no longer be safe for
use,the Contractor shall notify the Engineer and the County immediately for evaluation.
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
7 of 45
During construction activities upon completion of spall 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 representative for confirmation of conformance
prior to remedial efforts.
CLEARING AND GRUBBING ACTIVITIES
The Contractor shall perform all required clearing and grubbing activities required for the
placement of fill/embankment 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,
etc.), 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 of services 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 sufficient
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 Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
8 of 45
AS-BUILT/RECORD DRAWINGS
As-Built/Record Drawings are to be provided to the County's Project Manager within thirty(30)
days of substantial project completion. One copy in the following formats: PDF, AutoCAD 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 all revisions and/or
modifications made to the contract documents.
During the construction of a bridge or any structure, all foundation construction records such
as pile driving records, shaft tip elevations, and borings shall be included as part of the as-built
documents. These records provide critical information necessary for future inspection,
maintenance, emergency management, enhancement, reconstruction, and/or demolition of
these structures. These records shall be delivered to the Owner's representative at the
completion of the project and prior to final payment to the contractor.
• 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-Builts.
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 the 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 Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
9 of 45
SPECIAL
PROVISIONS
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
10 of 45
CONTROL OF MATERIALS - SOURCE OF SUPPLY-DEPARTMENT'S APPROVED
PRODUCT LIST (APL).
(REV 10-10-23) (FA 10-18-23) (FY 2025-26)
SUBARTICLE 6-5.2 is deleted.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—LAWS TO BE
OBSERVED- COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (MANATEE).
(REV 5-13-20) (FA 6-29-20) (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 manatees (Trichechus manatus).
The Department will provide instruction at a preconstruction 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.
5. The 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 while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow 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 freefall of any equipment or material below the water surface.
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 line
with PVC.
Advise all on-site project personnel they are responsible for observing
water-related activities for the presence of manatees. Follow the requirements posted in the URL
address in Spec 7-1.4 when manatees are observed.
Except for projects in Bay, Escambia, 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 Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
11 of 45
2. Temporary signs concerning manatees shall be posted 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
FWC 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 11 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:
https://myfwc.com/wildlifehabitats/wildlife/manatee/education-for-marinas/
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—LAWS TO BE
OBSERVED- COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SMALLTOOTH SAWFISH).
(REV 10-21-21) (FA 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 smalltooth sawfish (Pristis pectinata).
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 information.
Provide sediment and turbidity barriers constructed of material in which a
smalltooth sawfish cannot become entangled. Secure and monitor the sediment and turbidity
barriers to avoid protected species entrapment. Sediment and turbidity barriers may not block
smalltooth 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 marked 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 sawfish. 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 of 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 (Caretta caretta, Chelonia mydas, Dermochelys coriacea, Lepidochelys kempi,
Eretmochelys imbricate).
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 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 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 Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
13 of 45
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—LAWS TO BE
OBSERVED- COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (INDIGO SNAKE).
(REV 5-25-17) (FA 6-13-17) (FY 2025-26)
SUBARTICLE 7-1.4 is expanded by the following:
The Department has determined that eastern indigo snake (Drymarchon corais
couperi)habitat exists in the project limits. 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 1 U.S. Fish& Wildlife Service(fws.gov).
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC—LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (STURGEON).
(REV 6-24-20) (FA 8-24-20) (FY 2025-26)
SUBARTICLE 7-1.4 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:
1. The presence of the species.
2. The appearance, habits, biology, migratory patterns and
preservation 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.
Provide a spotter for the following:
Projects with Gulf sturgeon in estuarine/marine habitats from Tampa Bay
Northward to Pensacola from November 1st through April 30th.
Projects with Gulf sturgeon in riverine habitats from March Pt through
October 31st
Projects with Atlantic and Shortnose sturgeon in all habitat types, from
Cape Canaveral Northward to Jacksonville, 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 non-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 sturgeon trapped in sediment or turbidity
barriers.
Do not dredge the river bottom for barge access.
Lower all equipment or material to the mudline in a controlled descent. Do
not allow freefal I of any equipment or material below the water surface.
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
15 of 45
TECHNICAL
SPECIAL
PROVISIONS
Ted Curcie 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 part of this
Specifications Package.
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No. 034122)
17 of 45
TECHNICAL SPECIAL PROVISION
FOR
Concrete Spall 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 Soni, PE on the date adjacent to
the 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, PE
Date: 08/08/2025
Fla. License No.: 65204
Firm Name: Stantec Consulting Services, Inc.
Firm Address: 2056 Vista Parkway, Suite 100
City, State, Zip code: West Palm Beach, FL 33411
Certificate of Authorization: 27013
Pages: 1 through 6
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 6
TSP(T401); Page 2 of 6
19 of 45
T401 —CONCRETE SPALL REPAIRS
T401-1. Description
The work under this TSP consists of restoring spalled 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 Department Specification 930. The selected material shall achieve the following
requirements as a minimum.
Property Polymer Concrete
Compressive Strength
1 day 3,500 psi
7 days 5,500 psi
28 days 6,500 psi
Tensile Strength
28 days 500 psi
Flexural Strength
28 days 720 psi
T401-2.2. Welded Wire Fabric: Use galvanized welded wire fabric conforming to
American Society for Testing and Materials International (ASTM)A185.
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. General: Locate and inspect all the deteriorated areas indicated in the contract
documents or designated for repair by the Engineer. Sound test the areas and the surrounding concrete
surfaces to identify the size and locations of all cracks, spalls and delaminations in need of repair.
Mark 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 Engineer. Do not perform concrete demolition/removal before approval and
TSP(T401); Page 3 of 6
20 of 45
recording of the approved removal limits.
T401-3.2.Demolition and Surface Preparation: Sawcut along the perimeter of the area to
be restored. For horizontal or vertical spalls less than 1 inch deep, saw cut the perimeter of the repair
area to neat lines such that a minimum thickness of repair mortar may be hand-applied in accordance
with manufacturer's recommendations. Feathered edges will not be allowed. For spalls greater than
1-inch deep, cut the upper perimeter of sound concrete to an angle sloping slightly upward to avoid
entrapping air and water.
Remove deteriorated concrete to sound material within the sawcut limits(or to other limits as
described in plans or as directed). Removal shall be performed by scarification or by chipping with
light duty pneumatic or electric concrete chippers (30 lb. or less in general, 15 lb. or less adjacent to
strand,reinforcing steel, and structural limits of construction). Remove concrete that is contaminated
with grease or oil. Exercise caution during demolition to avoid damaging the existing reinforcing steel.
These repair areas shall be roughened to International Concrete Repair Institute Technical Guideline
No. 03732 CSP No. 7 or to guidelines provided by the manufacturer of the approved repair material.
Completely remove all cracked or unsound concrete.When Class 1 (0 to 1/64-inch)cracks are
encountered,notify the Engineer for inspection. Concrete with Class 1 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 loose material and dust immediately before application of repair material.
T401-3.3. Reinforcement: Remove the concrete adjacent to the bar 1-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 all 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 1-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 equivalent 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 bond to the entire periphery of the exposed bar. A clearance of 3/4 to 1-inch behind the
bar is required for this purpose. Do not remove concrete more than 1 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 1/2-inch depth
adjacent to the wires to permit bond to the entire periphery of the wire. Place the welded wire fabric
after the existing rebar 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 including: manufacturer's specifications,
TSP(T401); Page 4 of 6
21 of 45
method of mixing,means of application,and placement procedure to provide a homogenous pour free
of cold joints. Use clean mixers 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: Spalled or damaged areas of concrete shall be
repaired using an approved material, applied, and cured in strict accordance with the manufacturer's
specifications. The Engineer shall 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 be 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 form. 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. Cap 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 allowed 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 for structural 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 determine 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 temperatures outside of acceptable temperature ranges provided by the
manufacturer 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
include 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-
TSP(T401); Page 5 of 6
22 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 of such 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 Spalled Areas, Latex Modified Mortar Styrene-Butadiene
Cubic Feet.
TSP(T401); Page 6 of 6
23 of 45
TECHNICAL SPECIAL PROVISION
FOR
Galvanic Cathodic 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, PE on the date adjacent to the
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, PE
Date: 08/08/2025
Florida License No.: 65204
Firm Name: Stantec Consulting Services, Inc.
Firm Address: 2056 Vista Parkway, Suite 100
City, State, Zip Code: West Palm Beach, Fl 33411
Certificate of Authorization: 27013
Pages 1 through 10
TSP(T403), Page 1 of 10
24 of 45
Table of Contents
T403-1 Description 3
T403-2 Materials 3
T403-2.1 Local Galvanic Anode 3
T403-2.2 Wire and Cable 3
T403-2.3 Exothermic Welding 3
T403-2.4 Epoxy 4
T403-2.5 Concrete Patching Material 4
T403-3 CONSTRUCTION REQUIREMENTS 4
T403-3.1 General Installation Requirements 4
T403-3.2 Performance Requirements 4
T403-3.3 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 QA/QC Tasks. 6
T403-3.3.5 Cathodic Protection Report. 6
T403-3.3.6 Manufacturer Representative: 7
T403-3.4 Submittals 7
T403-3.4.1 Certifications. 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 8
T403-3.7 Continuity Testing 8
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 45
T403—GALVANIC CATHODIC PROTECTION SYSTEM
T403-1 DESCRIPTION
The scope of work under this Section includes furnishing all labor,tools,materials,equipment,
and services necessary to properly install local galvanic zinc anodes on piles of Bent 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 TSP 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 certified test reports for specific 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 Provision meet FDOT Specifications and Plans 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 of zinc corrosion products. The anodes
shall have a minimum life of 20 years for chloride content greater than 1.5%weight of binder.
The anode shall be cylindrical in shape with a diameter not exceeding 1.5 inches.
T403-2.2 Wire and Cable
The wires used to connect the anodes to the reinforcement shall meet the requirements of the
manufacturer of the local anode.
T403-2.3 Exothermic Welding
The exothermic weld kit shall consist of a mold and powder charge of suitable size 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 weld of the wire to the reinforcing rod.
T403-2.4 Epoxy
The epoxy material shall be non-conductive, 100 percent solid, and moisture and chemical
resistant. The epoxy shall initially cure in 20 minutes at 70°F 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 mesh anode shall also not contain magnesium phosphate.
T403-3 CONSTRUCTION REQUIREMENTS
T403-3.1 General Installation Requirements
All work shall be performed from the water using a barge or a suitable boat.
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 (QA/QC)
T403-3.3.1 Cathodic Protection Specialist(CPS):
The Contractor shall secure the services of a Cathodic Protection Specialist (CPS) having
one or more of the following qualifications:
TSP(T403), Page 4 of 10
27 of 45
i. Association of Materials Protection and Performance (AMPP) certified Cathodic
Protection Specialist Level 4 (CP4) with verifiable 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 minimum 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 10 years of verifiable experience
in the field of cathodic protection on concrete. The CPS 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,
Contractor, 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 otherwise not involved in the work.
T403-3.3.2 Cathodic Protection Technician (CPT):
An AMPP-certified CPT Level 1 (CP 1)or higher with a minimum of two verifiable project
experience in 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 these
requirements for the Engineer's approval. Acceptance of the CPT shall be subject to the
approval of the Engineer.
Submitted experience from the CPT shall include projects in which the CPT performed
QA/QC 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 QA/QC Plan:
A QA/QC Plan provided by the CPS and approved by the Contractor shall be submitted to
the Department for review. The 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 45
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 minimum:
1. Prepare the QA/QC Plan.
2. Review all CP-related submittals before they are submitted to the Department for
approval.
3. 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 performing the required quality
control (QC) testing.
6. Oversee the quality of surface preparation and the installation of zinc mesh 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 Plans 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
29 of 45
5007 NE 39th Avenue
Gainesville, Florida 32609
sm-corrosionfieldops@dot.state.fl.us
The project is not deemed complete unless the Cathodic Protection Report is approved by
the Engineer and SMO.
T403-3.3.6 Manufacturer Representative:
The zinc mesh anode manufacturer representative must be available for consultation with
the Contractor or Engineer. The 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 prior to shipment of the concrete
patching material will not be accepted.
T403-3.4.2 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. QC/QA Testing Equipment.
6. Electrical Wire.
T403-3.4.3 QA/QC Plan and Cathodic Protection Report:
Submit a QA/QC 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 Report:
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.
TSP(T403), Page 7 of 10
30 of 45
T403-3.5 Related Sections
1. Technical Special Provisions TSP 401 - Concrete Spall Repairs.
T403-3.6 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. Electrical
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. Correct 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 MSS. The
multimeter shall have a resolution of 0.1 mV and 0.1 ohm 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 1S2 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 proposed, it shall be approved by the
Engineer. Any weld or mechanical connection to be embedded in concrete shall be coated
with 100%epoxy. No weld or copper from an electrical wire shall be exposed.
T403-3.9 Continuity Bond
Electrical continuity between two exposed reinforcements shall be 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 tie is installed, electrical continuity shall be checked to
ensure 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 required 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 been completed
in the repair and all reinforcement is electrically continuous. They shall be installed per the
manufacturer'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 6 inches horizontally and 8 inches vertically. Adjust the
horizontal spacing if necessary to avoid the strands.
TSP(T403), Page 9 of 10
32 of 45
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 shall be 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 Each.
TSP(T403),Page 10 of 10
33 of 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 are 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 License No.: 65204
Firm Name: Stantec Consulting Services, Inc.
Firm Address: 2056 Vista Parkway, Suite 100
City, State, Zip Code: West Palm Beach, Fl 33411
Certificate of Authorization: 27013
Pages 1 through 12
TSP(T457), Page 1 of 12
34 of 45
Table of Contents
T457-1 Description 3
T457-1.1 General 3
T457-1.2 Prequalification of Bidders 3
T457-2 CP Specialist Services 3
T457-3 Materials 4
T457-3.1 Structural Jacket Form 4
T457-3.2 Expanded Zinc Mesh Anode 4
T457-3.3 Bulk Zinc Anode 5
T457-3.4 Filling Material 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
T457-4.3 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 11
T457-4.6 Structural Jacket Installation 1 1
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 12
TSP(T457), Page 2 of 12
35 of 45
T457—STRUCTURAL PILE JACKET CATHODIC PROTECTION
T457-1 DESCRIPTION
T457-1.1 General
The work under this Section includes repair of reinforced concrete piles and the installation of
structural pile jackets with sacrificial cathodic protection and bulk zinc anodes on all piles
Bents 1, 2, 3, and 4. Integral pile jackets shall not be installed on the piles of Bent 5.
Specialty Work Services: The Contractor shall secure the services of a Cathodic Protection
(CP) Specialist to provide quality assurance of the installation of the pile jacket cathodic
protection and submerged bulk anode assemblies, continuity testing and establishment of
continuity if lacking between reinforcement,energization of the jackets,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 projects.
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. Test for shorts during the cementitious 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 quality 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(T457), Page 3 of 12
36 of 45
directed by the Engineer. Written reports will be required as a follow-up to any verbal
communication.
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 of Contractor'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 energization 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 form to be assembled and sealed
in place around the pile. Joints and holes for stand-offs 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 minor variations 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 bonded or threaded-on
non-metallic 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 Box without splicing.
T457-3.2 Expanded Zinc Mesh Anode
Zinc mesh anode inside the jacket shall be an expanded zinc mesh conforming to ASTM B69,
Type 1. The weight of the expanded mesh shall be a minimum of 1.6 pounds per square foot.
It shall have the following metal composition:
TSP(T457), Page 4 of 12
37 of 45
Pb - 0.003% Mg- 0.0005%
Fe - 0.001% Mn- 0.001%
Cd- 0.001% Ni - 0.001%
Cu- 0.7-0.9% Sn- 0.001%
Al - 0.001% Zn-balance
Ti - 0.001%
The zinc mesh anode shall have the following physical properties:
Electrical conductivity 28%min.
Solid zinc density 0.26 pound per cubic inch
Weight of expanded mesh 1.6 pounds per square foot min.
Open area of expanded mesh 53%density
Solid zinc sheet thickness 3/32 inches
Expanded mesh anode to conform to the following nominal geometry to allow proper mortar
encapsulation:
Hex 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
Long Opening 0.750 inches
T457-3.3 Bulk Zinc Anode
The bulk anode shall be 48 lb., 99%pure zinc meeting Specification ASTM B- 418, hull type
anode. It shall be comprised of a steel strap,which is hot-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 shall be Class IV (Section 457) concrete with a minimum compressive
strength of 5,500 psi at 28 days and 3/8-inch maximum 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 0.4 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(T457), Page 5 of 12
38 of 45
all cathodic protection wires. Each length of conduit shall bear the UL label. PVC conduit or
EPC-80-PVC shall conform to NEMA standards Publication No. TC2. Conduit fittings shall
meet NEMA TC3.
Attachment hardware for the conduits shall be 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 shall 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 Provision 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. QC/QA testing equipment.
b. Electrical 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:
a. Cathodic Protection Integral Pile Jacket:
i. Excavation of mudline at locations where sufficient depth is not
present below the LMW.
ii. Method for cleaning concrete above and below water.
i. 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 the jacket form to
the piling, method for sealing the form after its installation, details of
TSP(T457), Page 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 methods for placing the
filler and capping the pumping ports.
b. Bulk anode assembly.
All calculations shall be signed and sealed 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 following:
1. Cathodic Protection Specialist certification.
2. Cathodic Protection Specialist QC/QA Plan.
3. Rebound 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 STRUCTURAL 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 the 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 the quantities 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 unit 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 consequence to the
Department.
Before commencing the cathodic protection jacket installation, submit for approval shop
drawings indicating equipment, materials, and procedures for the jacket and bulk 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 Plans. 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 Plans.
Install the bulk anode at an elevation of 1 foot 8 inches below the bottom of the jacket. At
piles where the water depth is not sufficient to install the jacket and the bulk anode above the
mudline, excavate to install the bottom 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 1 foot
below the bottom of the jacket and place the bulk anode horizontally at the bottom of the
excavation.
Install the bulk anode and the jacket prior to the installation of any scour mitigation systems.
Where the bulk anodes are placed below the mudline or 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 manufacturer'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 delaminated 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 bulk 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 not 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
1-foot apart in elevation).
Locate all continuity correction excavations at elevations between 6 to 7 feet above MLW,
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 groove 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 ties 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 10 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 100% solids, non-conductive epoxy on the welds such that no
welded wire or weld material is in contact with the concrete when patching; extend the epoxy
coating a minimum of 1/2-inch beyond the weld.
TSP(T457), Page 9 of 12
42 of 45
Fill any hole or excavation for continuity testing performed outside or inside the jacket limits
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 reinforcement is installed, test and correct the continuity between all new bars, as
necessary.Route separated connection wires to the Terminal Box for connection to the system.
Wire tie all intersecting reinforcement in the new reinforcing cage installed around the pile.
Perform continuity testing to ensure 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 10 MO shall be used.
The multimeter shall have a resolution of 0.1 mV and 0.1 ohm and be calibrated no more
than 180 days prior to use.
To ascertain the presence of continuity,the following measurements shall be made between
all exposed reinforcements:
1. 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 10 and the DC voltage less than 1 mV.
The CP Specialist, at his/her discretion, can accept electrical continuity when the above
criteria are not met 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 the connection by brazing No. 10 AWG XHHW 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, non-conductive epoxy on the brazed part of the ground
connection wire such that no wire or brazing material will 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 minimum length of one inch of the spiral tie.
TSP(T457),Page 10 of 12
43 of 45
Use thermal welding 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 Plans. 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 threaded rod as shown on
the Construction Plans.
All ground wires 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 bulk 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 emitting 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 fill placement. Protect the
outside form of the jackets with plastic wrap before placing stiff backs and pouring the
concrete.
Perform the jacket casting operation in accordance with Section 457 unless otherwise specified
in these Technical Special Provisions, the Construction Plans and as directed. Spacing of
pumping ports 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 monitoring port through the jacket
to the depth of the pile on one face of the pile at an elevation of six inches above MHW. 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. Energization
shall be performed by the CP Specialist. Static Potentials, initial driving volts, initial current,
system AC resistance, and energized on and off potentials 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 requirements
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 shorted to the
reinforcement or misaligned more than 1-inch will be accepted. All shorted and misaligned
jackets more than 1-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 IV (Section 457), reinforcing necessary, and
electrical work are considered incidental to the installation of the cathodic protection jacket
and are included in Pay Item No. 0457 2211.
TSP(T457), Page 12 of 12
45 of 45
THIS COMPLETES THIS
SPECIFICATIONS PACKAGE
Ted Curcie Road Over Drainage Canal Rehabilitation Project No. 66066.2 (Bridge No.
034122)
EXHIBIT 1-2: AFFIDAVIT REGARDING LABOR AND SERVICES
(Following This Page)
63
Construction Services Agreement:[2025_ver.4]
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
Effective July 1,2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a
nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the
nongovernmental entity does not use coercion for labor or services.
Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with
an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the
government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet
any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a
foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal
place of business in a foreign country of concern.
Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access
to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an
officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs
(2)(a)-(c),§287.138,Florida Statutes.
Nongovernmental Entity's Name: Structural Preservation Systems, LLC.
Address: 2001 Blount Road, Pompano Beach, FL 33069
Phone Number: 954-984-9555
Authorized Representative's Name: Colin Meneely
Authorized Representative's Title: Assistant Secretary
Email Address: cmeneely@structural.net
I Colin Meneely (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that Structural Preservation Systems, LLC. (Name of Nongovernmental Entity) does not: (I) 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 concern,(b)that a foreign country of concern does not have a controlling interest in the
entity, and (c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Under pen er' I Clare at I have read the foregoing Affidavit and that the facts stated in it are true.
olp
01/05/2026
(Signature of authorized rep esentative) Date
STATE OF Or I.CIO.COUNTY OF BrOt,%,yitvd
Sworn to(or affirmed)and subscribed before me,by means of L9'physical presence or 0 online notarization this
(p day of ZrArluari,20 Z4 by Col in- e ---J (Name of Affiant),who produced his Florida Driver's License as
identification.
A1,-e.M.S L. rerr�crtle2_ .... _
Notary Public ( Notary Public State of Florida
Alexis Krystine Fernandez
b�l My Commission HH 717708
CJkOI '{ , 2.02 f"'9 Explr s 1019/2029
Commission Expires
Personally Known eiR Produced Identification 0
Type of Identification Produced:
@‘C))