Loading...
Agenda 12/09/2025 Item #16B10 (Award of Invitation to Bid (“ITB”) No. 25-8352, “Immokalee Road (C.R. 846E) Paved Shoulder Improvements – FPID 451525-1-54-01 SCOP II,” to Thomas Marine Construction, Inc)12/9/2025 Item # 16.B.10 ID# 2025-4257 Executive Summary Recommendation to approve the award of Invitation to Bid (“ITB”) No. 25-8352, “Immokalee Road (C.R. 846E) Paved Shoulder Improvements – FPID 451525-1-54-01 SCOP II,” to Thomas Marine Construction, Inc., in the amount of $1,253,125.00, approve an Owner’s Allowance of $50,000, and authorize the Chair to sign the attached Construction Services Agreement. (Project 60253, Funds 1841 and 3083). OBJECTIVE: To construct paved shoulders and widen travel lanes on Immokalee Road (CR 846) from east of Tradeport Parkway to Bridge No. 034831. CONSIDERATIONS: County staff submitted an application to the Florida Department of Transportation for grant funding through the Small County Outreach Program (“SCOP”) in 2020 and was awarded the grant in 2021. The entire widening project of Immokalee Road (CR846) from SR29 east to County Line Road is approximately 8.6 miles, and the current estimated cost for that entire stretch is $12,000,000. The County is pursuing a multi-year project to make the improvements because the grant funding source is limited and competitive. On April 14, 2025, the Procurement Services Division issued ITB No. 25-8352, “Immokalee Rd (C.R. 846E) Paved Shoulder Improvements – FPID 451525-1-54-01 SCOP II”. This is for the segment of Immokalee Rd from Tradeport Parkway to Bridge No. 034831. The County received the following five bids by the June 5, 2025, deadline. Company Name City County Sta te Base Bid Amount Responsive/Resp onsible Thomas Marine Construct ion, Inc. Fort Mye rs Lee FL $1,253,12 5.00 Yes/Yes Quality Enterpris es USA, Inc. Napl es Collier FL $1,299,91 2.99 Yes/Yes AJAX Paving Industries of Florida, LLC Nort h Veni ce Sarasota FL $1,375,07 4.37 Yes/Yes Preferred Materials , Inc. Lutz Hillsboro ugh FL $2,158,42 0.68 Yes/Yes Staff found all the bidders responsive and responsible and is recommending awarding the attached agreement to Thomas Marine Construction, Inc., the lowest responsive and responsible bidder. The Engineer of Record (“EOR”) evaluated references and found them acceptable to gauge Thomas Marine’s experience involving work of a similar magnitude, its skill, business standing, and ability to conduct the work as required under the terms of the Agreement. Thomas Marine has performed work in Collier and Desoto counties, primarily performing demo, earthwork, paving, concrete construction, and bridge construction. In all respects, the firm is reputable with a good work history and construction results. Thomas Marine’s bid is approximately 4.2 percent above the Engineer’s Opinion of Probable Construction Cost of Page 3601 of 9661 12/9/2025 Item # 16.B.10 ID# 2025-4257 $1,200,092.00. The Procurement Services Division concluded bidding was competitive and representative of market conditions. This item is consistent with the Collier County strategic plan objective to design and maintain an effective transportation system to reduce traffic congestion and improve the mobility of our residents and visitors. FISCAL IMPACT: The total funding required for this contract is $1,303,125. Funding in the amount of $818,575 is currently available within the Transportation Grant Fund (1841), Project 60253, and $484,550 is available within the Road Construction – Gas Tax Fund (3083), Project 60253. The funding sources for this project are grant funds from Federal Highway Administration (FHWA); whereby these grant dollars are passed through the FDOT via the LAP agreement and gas tax. The completed project is expected to have minimal operational and maintenance impacts, with minimal to no maintenance costs expected to be incurred within the first five to seven years of service for the roadway features, which will be absorbed into the regular maintenance schedule thereafter. GROWTH MANAGEMENT IMPACT: These improvements are consistent with the Growth Management Plan Transportation Element, specifically Section B – Intermodal & Multi-modal Transportation, (1) Non-Motorized Travel, Objective 4, Policy 4.2, Policy 4.4, Policy 4.5, Policy 4.6, and Policy 4.8. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. -JAK RECOMMENDATION(S): To approve the award of Invitation to Bid (“ITB”) No. 25-8352, “Immokalee Rd (C.R. 846E) Paved Shoulder Improvements – FPID 451525-1-54-01 SCOP II,” to Thomas Marine Construction, Inc. in the amount of $1,253,125.00, approve an Owner’s Allowance of $50,000, and authorize the Chairman to sign the attached Construction Services Agreement. (Project 60253, Funds 1841 and 3083). PREPARED BY: Katherine Chachere, Project Manager III (Lic.), Transportation Engineering Division ATTACHMENTS: 1. 25-8352 Bid Tabulation 2. 25-8352 DELORA 3. 25-8352 NORA 4. 25-8352 Thomas Marine VS 5. 25-8352 Thomas Marine COI exp090126 Page 3602 of 9661 ITEM NO.DESCRIPTION QTY UNIT UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL 101-1 MOBILIZATION 1 LS 85,000.00$ 85,000.00$ 284,900.00$ 284,900.00$ 247,000.00$ 247,000.00$ 170,325.00$ 170,325.00$ 180,000.00$ 180,000.00$ 102-1 MAINTENANCE OF TRAFFIC 1 LS 114,300.00$ 114,300.00$ 47,112.00$ 47,112.00$ 145,600.00$ 145,600.00$ 480,400.00$ 480,400.00$ 110,000.00$ 110,000.00$ 104-10-3 SEDIMENT BARRIER 8,244 LF 2.00$ 16,488.00$ 3.00$ 24,732.00$ 1.15$ 9,480.60$ 3.90$ 32,151.60$ 3.00$ 24,732.00$ 104-18 INLET PROTECTION SYSTEM 2 EA 160.00$ 320.00$ 194.00$ 388.00$ 180.00$ 360.00$ 192.00$ 384.00$ 200.00$ 400.00$ 110-1-1 STANDARD CLEARING & GRUBBING 1 LS 60,500.00$ 60,500.00$ 37,409.00$ 37,409.00$ 43,100.00$ 43,100.00$ 113,870.00$ 113,870.00$ 70,000.00$ 70,000.00$ 120-1 EXCAVATION 855 CY 45.00$ 38,475.00$ 29.00$ 24,795.00$ 90.30$ 77,206.50$ 74.60$ 63,783.00$ 32.00$ 27,360.00$ 120-6 EMBANKMENT 2,386 CY 53.00$ 126,458.00$ 74.00$ 176,564.00$ 63.80$ 152,226.80$ 49.85$ 118,942.10$ 40.00$ 95,440.00$ 160-4 TYPE B STABILIZATION (3-FOOT SHOULDERS)2,640 SY 38.00$ 100,320.00$ 9.00$ 23,760.00$ 32.50$ 85,800.00$ 40.20$ 106,128.00$ 10.00$ 26,400.00$ 285-701 OPTIONAL BASE GROUP 1 (4" THICK, BLACK BASE ONLY)4,400 SY 51.00$ 224,400.00$ 47.00$ 206,800.00$ 39.20$ 172,480.00$ 70.75$ 311,300.00$ 30.00$ 132,000.00$ 285-715 OPTIONAL BASE GROUP 15 (9" THICK, BLACK BASE ONLY)1,650 SY 111.00$ 183,150.00$ 113.00$ 186,450.00$ 105.70$ 174,405.00$ 188.75$ 311,437.50$ 115.00$ 189,750.00$ 327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH)904 SY 16.00$ 14,464.00$ 11.00$ 9,944.00$ 14.75$ 13,334.00$ 35.45$ 32,046.80$ 80.00$ 72,320.00$ 334-1-12 SUPERPAVE ASPH. CONC. TYPE SP-12.5 (TRAF. B)(2" THICK)200 TN 307.00$ 61,400.00$ 249.00$ 49,800.00$ 221.50$ 44,300.00$ 420.00$ 84,000.00$ 500.00$ 100,000.00$ 337-7-81 A. C. FRICTION COURSE TYPE FC-9.5 (TRAFFIC B), PG 76-22 382 TN 289.00$ 110,398.00$ 244.00$ 93,208.00$ 292.25$ 111,639.50$ 445.00$ 169,990.00$ 200.00$ 76,400.00$ 430-982-129 MITERED END SECTION, OPTIONAL ROUND, 24" CD 2 EA 7,000.00$ 14,000.00$ 2,942.00$ 5,884.00$ 7,300.00$ 14,600.00$ 9,470.00$ 18,940.00$ 4,200.00$ 8,400.00$ 570-1-2 PERFORMANCE TURF (SOD)13,500 SY 5.10$ 68,850.00$ 8.00$ 108,000.00$ 3.30$ 44,550.00$ 7.65$ 103,275.00$ 4.50$ 60,750.00$ 700-1-50 SIGNS, SINGLE POLE (RELOCATE)10 AS 125.00$ 1,250.00$ 121.00$ 1,210.00$ 313.00$ 3,130.00$ 332.00$ 3,320.00$ 310.00$ 3,100.00$ 701-18-101 PROFILED THERMO., STD.-ASPH. SURF., 6" WHITE SOLID 1.540 GM 14,500.00$ 22,330.00$ 7,100.00$ 10,934.00$ 15,135.00$ 23,307.90$ 16,090.00$ 24,778.60$ 11,000.00$ 16,940.00$ 701-18-221 PROFILED THERMO., STD.-ASPH. SURF., 6" YELLOW SKIP (10'-30')0.770 GM 3,700.00$ 2,849.00$ 5,687.00$ 4,378.99$ 3,785.80$ 2,915.07$ 4,024.00$ 3,098.48$ 4,000.00$ 3,080.00$ 706-1-3 PAVEMENT MARKERS, RETRO-REFLECTIVE 204 EA 5.75$ 1,173.00$ 6.00$ 1,224.00$ 6.00$ 1,224.00$ 6.40$ 1,305.60$ 5.00$ 1,020.00$ 711-17 REMOVE EXIST. PAVEMENT MARKINGS 1 LS 7,000.00$ 7,000.00$ 2,420.00$ 2,420.00$ 8,415.00$ 8,415.00$ 8,945.00$ 8,945.00$ 2,000.00$ 2,000.00$ $ 1,253,125.00 $ 1,299,912.99 $ 1,375,074.37 $ 2,158,420.68 $ 1,200,092.00 Project Manager: Katherine Chachere Procurement Strategist: Rita Iglesias Notifications Sent: 3,021 Viewed: 990 Bids Received: 4 Opened By: Rita Iglesias Witnessed By: Olivia Puga Date: June 5, 2025, 3:00 PM EST Grants Package (5-9)YES *YES YES YES SunBiz YES YES YES YES FL Roadway Contractor (State of Florida Certified Building or General Contract License)YES YES YES YES W-9 YES YES YES YES E-Verify YES YES YES *YES Addendums (1)YES YES YES YES Immigration Affidavit Certification (Form 11)YES YES YES YES Vendor Declaration Statement (Form 10)YES YES YES YES Conflict of Interest Affidavit (Form 9)YES YES YES YES Insurance and Bonding Requirements (Form 8)YES YES YES YES Bid Bond (Form 7)YES YES YES YES Trench Safety Act knowledgement (Form 6)YES YES YES YES Statement of Experience (Form 5)YES YES YES YES List of Major Subcontractors (Form 4)YES YES YES YES Material Manufacturers (Form 3)YES YES YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES YES YES YES Bid Response Form (Form 1)YES YES YES YES Bid Schedule YES YES YES YES *Staff has allocated $50,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Total Bid Amount: IMMOKALEE RD (C.R. 846) SHOULDER IMPROVEMENTS - SCOP2 CONSTRUCTION ITB NO. 25-8352 BID TABULATION Preferred Materials, Inc.Thomas Marine Construction, Inc.Quality Enterprises USA, Inc.Ajax Paving Industries of Florida LLC ENGINEER REQUIRED FORMS AND DOCUMENTS Yes/No Yes/No Yes/No Yes/No Thomas Marine Construction, Inc.Quality Enterprises USA, Inc.Ajax Paving Industries of Florida LLC Preferred Materials, Inc. Page 3603 of 9661 Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 September 8, 2025 RE: Design Entity Letter of Recommended Award Solicitation No 25-8352 Immokalee Road (C.R. 846E) Paved Shoulder Improvements (SCOP II) Dear Ms. Iglesias: Bids were received for the above-referenced project by Collier County on June 5, 2025. Collier County Transportation Engineering Division In-House Design Team has completed our review of the bid submitted by the lowest bidder for this project, and we are pleased to provide the following award recommendation. The scope of the Immokalee Road (C.R. 846E) Paved Shoulder Improvements (SCOP II) project consists of widening of the existing lanes from 10' to 12' and adding 5' paved shoulders. It includes Pavement Markings for FDOT Design Manual, utilizing Audible Vibratory Treatments to prevent road departures and reduce potential for head-on collisions. Following Procurement’s review of the bid tabulation, Thomas Marine Construction, Inc. has been determined to be the lowest responsive and responsible bidder, with a bid amount of $1,253,125.00. Collier County Transportation Engineering’s In-House Design Team has reviewed the bid schedule and confirmed that the bid is approximately 4.2 percent above the Engineer’s Opinion of Probable Construction Cost of $1,200,092.00. Staff recommend the award of the contract to Thomas Marine Construction, Inc. in the amount of $1,253,125.00. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Thomas Marine Construction, Inc. were all contacted. The EOR determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. Based on favorable performance reviews provided on the Vendor Reference Logs and its licensing, Thomas Marine Construction, Inc, formed in 1982 in Fort Myers, FL, is a qualified firm to conduct the requested work. Based on the above information, the EOR recommends Thomas Marine Construction, Inc. be awarded the Immokalee Road (C.R. 846E) Paved Shoulder Improvements (SCOP II) project in the amount of $1,253,125.00. Should there be any questions, please feel free to contact our office. Sincerely, Mark D. McCleary, PE, PSM, PMP Engineer Of Record Collier County Transportation Engineering Division In-House Design Team Page 3604 of 9661 Page 3605 of 9661 Page 3606 of 9661 Page 3607 of 9661 Page 3608 of 9661 Page 3609 of 9661 Page 3610 of 9661 Notice of Recommended Award Solicitation: 25-8352 Title: Immokalee Rd (C.R. 846) Shoulder Improvements- SCOP2 Due Date and Time: June 5, 2025, at 3:00 PM EST Bidders: Company Name City County State Total Bid Amount Responsive/Responsible Thomas Marine Construction, Inc. Fort Myers Lee FL $1,253,125.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $1,299,912.99 Yes/Yes Ajax Paving Industries of Florida LLC North Venice Sarasota FL $1,375,074.37 Yes/Yes Preferred Materials, Inc. Tampa Hillsborough FL $2,158,420.68 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Contractor For Award: On April 14, 2025, the Procurement Services Division issued Construction Invitation to Bid #25-8352, Immokalee Rd (C.R. 846) Shoulder Improvements – SCOP2 to three thousand and twenty (3,020) bidders. Nine Hundred and seventy-four (974) bidders viewed the bid package, and the County received four (4) bids by June 5, 2025, the submission deadline. Staff have reviewed the bids and all Bidders responsive and responsible. The County exercised with Preferred Materials, Inc., and Quality Enterprises USA, Inc., Section Thirteen, Formal Competitive Awards, subsection 2, Reserved Rights, of the Procurement Ordinance #25-34 and waived minor irregularities. Staff recommend the contract be awarded to Thomas Marine Construction, Inc., the lowest responsive and responsible bidder, for a total bid amount of $1,253,125.00. In addition to the total bid amount, Staff allocated $50,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: FC91FC3F-E7C2-4C84-BED1-6D6AFC3F3B13 9/16/2025 9/16/2025 9/16/2025 Page 3611 of 9661 Page 3612 of 9661 Page 3613 of 9661 Page 3614 of 9661 Page 3615 of 9661 Page 3616 of 9661 Page 3617 of 9661 Page 3618 of 9661 Page 3619 of 9661 Page 3620 of 9661 Page 3621 of 9661 Page 3622 of 9661 Page 3623 of 9661 Page 3624 of 9661 Page 3625 of 9661 Page 3626 of 9661 Page 3627 of 9661 Page 3628 of 9661 Page 3629 of 9661 Page 3630 of 9661 Page 3631 of 9661 Page 3632 of 9661 Page 3633 of 9661 Page 3634 of 9661 Page 3635 of 9661 Page 3636 of 9661 Page 3637 of 9661 Page 3638 of 9661 Page 3639 of 9661 Page 3640 of 9661 Page 3641 of 9661 Page 3642 of 9661 Page 3643 of 9661 Page 3644 of 9661 Page 3645 of 9661 Page 3646 of 9661 Page 3647 of 9661 Page 3648 of 9661 Page 3649 of 9661 Page 3650 of 9661 Page 3651 of 9661 Page 3652 of 9661 Page 3653 of 9661 Page 3654 of 9661 Page 3655 of 9661 Page 3656 of 9661 Page 3657 of 9661 Page 3658 of 9661 Page 3659 of 9661 Page 3660 of 9661 Page 3661 of 9661 Page 3662 of 9661 Page 3663 of 9661 Page 3664 of 9661 Page 3665 of 9661 Page 3666 of 9661 Page 3667 of 9661 Page 3668 of 9661 Page 3669 of 9661 Page 3670 of 9661 Page 3671 of 9661 Page 3672 of 9661 Page 3673 of 9661 Page 3674 of 9661 Page 3675 of 9661 Page 3676 of 9661 Page 3677 of 9661 Page 3678 of 9661 Page 3679 of 9661 Page 3680 of 9661 Page 3681 of 9661 Page 3682 of 9661 Page 3683 of 9661 Page 3684 of 9661 Page 3685 of 9661 Page 3686 of 9661 Page 3687 of 9661 Page 3688 of 9661 Page 3689 of 9661 Page 3690 of 9661 Page 3691 of 9661 Page 3692 of 9661 Page 3693 of 9661 Page 3694 of 9661 Page 3695 of 9661 Page 3696 of 9661 Page 3697 of 9661 Page 3698 of 9661 Page 3699 of 9661 Page 3700 of 9661 Page 3701 of 9661 Page 3702 of 9661 Page 3703 of 9661 Page 3704 of 9661 Page 3705 of 9661 Page 3706 of 9661 Page 3707 of 9661 Page 3708 of 9661 Page 3709 of 9661 Page 3710 of 9661 Page 3711 of 9661 Page 3712 of 9661 Page 3713 of 9661 Page 3714 of 9661 Page 3715 of 9661 Page 3716 of 9661 Page 3717 of 9661 Page 3718 of 9661 Page 3719 of 9661 Page 3720 of 9661 Page 3721 of 9661 Page 3722 of 9661 Page 3723 of 9661 Page 3724 of 9661 Page 3725 of 9661 Page 3726 of 9661 Page 3727 of 9661 Page 3728 of 9661 Page 3729 of 9661 Page 3730 of 9661 Page 3731 of 9661 Page 3732 of 9661 Page 3733 of 9661 Page 3734 of 9661 Page 3735 of 9661 Page 3736 of 9661 Page 3737 of 9661 Page 3738 of 9661 Page 3739 of 9661 Page 3740 of 9661 Page 3741 of 9661 Page 3742 of 9661 Page 3743 of 9661 Page 3744 of 9661 Page 3745 of 9661 Page 3746 of 9661 Page 3747 of 9661 Page 3748 of 9661 Page 3749 of 9661 Page 3750 of 9661 Page 3751 of 9661 Page 3752 of 9661 Page 3753 of 9661 Page 3754 of 9661 Page 3755 of 9661 Page 3756 of 9661 Page 3757 of 9661 Page 3758 of 9661 Page 3759 of 9661 Page 3760 of 9661 Page 3761 of 9661 Page 3762 of 9661 Page 3763 of 9661 Page 3764 of 9661 Page 3765 of 9661 Page 3766 of 9661 Page 3767 of 9661 Page 3768 of 9661 Page 3769 of 9661 Page 3770 of 9661 Page 3771 of 9661 Page 3772 of 9661 Page 3773 of 9661 Page 3774 of 9661 Page 3775 of 9661 Page 3776 of 9661 Page 3777 of 9661 Page 3778 of 9661 Page 3779 of 9661 Page 3780 of 9661 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3781 of 9661 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE National Union Fire Ins Co of Pittsburg Allied World National Assurance Company New Hampshire Insurance Company Travelers Property Casualty Co of Amer Arch Specialty Insurance Company 10/30/2025 EPIC Insurance Midwest 678 Front Ave NW, Suite 330 Grand Rapids, MI 49504 Patti Zuk - patti.zuk@epicbrokers.com Thomas Marine Construction, Inc. 8999 High Cotton Lane Fort Myers, FL 33905 19445 10690 23841 25674 21199 A X X X X X GL3118752 09/01/2025 09/01/2026 2,000,000 500,000 10,000 2,000,000 4,000,000 4,000,000 A X X X CA2446812 09/01/2025 09/01/2026 2,000,000 B X X X 10,000 X X 03119130 09/01/2025 09/01/2026 10,000,000 10,000,000 C N X WC48407354 09/01/2025 09/01/2026 X 2,000,000 2,000,000 2,000,000 D E Leased/Rented Eq Professional & Pollution Liab. QT6307Y24748ATIL25 CPP00344101016 09/01/2025 09/01/2025 09/01/2026 09/01/2026 $450,000/$1,000 Ded. $3,000,000 Occ/$6M Agg $50,000 Retention Immokalee Rd (C.R. 846) Shoulder Improvements - SCOP2 Bid No. 25-8352 Collier County Board of County Commissioners is included as an additional insured on a primary and non-contributory basis for the general liability and auto liability as required by written contract. A 30-day notice of cancellation will be provided. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112-0000 1 of 1 #S8056445/M7889117 OWENAME1Client#: 164731 PZU01 Page 3782 of 9661 POLICY NUMBER: GL 311-87-52 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(sl Or Organization(sl Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section II 6 Who Is An Insured is amended to include as an additional insured the person(sl or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 () Insurance Services Office, Inc., 2018 Page 1 of 2 Page 3783 of 9661 Page 3784 of 9661 Page 3785 of 9661 Page 3786 of 9661 Page 3787 of 9661 ENDORSEMENT This endorsement, effective 12:01 A.M. 09/01/2025 forms a part of policy No. CA 244-68-12 issued to Thomas Marine Construction, INc. byNATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CA REFULLY. ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: Any person or organization for whom you are contractually bound to provide Additional Insured status but only to the extent of such person's or organization's liability arising out of the use of a covered "auto". I.SECTION II -LIABILITY COVERAGE, A. Coverage, 1. -Who Is Insured, is amended to add: d.Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: ( 1) The coverage and/or limits of this policy, or (2)The coverage and/or limits required by said contract or agreement. 87950 (10/05) Auth rized Representative or Countersignature (in States Where Applicable) Page 1 of 1 Page 3788 of 9661 ENDORSEMENT This endorsement,effective 12:01 A.M. 09/01/2025 forms a part of policy No. CA 244-68-12 issued to Thomas Marine Construction, Inc. byNATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV -Business Auto Conditions, B., General Conditions, 5., Other Insurance, c., is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident We will not ask any insurer that has issued other insurance to such additionalinsured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. 74445 (10199) Countersignature (in States WhereApplicable) Page 3789 of 9661 ENDORSEMENT This endorsement, effective 12:01 A.M. 09/01/2025 forms a part of Policy No. 244-68-12 issued to Thomas Marine Construction, Inc. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV -Business Auto Conditions, A. -Loss Conditions, 5. -Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: (1)The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2)The contract or agreement was entered into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. AUTHORIZED REPRESENTATIVE 62897 (6/95) Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 Page 3790 of 9661 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on inception date of the policy unless a different date is indicated below. This endorsement, effective 12:01 AM 09/01/2025 Issued to forms a part of Policy No. WC 48407354 Thomas Marine Construction, Inc. By NEW HAMPSH I RE I NSURANCE COMPANY We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY WRITTEN CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS. This form is not applicable in Kansas for private construction contracts as defined in K.S.A. 16-1801 through K.S.A 16-1807 or public construction contracts as defined in K.S.A. 16-1901 through 16-1908, except where permitted by statute or other applicable law, such as for use in wrap-up insurance programs. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However. for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. This form is not applicable in California, Kentucky, New Hampshire, New Jersey, Texas, or Utah. WC 00 0313 (Ed. 04/84) Countersigned by ----------------------- Authorized Representative Page 3791 of 9661 Page 3792 of 9661 Page 3793 of 9661