Loading...
#25-8410 (Southern Road Bridge, LLC.) CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("County" or "Owner") hereby contracts with Southern Road & Bridge, LLC. ("Contractor") of 2997 Alt 19, Suite B Palm Harbor, FL 34683, a Florida Limited Liability Company, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Barron River Bridge Repairs, Invitation to Bid No. 25-8410 ("Barron River Bridge Repairs"), 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 1 Construction Services Agreement:[2025_ver.4] CAO Agreement: ONE MILLION SEVENTY-SIX THOUSAND FIVE HUNDRED NINETY-SEVEN DOLLARS ($1,076,597.00). The amount of ONE HUNDRED SEVEN THOUSAND, SIX HUNDRED FIFTY-NINE AND SEVENTY CENTS ($107,659.70) 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.clov/surety-bonds/list-certified-companies.html. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. C. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Agreement, the specifications accompanying the Agreement, or to the work to be performed under the Agreement shall in any way affect its obligation on this bond, except as provided herein, and waive notice of any change, extension of time, alteration or addition to the terms of the Agreement or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Agreement that increase the total amount to be paid the Contractor 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 2 Construction Services Agreement:[2025_ver.4] CAO Completion within two hundred and forty (240) calendar days from the Commencement Date (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 and eighty-five dollars ($1,685.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess, and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date specified by the Project Manager(or at his/her direction, the Design Professional) as memorialized in the Certificate of Substantial Completion issued pursuant to the terms hereof, and as more particularly defined herein at Section 16, Defined Terms. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday, or legal holiday. D. Determination of Number of Days of Default. For all contracts, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. 3 0GNO Construction Services Agreement:[2025_ver.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 #25-8410 Barron River Bridge Repairs. Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Assigned to the Project Exhibit B-1: Payment Bond Form ❑ Not Applicable Exhibit B-2: Performance Bond Form ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D-1: Contractor Application for Payment Form Exhibit D-2: Schedule of Values Exhibit D-3: Stored Materials Record Exhibit E-1: Change Order Form Exhibit E-2 Work Directive Form Exhibit F-1: Certificate of Substantial Completion Form Exhibit F-2: Certificate of Final Completion Exhibit F-3: Punch List Form Exhibit G-1: Final Payment Checklist Exhibit G-2: Warranty Exhibit H: General Terms and Conditions Exhibit 1-1: Supplemental Terms and Conditions ® Applicable n Not Applicable 4 Construction Services Agreement:[2025_ver.4] GAO 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 #25-8410 Barron River Bridge Repairs. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box ( ® ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. _Exhibit J: Technical Specifications ®Exhibit K: Permits ['Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by: Stantec Consulting Services, INC. ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail or E-mail, addressed to the following: Collier County Board of County Commissioners, FL do Transportation Management Services 2885 South Horseshoe Dr. Naples, FL 34104 Attn: Robert White, Project Manager III Phone: 239-252-5762 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: Southern Road & Bridge, LLC. 2997 Alt 19, Suite B Palm Harbor, FL 34683 Attn: Lucas Pappas, Managing Member Phone: 727-940-5395 Email: prequal@southernrb.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a), F.S. which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public 5 Construction Services Agreement:[2025_ver.4] GPO 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] GAO 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] CAO (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:[2025_ver.4] oO P IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Southern Road & Bridge, LLC. 2,42 rykijk FIRST ITNESS /// � Stacy Mellios By: .��M Print me Lucas LAri• ►,!, Ma a.in• Member Print Na �e and Title SECOND WITNESS Helen Antonatos Date: 12/30/2025 Print Name i ATTEST: OWNER: Crystal K. Kinzel, Clerk of Courts BOARD OF COUNTY COMMISSIONERS &Comptroller OF COLLIER COUNTY FLORIDA BY: J.—.-----)----547- (:::-.) r " Attest as to Chairman's .i : `1 signature only Dan Kowal, Chairman Date.''' .`-. C 3 21Y, A ved as to Form a d Legality: P 1-e County Attorney s ,it e --r,_„1._ Print Name 10 4611-111:).—dip; Construction Services Agreement:[2025_ver.4] EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 11 Construction Services Agreement:[2025_ver.4] Cq0 BID SCHEDULE CR29 OVER BARRON RIVER COUNTY PROJECT NO.66066.2-BRIDGE NO.030122 CATEGORY I-ROADWAY ITEMS ITEM NO. ITEM DESCRIPTION UNIT QTY, UNIT PRICE TOTAL 1011 MOBILIZATION LS 1.00 110,000 110,000 0101 1 1 PROVIDE/MAINTAIN"AS BUILT"PLANS/SPALL REPAIR PHOTOGRAPHIC LS 1.00 3,500 3,500 DOCUMENTATION 0101 1 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1.00 6,500 6,500 0101 1 3 PRESERVATION OF SURVEY MONUMENTS LS 1.00 1,500 1,500 0102 1 MAINTENANCE OF TRAFFIC LS 1.00 95,000 95,000 0104 11 FLOATING TURBIDITY BARRIER LF 1250.00 14 17,500 CATEGORY I-ROADWAY TOTAL: 234,000 CATEGORY II-SIGNING&PAVEMENT MARKINGS ITEMS 0709 11101 TRAFFIC STRIPE-TWO REACTIVE COMPONENTS,STANDARD,WHITE,SOLID,6" LS 1.00 6,500 6,500 0709 11201 TRAFFIC STRIPE-TWO REACTIVE COMPONENTS,STANDARD,YELLOW,SOLID,6" LS 1.00 6,500 6,500 CATEGORY II-SIGNING AND PAVEMENT MARKINGS TOTAL: 13,000 CATEGORY III-STRUCTURES ITEMS 0400 143 CLEANING&COATING CONCRETE SURFACE,CLASS 5 SF 3532.00 11 38,852 0401 70 2 RESTORE SPALLED AREAS,LATEX MODIFIED MORTAR-STYRENE BUTADIENE CF 10.40 1,150 11,960 0413 151 METHACRYLATE MONOMERZE GA 70.00 25 1,750 0413 154 CLEANING&SEALING CONCRETE SURFACES-PENETRANT SEALER OR SF 6930.00 6 41,580 METHACRYLATE 0457 2211 CATHODIC PROTECTION INTEGRAL PILE JACKET,STRUCTURAL,UP TO 16"' LF 187.00 2,800 523,600 GALVANIC SYSTEM 0530 1 100 RIPRAP,SAND-CEMENT BAGS CY 61.00 1,950 118,950 0530 3 3 RIPRAP-RUBBLE,BANK&SHORE TN 193.00 450 86,850 0530 74 BEDDING STONE TN 17.30 350 6,055 CATEGORY III-STRUCTURES TOTAL: 829,597 CR29 OVER BARRON RIVER PROJECT-BID SUMMARY CATEGORY I-ROADWAY TOTAL $ 234,000.00 CATEGORY II-SIGNING AND PAVEMENT MARKINGS TOTAL $ 13,000.00 CATEGORY III-STRUCTURES TOTAL $ 829,597.00 PROJECT TOTAL: $ 1,076,597.00 OWNER'S ALLOWANCE(10%of Total Bid Amount) $ 107,659.70 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. CM) EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 12 0CAO Construction Services Agreement:[2025_ver.4] County of Collier, FL Procurement Collier County Sandra Srnka, Procurement Director 3299 Tamiami Trail,East Naples,FL 34112 [SOUTHERN ROAD&BRIDGE LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8410 Barron River Bridge Repairs RESPONSE DEADLINE:September 29,2025 at 3:00 pm Report Generated: Monday,September 29,2025 Southern Road & Bridge LLC Response CONTACT INFORMATION Company: Southern Road&Bridge LLC Email: prequal@southernrb.com Contact: LUCAS PAPPAS Address: 2997 Alt 19,Suite B PALM HARBOR, FL 34683 Phone: N/A Website: www.southernrb.com Submission Date: Sep 29, 2025 11:05 AM(Eastern Time) [SOUTHERN ROAD&BRIDGE LLC] RESPONSE DOCUMENT REPORT GEN No.25-8410 Barron River Bridge Repairs ADDENDA CONFIRMATION Addendum#1 Confirmed Sep 8, 2025 8:09 PM by LUCAS PAPPAS QUESTIONNAIRE 1. I certify that I have read,understood and agree to the terms in this solicitation,and that I am authorized to submit this response on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Construction Bid Instructions Forms Construction Bid Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Collier County Required Forms BID SCHEDULE* [SOUTHERN ROAD&BRIDGE LLC]RESPONSE DOCUMENT REPORT undefined-Barron River Bridge Repairs Page 2 CAS [SOUTHERN ROAD&BRIDGE LLC] RESPONSE DOCUMENT REPORT GEN No.25-8410 Barron River Bridge Repairs Please Upload in Excel format. 25-8410 Bid Schedule.xlsx BID RESPONSE FORM(FORM 1)* 25-8410_Form_1.pdf CONTRACTOR'S KEY PERSONNEL(FORM 2)* 25-8410_Form_2.pdf MATERIAL MANUFACTURERS(FORM 3)* 25-8410_Form_3.pdf LIST OF MAJOR SUBCONTRACTORS(FORM 4)* 25-8410_Form_4.pdf STATEMENT OF EXPERIENCE OF BIDDER(FORM 5)* 25-8410_Form_5.pdf TRENCH SAFETY ACT(FORM 6)* 25-8410_Form_6.pdf BID BOND FORM(FORM 7)* 25-8410_Form_7.pdf INSURANCE AND BONDING REQUIREMENTS(FORM 8)* 25-8410_Form_8.pdf CONFLICT OF INTEREST AFFIDAVIT(FORM 9)* 25-8410_Form_9.pdf VENDOR DECLARATION STATEMENT(FORM 10)* [SOUTHERN ROAD&BRIDGE LLC]RESPONSE DOCUMENT REPORT undefined-Barron River Bridge Repairs Page 3 OCP''(:) [SOUTHERN ROAD&BRIDGE LLC] RESPONSE DOCUMENT REPORT GEN No.25-8410 Barron River Bridge Repairs 25-8410_Form_10.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION(FORM 11)* 25-8410_Form_11.pdf E-VERIFY-MEMORANDUM OF UNDERSTANDING** E-Verify_SRB-Employer_Agent_MOU_3.27.2025.pdf IF APPLICABLE,GRANTS PROVISION PACKAGE No response submitted BUSINESS TAX RECEIPT No response submitted CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN STATE OF FLORIDA(SUNBIZ.ORG)* http://dos.myflorida.com/sunbiz/should be attached with your submittal. Good_Standing_thru_12.2025_=SRB.pdf Sun_Biz_Detail_-_SRB.pdf ANY REQUIRED LICENSE(S)-VALID AND CURRENT* GC_License_=LP-_8.31.2026.pdf Southern_RB_QP1_2025-2026.pdf Southern_RB_QP2_2025-2026.pdf W-9 FORM* 2025=_SRB_W9_Form.pdf SIGNED ADDENDUMS(IF APPLICABLE) 25-8410_Add_01.pdf [SOUTHERN ROAD&BRIDGE LLC]RESPONSE DOCUMENT REPORT undefined-Barron River Bridge Repairs Page 4 GAO [SOUTHERN ROAD&BRIDGE LLC] RESPONSE DOCUMENT REPORT GEN No.25-8410 Barron River Bridge Repairs MISCELLANEOUS DOCUMENTS 2025_FDOT_Certificate_=REVISED_8.2025.pdf PRICE TABLES TOTAL BID Please Submit Completed Bid Schedule Via Microsoft Excel Line Item Description Quantity Unit of Unit Cost Total Measure 1 Total Bid Amount 1 EA $1,076,597.00 $1,076,597.00 TOTAL $1,076,597.00 [SOUTHERN ROAD&BRIDGE LLC]RESPONSE DOCUMENT REPORT undefined-Barron River Bridge Repairs Page 5 CA0 FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Barron River Bridge Repairs BID NO.25-8410 Full Name of Bidder Southern Road & Bridge, LLC Main Business Address 2997 Alt. 19, Suite B, Palm Harbor, FL 34683 Place of Business Same as Above Telephone No. 727940-5395 Fax No.727-499-7158 State Contractor's License#CGC 1521093 State of Florida Certificate of Authority Document Number L 12000131263 Federal Tax Identification Number 46-1187423 DUNS# 078696169 CCR# Cage Code 6TP67 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 GAO Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing,subsequently notifies the Successful Bidder of a modified(later)commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within 28 (28) consecutive calendar days,computed by excluding the commencement date and including the last day of such period,and to be fully completed to the point of final acceptance by the Owner within 29(29)consecutive calendar days after the date the Punch List is delivered to the Successful Bidder,computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signature: / Titl: . P;l.f Managing Member Date: 9/26/25 CRD -FORM 2-CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Barron River Bridge Repairs BID NO.25-8410 Name Personnel Category Drossos Strobel Construction Superintendent James Caron Project Manager CAS Drossos G. Strobel 590-22-3755 Professional Experience SOUTHERN ROAD& BRIDGE Southeast ➢ Senior Project Manager (Multi project) Jan 19' -Current ➢ Responsible for the overall on schedule and under budget delivery of bridge rehabilitation projects. • Create&manage overall project schedule • Create&manage overall project cash curve • Manage project budget • Determine project resource allocation • Monthly financial projections • Subcontractor and materials cost analysis and buyout • Contract term review and negotiation • Client management • Understand client goals and align project schedule to deliver goals • Change order identification,generation,and negotiation • Identify design constructability issues • Correspond with Engineering and state/municipalities to resolve design issues • Manage in house Superintendent Team • Push project goals/schedule/sequence to site Superintendents • Pre-construction meetings • Hold client site progress meetings • Internal process development and improvement • Build/maintain positive relationships with key project personnel • Clients • Municipality managers/inspectors •Engineer of record •Field engineering • DOT managers/inspectors • Subcontractors • Material suppliers Southeast ➢ Estimator January 21' -Current ➢ Responsible for providing consistent workflow for company resources. • Project Identification • Contract document review • Contract document clarification • Determine bid strategy • Build estimate • Source subcontractors&suppliers • Bid review CAO LOGOS Construction (multi project) Tulsa, OK ➢ Construction Manager Sept 16'-Jan 21' • Manage bridge Superintendents •Assist with estimating •Perform site visits • Determine means/methods&production rates •Negotiate Change orders and Dept Claims Cherokee Concrete Coweta construction office Coweta,OK ➢ Managing partner June 2000'—Sept 16' • Perform take offs • Estimate work • Solicit subcontractor quotes • Perform site visits • Manage all daily construction operation • Create SOPS for Bridge and Civil work • Participate in bid close out&submittal Discovery Drilling LLC Test site office Cleveland, OK ➢ Managing partner May 05—Nov 2009' • Assist Superintendent and Tool pusher in daily site operations • Attend monthly owner progress meetings •Negotiate short-and long-term site leases • Coordinate subcontractors/obtain bids from subcontractors • Assist with scheduling • Hold weekly safety meetings • Creating policies and programs for multi rig drilling company Technical Skills TRAINING/CERTIFICATIONS • OSHA 10 Hour Certification • P6 Scheduling Software Training • Crane/Rigging Training • SSPC c-3 • SSPC c-5 • Post Tension level 1 • Post Tension level 2 • LADOTD AATSA TCT/TCS • VDOT AATSA TCT/TCS PROGRAMS • Heavy Job • Primavera P-6 • Microsoft Office(Excel,Project,PowerPoint,etc.) • Bluebeam •Auto cad design software CAO Southern Road & Bridge Notable Projects Project Name: LADOTD H.009461 Atchafalaya Basin Bridge Rehabilitation Client: Louisiana Department of Transportation and Development Contract Amount: $17,959,550.00 Rehabilitation of the East and Westbound sections of I-10 over the Atchafalaya Basin, Including the Basin bridge. This required nightly lane closures, hydro demolition, heat straightening, structural steel repair, concrete substructure spall repair, concrete deck repair(type A, B, and C), bridge expansion joint replacement, concrete guardrail replacement, CFRP,pile jacket, as well as bridge painting. This project was completed with minimal impact to the traveling public with multiple nightly lane closures spread across each direction of an 18.2-mile bridge. Project Name: VDOT F56 Bridge Rehabilitation Client: Virginia Department of Transportation Contract Amount: $5,729,923.00 Rehabilitation of 4 bridges within Norfolk and Virginia Beach Virginia. Each bridge location required significant maintenance of traffic coordination with VDOT as well as local City/County municipalities. Scope included maintenance of traffic, heat straightening, structural steel repairs, bridge jacking, bearing replacement, anchor bolt replacement and bridge painting. This project was completed ahead of schedule in 2021 which resulted in SRB receiving the full contract early completion incentive. Project Name: Pungo Ferry Bridge Rehabilitation Client: City of Virginia Beach Contract Amount: $3,079,454.00 Rehabilitation of the 3,640' long Pungo Ferry Bridge spanning over the North Landing River. The bridge is made up of 42 spans with the longest being 140' and was completed in 2021. The work consisted of maintenance of traffic, bridge deck epoxy overlay,epoxy injection, bridge jacking, bearing replacements, spall repairs, bridge drainage repairs, expansion joint replacement and beam end repairs. Project was completed while maintaining traffic in one bound during work hours and both bounds during peak traffic hours. Project Name: Hampton Blvd. Northbound Bridge Rehabilitation Client: City of Norfolk Contract Amount: $6,682,964.90 Rehabilitation of the northbound triple lanes of the 1,803 long Hampton Blvd. bridge spanning over the Lafayette River in Norfolk Virginia. This project was required to be constructed in multiple phases to maintain two northbound lanes of traffic at all times. Work was completed on this project from atop the bridge structure as well as from the waterway under the bridge. Project scope consisted of maintenance of traffic, latex modified concrete bridge deck overlay, hydro-demolition, milling, asphalt, concrete repairs, bridge deck joint replacement, concrete repairs, beam end repairs, bearing angle removal, bearing seat repairs and epoxy coating, and waterproofing of concrete surfaces. CAO Project Name: Coleman Memorial Swing Bridge Rehabilitation Client: Virginia Department of Transportation Contract Amount: $3,485,000.00 Rehabilitation of mechanical aspects of the Coleman Memorial Swing Bridge which spans over the York River in Yorktown Virginia. The Coleman Bridge is the largest double swing bridge in the country and the second largest swing bridge in the world. Each of the two movable swing spans are 500' in length and approximately 60' off the water. The bridge is commonly called"The Gateway to The Navy" being that the bridge is opened on demand for the US Navy to pass through with military destroyer ships. SRB scope on this project includes anchor bolt and grout replacement of the track rings which the bridge swings on during bridge opening as well as height adjustments to said track and wheel shimming to improve bridge balance condition. This project requires all work to be completed without any impacts to vehicular or marine traffic. This project will be completed ahead of the contract schedule. Project Name: Casino Beach Fishing Pier Rehabilitation Client: Escambia County, Florida Contract Amount: $4,276,359.00 The Casino Beach Fishing Pier Rehabilitation is a pay to enter fishing pier in Pensacola Florida made up of forty-five 30' spans spanning 1,350' into the Gulf of Mexico. This Fastrack project was to be completed within 100 calendar days during the counties off season to reduce pier revenue impacts. Work on this project included timber and stainless-steel handrail replacement, decking replacement, concrete repairs, electrical and water main replacement. This project was completed in 2024 ahead of the contract schedule. Project Name: Cape Fear Memorial Lift Bridge Rehabilitation Client: North Carolina Department of Transportation Contract Amount: $7,145,315.50 The Cape Fear Memorial Lift Bridge is the main thoroughfare into downtown Wilmington North Carolina. The bridge is over 3,000' long with a 410' long movable vertical lift span. The project requires the full replacement of the grid deck, stringers and diaphragms that make up the vertical lift span section. Additional scope includes the maintenance of bridge balancing throughout deck replacement to allow the bridge to continue to be opened on demand for marine traffic. This is a high- profile project that receives a great deal of political and media attention. As such,the contract includes a substantial incentive/disincentive clause. This project was completed ahead of the contract schedule in May of 2024 resulting in SRB receiving the full contract early completion incentive. Project Name: Kennedy Bridge Repair Client: Kentucky Transportation Cabinet Contract Amount: $2,865,160.00 The Kennedy Bridge Project presented another exciting opportunity for SRB to work with another new client in the Kentucky Transportation Cabinet. Scope on this project included steel plate repairs, crack arrest coring and traffic control. The challenges that faced the SRB team on this project included very detailed material procurement,performing repairs at heights, and a very narrow contract timeline. This project was finished ahead of schedule and under budget. CAO Project Name: Poplar Street Bridge Rehabilitation Client: City of Griffin GA Contract Amount: $942,200.00 The Poplar Street Bridge Rehabilitation Project required steel and concrete encapsulation of the existing bridge piles. Challenges on this project include an overall 90 calendar day work window, railroad coordination, shoring and a very tight workspace. Construction means and methods had to be creative to achieve this project goal. The project was finished ahead of schedule and under budget. Project Name: Pearl River Bridge Rehabilitation Client: Mississippi Department of Transportation Contract Amount: $1,541,130.00 The Pearl River Bridge in remote Georgetown Mississippi is an emergency bridge rehabilitation project. The existing truss bridge was damaged during a traffic incident which very significantly warped many of the existing vertical truss members and cross members. In addition to a short contract timeline, the main challenge on this project is developing shoring plans for each member replacement being that the vertical truss members carry much of the bridge load. SRB forces work very carefully and methodically through the shoring and member replacement to bring this project to a successful completion. Project Name: Walnut Street Pedestrian Bridge Rehabilitation Client: City of Chattanooga/Tennessee Department of Transportation Contract Amount: $34,656,886.00 The Walnut Street Pedestrian Bridge(WSPB)Project is the largest contract amount that Southern Road& Bridge has undertaken to date. The WSPB is an over 130-year-old truss bridge decked with timber and strengthened with a post tension system. The bridge is a major part of the heart of the City of Chattanooga, connecting the north and south parts of the city over 2,300 LF of the Tennessee River. The scope of the project includes full bridge painting,timber decking replacement,full electrical system replacement,structural steel repairs and post tension analysis/replacement/adjustment. This project is particularly unique due to the contract requirement to meet event bridge openings throughout the contract period as well as limited access via only the north side of the bridge. Due to these constraints,the project sequencing is of the upmost importance so as to allow for this multiphase,multidisciplinary project to progress correctly. Additionally,the project requires a fully engineered workplan inclusive of all scopes. This project is a massive coordination and execution effort that Southern Road&Bridge is excited to be quarterbacking. We look forward to the successful completion of this project and partnership with a new client. CAO JAMES H. CARON 828-417-2278 Professional Experience SOUTHERN ROAD& BRIDGE Southeast > Senior Project Manager (Multi project) August 19' -Current > Responsible for the overall on schedule and under budget delivery of bridge rehabilitation projects. • Create&manage overall project schedule • Create&manage overall project cash curve • Manage project budget • Determine project resource allocation •Monthly financial projections • Subcontractor and materials cost analysis and buyout • Contract term review and negotiation • Client management • Understand client goals and align project schedule to deliver goals • Change order identification,generation, and negotiation • Identify design constructability issues • Correspond with Engineering and state/municipalities to resolve design issues •Manage in house Superintendent Team • Push project goals/schedule/sequence to site Superintendents • Pre-construction meetings • Hold client site progress meetings • Internal process development and improvement • Build/maintain positive relationships with key project personnel • Clients • Municipality managers/inspectors • Engineer of record •Field engineering • DOT managers/inspectors • Subcontractors • Material suppliers Southeast > Estimator January 21' -Current > Responsible for providing consistent workflow for company resources. • Project Identification • Contract document review • Contract document clarification • Determine bid strategy • Build estimate • Source subcontractors&suppliers • Bid review CA� KIEWIT POWER CONSTRUCTORS District Estimating Office Lenexa,KS > Civil Lead Estimator September 12'-March 13' • Manage civil estimators •Assist with civil design development • Perform site visits • Present civil estimate in manager estimate reviews • Determine civil estimate means/methods &production rates KIEWIT POWER CONSTRUCTORS Tennessee Valley Authority John Sevier Combined Cycle Power Plant Project Rogersville, TN > Civil Superintendent May 12' —August 12' • Manage all Civil operations&cost • Coordinate Civil equipment • Build&execute job schedule • Lead daily safety meetings > Lead Civil Field Engineer Jan. 11' —April 12' • Review Labor Cost Distribution reports • Create 90 day&2 week schedules • Material procurement • Create financial plans&cost forecasts • Subcontract administration • Hold pre-activity meetings > Civil Field Engineer March 10' —Dec. 10' • Plan/Manage Civil field operations&cost • Subcontractor coordination • Review work plans with Superintendents&Foreman • Develop work plans • Review Job Hazard Analysis with crews • Coordinate work with other disciplines • Perform Survey/Layout for field operations • Develop daily/weekly schedule • Review daily time cards • Track operations daily cost • Develop strategy to improve cost • Participate in daily safety meetings and weekly cost meetings KIEWIT INFRASTRUCTURE SOUTH CO. Florida Area Estimating Office Tampa,FL > Estimator June 09' —March 10' • Perform quantity take offs • Plan Operations&price work • Solicit subcontractor quotes • Perform site visits with Owners • Participate in bid reviews • Solicit future projects • Participate in bid close out&submittal TURNER MURPHY CO.,INC. Water/Wastewater General Contractor Hertford,NC > Intern Summer 08' •Assist Superintendent and Project Manager in daily site operations •Attend monthly owner progress meetings • Bid submittal • Coordinate subcontractors/obtain bids from subcontractors •Assist with site planning •Assist with scheduling • Hold weekly safety meetings • Perform daily paperwork: Time sheets,receiving reports,PO's,equipment logs CAO Technical Skills TRAINING/CERTIFICATIONS • OSHA 10 Hour Certification • P6 Scheduling Software Training • Crane/Rigging Training • 2011 Kiewit Infrastructure South Best In Quality Gold Hard Hat Award • 2011 Kiewit Infrastructure South Engineer of the Year Nominee • 2013 Kiewit Infrastructure South Superintendent of the Year Nominee PROGRAMS • Bid to Win—Estimating Software • Primavera P-6 • Microsoft Office(Excel,Project,PowerPoint,etc.) • Agtek • Bluebeam • Hard Dollar—Estimating Software Education WESTERN CAROLINA UNIVERSITY Cullowhee,NC Bachelor of Science in Construction Management May 09' • Minor: Business Administration • GPA: 3.23 • Deans List: Spring 2006,Fall 2006 • Honors College: Spring 2006- Spring 2008 LEADERSHIP ACTIVITIES •Social Chair,Delta Chi Fraternity, Spring 2008 •Recruitment Chair,Delta Chi Fraternity, Spring 2006-2007 •Member, Construction Management Club CAO Southern Road & Bridge Notable Projects Project Name: VDOT F56 Bridge Rehabilitation Client: Virginia Department of Transportation Contract Amount: $5,729,923.00 Rehabilitation of 4 bridges within Norfolk and Virginia Beach Virginia. Each bridge location required significant maintenance of traffic coordination with VDOT as well as local City/County municipalities. Scope included maintenance of traffic, heat straightening, structural steel repairs, bridge jacking, bearing replacement, anchor bolt replacement and bridge painting. This project was completed ahead of schedule in 2021 which resulted in SRB receiving the full contract early completion incentive. Project Name: Pungo Ferry Bridge Rehabilitation Client: City of Virginia Beach Contract Amount: $3,079,454.00 Rehabilitation of the 3,640' long Pungo Ferry Bridge spanning over the North Landing River. The bridge is made up of 42 spans with the longest being 140' and was completed in 2021. The work consisted of maintenance of traffic, bridge deck epoxy overlay, epoxy injection, bridge jacking, bearing replacements, spall repairs, bridge drainage repairs, expansion joint replacement and beam end repairs. Project was completed while maintaining traffic in one bound during work hours and both bounds during peak traffic hours. Project Name: Hampton Blvd.Northbound Bridge Rehabilitation Client: City of Norfolk Contract Amount: $6,682,964.90 Rehabilitation of the northbound triple lanes of the 1,803 long Hampton Blvd. bridge spanning over the Lafayette River in Norfolk Virginia. This project was required to be constructed in multiple phases to maintain two northbound lanes of traffic at all times. Work was completed on this project from atop the bridge structure as well as from the waterway under the bridge. Project scope consisted of maintenance of traffic, latex modified concrete bridge deck overlay, hydro-demolition, milling, asphalt, concrete repairs, bridge deck joint replacement, concrete repairs, beam end repairs, bearing angle removal, bearing seat repairs and epoxy coating, and waterproofing of concrete surfaces. Project Name: Coleman Memorial Swing Bridge Rehabilitation Client: Virginia Department of Transportation Contract Amount: $3,485,000.00 Rehabilitation of mechanical aspects of the Coleman Memorial Swing Bridge which spans over the York River in Yorktown Virginia. The Coleman Bridge is the largest double swing bridge in the country and the second largest swing bridge in the world. Each of the two movable swing spans are 500' in length and approximately 60' off the water. The bridge is commonly called"The Gateway to The Navy"being that the bridge is opened on demand for the US Navy to pass through with military destroyer ships. SRB scope on this project includes anchor bolt and grout replacement of the track rings which the bridge swings on during bridge opening as well as height adjustments to said track and wheel shimming to improve bridge balance condition. This project requires all work to be completed without any impacts to vehicular or marine traffic. This project will be completed ahead of the contract schedule. CAO Project Name: Casino Beach Fishing Pier Rehabilitation Client: Escambia County, Florida Contract Amount: $4,276,359.00 The Casino Beach Fishing Pier Rehabilitation is a pay to enter fishing pier in Pensacola Florida made up of forty-five 30' spans spanning 1,350' into the Gulf of Mexico. This Fastrack project was to be completed within 100 calendar days during the counties off season to reduce pier revenue impacts. Work on this project included timber and stainless-steel handrail replacement, decking replacement, concrete repairs, electrical and water main replacement. This project was completed in 2024 ahead of the contract schedule. Project Name: Cape Fear Memorial Lift Bridge Rehabilitation Client: North Carolina Department of Transportation Contract Amount: $7,145,315.50 The Cape Fear Memorial Lift Bridge is the main thoroughfare into downtown Wilmington North Carolina. The bridge is over 3,000' long with a 410' long movable vertical lift span. The project requires the full replacement of the grid deck, stringers and diaphragms that make up the vertical lift span section. Additional scope includes the maintenance of bridge balancing throughout deck replacement to allow the bridge to continue to be opened on demand for marine traffic. This is a high- profile project that receives a great deal of political and media attention. As such, the contract includes a substantial incentive/disincentive clause. This project was completed ahead of the contract schedule in May of 2024 resulting in SRB receiving the full contract early completion incentive. Project Name: Kennedy Bridge Repair Client: Kentucky Transportation Cabinet Contract Amount: $2,865,160.00 The Kennedy Bridge Project presented another exciting opportunity for SRB to work with another new client in the Kentucky Transportation Cabinet. Scope on this project included steel plate repairs, crack arrest coring and traffic control. The challenges that faced the SRB team on this project included very detailed material procurement,performing repairs at heights,and a very narrow contract timeline. This project was finished ahead of schedule and under budget. Project Name: Poplar Street Bridge Rehabilitation Client: City of Griffin GA Contract Amount: $942,200.00 The Poplar Street Bridge Rehabilitation Project required steel and concrete encapsulation of the existing bridge piles. Challenges on this project include an overall 90 calendar day work window, railroad coordination, shoring and a very tight workspace. Construction means and methods had to be creative to achieve this project goal. The project was finished ahead of schedule and under budget. Project Name: Pearl River Bridge Rehabilitation Client: Mississippi Department of Transportation Contract Amount: $1,541,130.00 The Pearl River Bridge in remote Georgetown Mississippi is an emergency bridge rehabilitation project. The existing truss bridge was damaged during a traffic incident which very significantly warped many of the existing vertical truss members and cross members. In addition to a short contract timeline,the main challenge on this project is developing shoring plans for each member replacement being that the vertical truss members carry much of the bridge load. SRB forces work very carefully and methodically through the shoring and member replacement to bring this project to a successful completion. S Project Name: Walnut Street Pedestrian Bridge Rehabilitation Client: City of Chattanooga/Tennessee Department of Transportation Contract Amount: $34,656,886.00 The Walnut Street Pedestrian Bridge(WSPB)Project is the largest contract amount that Southern Road& Bridge has undertaken to date. The WSPB is an over 130-year-old truss bridge decked with timber and strengthened with a post tension system. The bridge is a major part of the heart of the City of Chattanooga, connecting the north and south parts of the city over 2,300 LF of the Tennessee River. The scope of the project includes full bridge painting,timber decking replacement,full electrical system replacement, structural steel repairs and post tension analysis/replacement/adjustment. This project is particularly unique due to the contract requirement to meet event bridge openings throughout the contract period as well as limited access via only the north side of the bridge. Due to these constraints,the project sequencing is of the upmost importance so as to allow for this multiphase,multidisciplinary project to progress correctly. Additionally,the project requires a fully engineered workplan inclusive of all scopes. This project is a massive coordination and execution effort that Southern Road&Bridge is excited to be quarterbacking. We look forward to the successful completion of this project and partnership with a new client. S 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. : : : s0uthemnba omay: LLC09/26/2025 • Date: Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. • Please insert additional pages as necessary. Company: Southern Road & Bridge, LLC _ Signature: N/A— Date 09/26/2025 FORM 4-LIST OF MAJOR SUBCONTRACTORS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Procurement Ordinance and Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents,including,but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer.Further,the Owner may direct the Successful Bidder to remove/replace any Subcontractor,at no additional cost to Owner,which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner.(Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents,the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Electrical N/A 2. Mechanical N/A 3. Plumbing N/A 4. Site Work N/A 5. Identify other subcontractors that represent more than 10% None of price or that affect the critical path of the schedule Company: Southern oad ' 1�, LLC 09/26/2025 Signature: Date: CAO FORM 5-STATEMENT.OF EXPERIENCE OF BIDDER THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONSIBLE. The Bidder is required to provide five (5) project references, stated below, of what work of similar magnitude completed within the last five(5)years is a judge of its experience,skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. l' Re-Bid 23-12 Tampa Sports Authority (project name) (project owner) Tampa, FL 4201 N. Dale Mabry Hwy. Tampa, FL 33607 (project location) (Owner's address) Yankees Ramp Repair Project(Pedestrian Walkway) Jason Hove PM (project description) (Owner's contact person) (title) 10/2024-06/2025 $1,977,250 (813) 350-6500 (project start/completion dates) (contract value) (phone) (email) 2. Project No.BR 2020(709),CSJ 0331-04-069 TXDOT (project name) (project owner) Cameron County, TX (project location) (Owner's address) Bridge Repairs on PR100 Carlos Ceballos Jr. PM (project description) (Owner's contact person) (title) 10/2020-07/2023 $13,087,939.34 (956) 399-5102 Carlos.Ceballos@txdot.gov (project start/completion dates) (contract value) (phone) (email) 3. 0064-965-400, B620-B625, M501 Viginia DOT (project name) (project owner) Norfolk & Virginia Beach, VA (project location) (Owner's address) Structural Steel Interstate Bridge Repairs John Arms PM (project description) (Owner's contact person) (title) 02/2022-12/2022 $5,729,923 757-995-5156 john.arms@vdot.virginia.gov (project start/completion dates) (contract value) (phone) (email) CAo CONTINUAL-FORM 5-STATEMENT OF EXPERIENCE OF BIDDER 4. H.010017 LADOTD (project name) (project owner) Jefferson Parish, LA 1201 Capitol Access Rd., Baton Rouge, LA 70802 (project location) (Owner's address) US 90Z: Westbank Expressway Rehab Corbett Hollier PM (project description) (Owner's contact person) (title) 02/2022-08/2022 $3,403,382 504-376-0210 Corbett.Hollier@LA.GOV (project completion date) (contract value) (phone) (email) 5. 2019-3005-01, 2020-3005-06 City of Mobile, AL (project name) (project owner) Mobile, AL (project location) (Owner's address) Bridge Maintenance and Repairs Jake Clements PM (project description) (Owner's contact person) (title) 11/2021-3/2022 $ 1,494,284 251-208-7700 jake.clements@cityofmobile.org (project completion date) (contract value) (phone) (email) Company: Southern R I ,L42 09/26/2025 Signature: Date: CAO FORM 6-TRENCH SAFETY ACT THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE. Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act(90-96,Laws of Florida)effective October 1, 1990.The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure (Quantity) Cost (Description) (LF,SY) I. As Needed LF 10 100.00 1 ,000.00 2. 3. 4. 5. TOTAL$ ,000.00 Company: Southern R d ' eC Signature: Date: 09/26/2025 CAo 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 Southern Road&Bridge,LLC. (herein after called the Principal) and Atlantic Specialty Insurance Company , (herein called the Surety), a corporation chartered and existing under the laws of the State of NY with its principal offices in the city of Plymouth,MN and authorized to do business in the State of FL are held and firmly bound unto the Collier County Board of Commissioners (hereinafter callle the Owner),in the full and just sum of �•-j'kg PEI?.lE, Ta1C -deifarst 5 )good and lawful money of the United States of America,to be paid upon demand of the Owner,to which payment well and truly to be made,the Principal and the Surety bind themselves,their heirs,and executors,administrators,and assigns,jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor,materials, equipment and incidentals necessary to furnish,install,and fully complete the Work on the Project known as Bid No. 25-8410 Barron River Bridge Repairs. NOW,THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required certificates of insurance,if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of$ noted above as liquidated damages,and not as a penalty,as provided in the Bidding Documents,then this obligation shall be null and void,otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed tt►isi II Ito/ 29th day of September ,2025 ��� Zt�7!?rv. 'rr d�2-:':�FQ LIgN• Southern Road • ��iit! Principgl�; '2012 ;r- o "'p= FLURlUA ' ry" BY (Seal) o to ' y tiantic Special Insuranc Co pany Surety ' •wPOPIk 't sissgottt- (Seal),,o' 1,NCfi Kei .Miller,Attorney-In-Fact �� .....,.. 0 Countersigned N/A �ti '.• �Q Appointed Producing Agent for (o •0 ilN'4 °III81111tt4k' r intact i INSURANCE POnjl✓tzr O3 ;1 f ),s"I( flif,Ijz' KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Brian M Battaglia,Christopher A.Howard,James Klingensmith,Keith A.Miller,each individually if there be more than one named,Its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on Its behalf as surety,any and all bonds,recognizances,contracts of indemnity, and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the i execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon i said Company as if theyhad been fullysigned byan authorized officer of the Company and sealed with the Company seal. This Power of Attorneyis made and executed t P Y g P Y P Y � by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall . be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: i Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. • IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January,2023. ;QW•oikPORg).,,-;.L; iw SEAL .r"1 . 1986 o By ��� STATE OF MINNESOTA II,4pw voo:, Sarah A.Kolar,Vice President and General Counsel HENNEPIN COUNTY •'•'r� • 1,0-p/ On this first day of January,2023,before me personally came Sarah A.Kolar,Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the individual and officer described in and who executed the preceding instrument,and she acknowledged the execution of the same,and being by me duly sworn,that she is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. e 1 "'"' ALISON D. NASH-TROUT 1 If itr. ; *; NOTARY PUBLIC-MINNESOTA % At/it c My Commission Expires I '•.:ky,;.5@4 ' January 31,2030 ) Notary Public • i I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. I Signed and sealed. Dated 29th day of September 2025 . "'"�v IN.s. i •b 9«« This Power of Attorney expires 44 ` 104%9X 1 January 31,2030 a r` A! v,'-.;01 Kara L.B.Barrow,Secretary # g pp�yyF��R. V;i'a I gUIJ s 0 i �'1 his......t«•,` Please direct bond verifications to surety@intactinsurance.com (C.....A.) 1ritaCt] specialty 1. solutions I �r i�rua•M<c Atlantic Specialty Insurance Company Period Ended 12/31/2024 Dollars displayed in lhousands Admitted Assets Liabilities and Surplus Investments: Liabilities Bonds $ 2,894,094 Loss Reserves $ 1,264,802 Preferred Stocks - Loss Adjustment Expense Reserves 423,323 Common Stocks 987,702 Total Loss&LAE Reserves 1,688,125 Mortgage Loans Real Estate - Unearned Premium Reserve 811,551 Contract Loans - Total Reinsurance Liabilities 64,571 Derivatives - Commissions,Other Expenses,and Taxes due 75,922 Cash,Cash Equivalents 8 Short Term Imestmenis 383,175 Derivatives Other Investments 36,178 Payable to Parent,Subs or Affiliates • Total Casty&Investments 4,301,149 All Other Liabilities 1,121,125 Premiums and Considerations Due 350,792 Total Liabilities 3,761,294 Reinsurance Recoverable 60,063 Receivable from Parent,Subsidiary or Affiliates 11,764 Capital and Surplus All Other Admitted Assets 94,008 Common Capital Stock 9,001 Preferred Capital Stock - Total Admitted Assets 4,817,776 Surplus Notes • Unassigned Surplus 476,697 Other Including Gross Contributed 570,784 Capital&Surplus 1,056,482 Total Liabilities and C&S 4,817,776 State of Minnesota County of Hennepin I, Kara Barrow, Secretary of Atlantic Specialty Insurance Company do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company,on the 31'day of December, 2024, according to the best of my information, knowledge and belief. Secretary Subscribed and sworn to, before me, a Notary Public of the State of Minnesota on this 10th day of March,2025. • J o ,. KERRI RIECHERS Notary Public 1r,•. ., NOTARY PUBLIC �l, ?s MINNESOTA • My Commission Expires Jan,31,2030 S FORM 8 INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project,if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant,Subcontractors,agents and employees of each and all of them,all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate,require similar waivers of subrogation from the County's separate Vendors,Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County.The Certificates of Insurance must state the Contract Number, or Project Number,or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage,Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s)shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County,in a like manner,within twenty-four(24)hours after receipt,of any notices of expiration,cancellation,non- renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage] required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage.and charge the Vendor for such coverage),purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor.The County shall be under no obligation to purchase such insurance,nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverageJs)shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. C40 FORM S-INSURANCE AND BONDING REQUIREMENTS Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers'Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. ®Employer's Liability $ single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $ single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired;Automobile Included 6. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than$5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑Pollution $ Per Occurrence ❑Professional Liability $ Per claim&in the aggregate ❑Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence CAO 0 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. II. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East,Naples,FL 34112 13. ® Thirty(30)Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. Vendor's Insurance Acceptance By submission of the bid Bidder accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. CAO Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits 15. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers'Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 16. ®Employer's Liability $_1,000,000 single limit per occurrence 17. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $_1,000,000 single limit per occurrence, $2,000,000 aggregate for current ISO form Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project.This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 18. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 19. ®Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired;Automobile Included 20. ® Other insurance as ®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. $ 1,000,000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 1,000,000 Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than$5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence Z 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 0 Technology Errors&Omissions $ Per Occurrence CAO 21. ®Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit,a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 22. ®Performance and 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. 23. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 24. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 25. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 26. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East,Naples,FL 34112 27. ® Thirty(30)Days Cancellation Notice required. 28. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. GG—6/18/25 Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. S Collier County PROCUREMENT SERVICES DIVISION FORM 9—CONFLICT OF INTEREST CERTIFICATE The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose a conflict of interest and is in compliance with the Procurement Ordinance,Section Seven,Ethical Standards,that states: "A consultant who participates in the drafting of a solicitation or scope or who develops a program for future implementation that gives rise to an actual conflict so as to unfairly benefit that consultant to the disadvantage of any other future firms that could competitively seek a County contract related to such program or project upon which the solicitation or scope is based,and which conflict is not otherwise curable, is not eligible to contract with the County for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract.However,this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with the County." The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose a conflict of interest as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition,the contractor/vendor must provide the following,if applicable: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above- mentioned project;and, 2. Indicate if the information produced was obtained as a matter of public record(in the"sunshine")or through non- public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having a conflict of interest identified in one or more of the above three categories may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial, contractual, organizational,or otherwise)which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: Southern Road & Bridge, LLC Date: 9/26/25 Signature: Title: Lucas L.Pappas,Managing Member CA0 Collier County PROCUREMENT SERVICES DIVISION FORM 10-VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and the bid/proposal submittal is in every respect fair and made in good faith,without collusion or fraud and in compliance with the Procurement Ordinance,Section Seven,Ethical Standards. The vendor certifies to the best of their knowledge or belief, no elected/appointed official or employee of Collier County,a spouse thereof or other person residing in the same household,is financially interested,directly or indirectly, in providing the goods or services specified in any submitted bid or proposal. A financial interest is defined as ownership of more than one percent(1%)of the total assets or capital stock or being an officer,director, manager, partner,proprietor,or agent of the business submitting the bid or proposal or of any subcontractor or supplier thereof providing goods or services in excess of one percent(1%)of the total bid or proposal amount.Additionally,the vendor, on company letterhead, must divulge at the time of the submittal of a bid or proposal,any relative,other than those already specified, of an elected or appointed official or employee of the County who has a financial interest, in providing the goods or services specified in the bid or proposal. The County, at its sole discretion, will determine whether a conflict exists and whether to accept or reject the bid or proposal. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County,to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County,for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed in this solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further,the Vendor agrees that if awarded a contract for these goods and/or services and a subcontractor is a related entity to the Vendor,then the Vendor shall not mark-up the subcontractor's fees.A related entity shall be defined as any parent or subsidiary of the company and any business, corporation, partnership, limited liability company or other entity in which the company or a parent or a subsidiary of the company holds any ownership interest,directly or indirectly. Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: Southern Road & Bridge, LLC Date: 9/26/25 Signature: Title: Lucas L.Pappas,Managing Member S 0;" Collier County PROCUREMENT SERVICES DIVISION FORM 11-IMMIGRATION CERTIFICATION Vendors are required to be enrolled in the E-Verify program(https://www.e-verify.gov/),at the time of the submission of the Vendor's proposaUbid. Acceptable evidence of your enrollment consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's bid. Failure to do so will result in the Vendor's submission being deemed non-responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes§448.095,and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge and a duly corporate authorized representative with signature authority. Company Name: Southern Road & Bridge, LLC Date: 9l26/25 Signature: Title: Lucas L.Pappas,Managing Member 0CAO s-VeriFy �s�.,ND sf� J�'M111111 isrF*�� E'V ERIFY IS A SERVICE OF DHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING AWEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS),the SOUTHERN ROAD AND BRIDGE,LLC (Employer),and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9).This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent,the Social Security Administration (SSA),and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU,the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://E-Verifv.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. Authority for the E-Verify program is found in Title IV,Subtitle A,of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208,110 Stat.3009, as amended (8 U.S.C. §1324a note).The Federal Acquisition Regulation (FAR) Subpart 22.18,"Employment Eligibility Verification"and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors(Federal contractor)to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1. By enrolling in E-Verify and signing the applicable MOU,the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO `�SECG E_ve r, AiCW' IIIIIII � 'IA`D 5EG lN1.STfi�'� E-VERIFY ISA SERVICE OF DHSAND SSA Company ID Number: 19170 Client Company ID Number: 2655124 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 3. The Employer agrees to provide to the SSA and DHS the names,titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives'contact information changes. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual.The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: a. If an employee presents a "List B" identity document,the Employer agrees to only accept"List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9,the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph,employees still retain the right to present any List A,or List B and List C,document(s) to complete the Form 1-9. 6. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 7. The Employer agrees that,although it participates in E-Verify,the Employer has a responsibility to complete, retain,and make available for inspection Forms 1-9 that relate to its employees,or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos,as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures,the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A)of Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO s-VeriFy Eenxi.IrF �.S[pG E-VERIFY ISA SERVICE OF ROS ARE SSA Company ID Number: 19170 Client Company ID Number:2655124 the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person,the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation,then the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A);and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits,to ensure proper use of E-Verify. 8. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed),and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith,to make inquiries during the period of unavailability. 9. The Employer agrees not to use E-Verify for pre-employment screening of job applicants,in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 10.The Employer must use E-Verify(through its Web Services E-Verify Employer Agent)for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 11.The Employer agrees to follow appropriate procedures(see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. Further,when employees contest a tentative nonconfirmation based upon a photo mismatch,the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 12.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R. §274a.1(l)) that the employee is not work authorized.The Employer understands that an initial inability of the SSA or DHS automated Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 CAO erg m 4140iiluu„ - St /NfS71i:C E.VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number:2655124 verification system to verify work authorization, a tentative nonconfirmation,a case in continuance (indicating the need for additional time for the government to resolve a case),or the finding of a photo mismatch,does not establish, and should not be interpreted as,evidence that the employee is not work authorized. In any of such cases,the employee must be provided a full and fair opportunity to contest the finding,and if he or she does so,the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours,delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment,or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218(customer service) or 1-888-897-7781(worker hotline). 13. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring,firing, employment eligibility verification,or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices.The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below,or discharging or refusing to hire employees because they appear or sound "foreign"or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards,and other sanctions,and violations of Title VII could subject the Employer to back pay awards,compensatory and punitive damages.Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision,it should contact OSC at 1-800-255-8155 or 1-800-237-2515(TDD). 14. The Employer agrees that it will use the information it receives from E-Verify(through its Web Services E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU.The Employer agrees that it will safeguard this information,and means of access to it(such as Personal Identification Numbers and passwords),to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU,except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 15. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data.All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use"Privacy Incident-Password" in the subject line of your email when sending a breach report to E-Verify. 16. The Employer acknowledges that the information it receives from SSA through its Web Services Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO Ev � YAme ,.'.strO erg � ^I o'�ekD sec ` E-VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number:2655124 E-Verify Employer Agent is governed by the Privacy Act(5 U.S.C.§552a(i)(1) and (3)) and the Social Security Act(42 U.S.C. 1306(a)).Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 17. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting DHS, SSA,their contractors and other agents, upon reasonable notice,to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 18. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials,or other media. The Employer shall not describe its services as federally-approved,federally-certified,or federally-recognized,or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 19. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division,without first obtaining the prior written consent of DHS. 20. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/ USCIS(see M-795 (Web)) and,other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products,websites,or publications are sponsored by,endorsed by, licensed by, or affiliated with DHS, USCIS,or E-Verify. 21. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1. The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement(ICA),submitted to E-Verify for testing, and approved for system access. 2. The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources.Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3. The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names,titles,addresses, e-mail addresses,and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information,as well as ensure cooperation,communication, and coordination with E-Verify. Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO , k.SCc`G - erg -V 4' ailiu (-VERIFY IS A SERVICE OF EMS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 In addition,Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names,titles, addresses, and telephone numbers of its clients and their staff who will access information through E- Verify.Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4. The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures.The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5. The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6. The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the [-Verify Tutorial before that individual initiates any cases. a. The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify,including any tutorials for Federal contractors,if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7. The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee's E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8. The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E-Verify as required by the E-Verify rules and regulations as modified from time to time. 9. The Web Services E-Verify Employer Agent agrees to,consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10. The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11. The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12. The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual,the E-Verify Web-Based Tutorial and all other published E-Verify Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO � enarnrF .�.St� - erg W ;AW. 'IIII� O'��4 N. E VERIFY IS A SERVICE OF DNS AND SSA Company ID Number: 19170 Client Company ID Number:2655124 rules and procedures. The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent's attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however,the Web Services interface is unavailable due to no fault of E-Verify,then the three-day time period is not extended. In such a case,the Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13. The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations,will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters,which are available on E-Verify's website. 14. The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA,this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee.The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent's agreement and access with or without notice. 15. When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause,then the Web Services E-Verify Employer Agent must update the company's E-Verify profile within 30 days of the contract award date. 16. If data is transmitted between the Web Services E-Verify Employer Agent and its client,then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17. The Web Services E-Verify Employer Agent agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data.All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-VerifyPuscis.dhs.gov. Please use"Privacy Incident- Password" in the subject line of your email when sending a breach report to E-Verify. 18. The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms 1-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent's use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a. The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 0CAO E ergm o�^QAR T� aNf.SiIC Fe t i JIIII1 ,` 5e� E-VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 information about the Web Services E-Verify Employer Agent's interface,including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b. The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS,that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur.The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide,the E-Verify Employer Agent Client Handbook(formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services [-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could,in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19. The Web Services E-Verify Employer Agent shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials,or other media.The Web Services E-Verify Employer Agent shall not describe its services as federally-approved,federally-certified,or federally- recognized,or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your Web Services E-Verify Employer Agent services and any claim to that effect is false. 20. The Web Services E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Web Services E-Verify Employer Agent agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and,other than pursuant to the specific terms of such license,may not be used in any manner that might imply that the Web Services E-Verify Employer Agent's services, products,websites, or publications are sponsored by,endorsed by, licensed by,or affiliated with DHS, USCIS,or E-Verify. 22. The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent's responsibility to ensure that its clients are in compliance Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO vnarero a S[c'G E_veri r IIIIIII ; m O'nAD sr� J'��NlfiTpTC E-VERIFY IS A SERVICE OF DHSAND SSA Company ID Number: 19170 Client Company ID Number: 2655124 with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR,it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU,the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer,the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States,whether or not they are assigned to the contract.Once the Employer begins verifying new hires,such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract,within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award,the Employer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States,whether or not assigned to the contract.Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),state or local governments,governments of Federally recognized Indian tribes,or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract.After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO � pnurAlF °�.SF(`G - ergIII J E.V ERIFY IS A SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete(including the SSN) and complies with Article ll.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to,a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article ll.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article ll.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551)that expired after completing Form 1-9,the Employer shall not require the production of additional documentation,or use the photo screening tool described in Article II.A.5,subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract,and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer(through the E-Verify Employer Agent) against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law,to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C.§ 552a),the Social Security Act(42 U.S.C. 1306(a)),and SSA regulations(20 CFR Part 401). Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO E_v erg % o 110 S C'. NtSTFT�` E-VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the E-Verify Employer Agent. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA,SSA agrees to update SSA records,if appropriate,within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases,SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the E-Verify Employer Agent. Note: If an Employer experiences technical problems,or has a policy question,the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent)to conduct,to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means,and b. Photo verification checks(when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names,titles,addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer(through the E-Verify Employer Agent) a notice,which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC),Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify,or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility,to enforce the INA and Federal criminal laws,and to administer Federal contracting requirements. Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 CAO E_v E VFRIFY 15.4 SERVICE OF OH..SSA Company ID Number: 19170 Client Company ID Number:2655124 8. DHS agrees to provide a means of automated verification that provides(in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSAAND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors,and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests,to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database(the Numident) or other written verification of the SSN from the SSA. Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 CAO � 4Aat/yf1 >.SLf� n r SArt ®E_ve oFf+.nD sr� ,,1ST h f, F E-VFRIGY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees.The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS,the Employer will instruct the employee to contact DHS through its toll-free hotline(as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations,generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch,the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport,or passport card to DHS for review by: a. Scanning and uploading the document,or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch,the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO � enRrarF �.5[rG .: IIIIIII m n'f.STY� E.VERIFY IS A SERVICE OF RNSAND SSA Company ID Number: 19170 Client Company ID Number:2655124 ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent for verification services performed under this MOU.The Employer is responsible for providing equipment needed to make inquiries.To access E-Verify,an Employer will need a personal computer with Internet access. ARTICLE V SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1. Software developed by Web Services E-Verify Employer Agents must comply with federally-mandated information security policies and industry security standards to include but not limited to: a. Public Law 107-347, "E-Government Act of 2002,Title III, Federal Information Security Management Act(FISMA)," December 2002. b. Office of Management and Budget(OMB) Memorandum (M-10-15),"FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,"April 2010. c. National Institute of Standards and Technology(NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology—Security Techniques—Code of Practice for Information Security Management. 2. The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update.The Web Services User will receive notice from DHS in the form of an Interface Control Agreement(ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA,including all functionality identified and all data elements detailed therein. 3. The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4. The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update,then the Web Services User's E-Verify account may be suspended,and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User's account after the six-month period has elapsed. 5. The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify EmployerAgent Revision Date 06/01/13 CAD � EePSR14, \J.SEf.`G' E-Verify ���q M1D SEC '���1'"1STl''•�\ SAIERI FY IS A SERVICE OF DNS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 6.The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7. DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable,or becomes unable,to meet any of the requirements set forth in this MOU. 8. Housing,development, infrastructure, maintenance,and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9. If the Web Services E-Verify Employer Agent includes an electronic Form 1-9 as part of its interface,then it must comply with the standards for electronic retention of Form 1-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment[OMB Circular A-130 Appendix III]. To achieve this level of information security,the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1. Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use,disclosure,disruption,modification,or destruction of information and information systems that support the operations and assets of the DHS,SSA, and the Web Services E-Verify Employer Agent and its clients; 2. Develop policies and procedures that are based on risk assessments,cost-effectively reduce information security risks to an acceptable level,and ensure that information security is addressed throughout the life cycle of each organizational information system; 3. Implement subordinate plans for providing adequate information security for networks,facilities, information systems,or groups of information systems,as appropriate; 4. Conduct security awareness training to inform the Web Services E-Verify Employer Agent's personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5. Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices,and security controls to be performed with a frequency depending on risk, but no less than once per year; Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO cs,k.tEc'V E_v NM B yhi,STV-�' E.VERIFY ISA SERVICE OF DNSAND SSA Company ID Number: 19170 Client Company ID Number: 2655124 6. Develop a process for planning, implementing,evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures,and practices of the organization; 7. Implement procedures for detecting, reporting, and responding to security incidents; 8. Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9. In information-sharing environments,the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10. DHS reserves the right to restrict Web Services calls from certain IP addresses. 11. DHS reserves the right to audit the Web Services E-Verify Employer Agent's application. 12. Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1. Web Services E-Verify Employer Agents must practice proper Internet security;this means using HTTP over SSL/TLS (also known as HTTPS)when accessing DHS information resources such as E-Verify[NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol(SOAP),which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2. In accordance with DHS standards,the Web Services E-Verify Employer Agent agrees to maintain physical, electronic,and procedural safeguards to appropriately protect the information shared under this MOU against loss,theft, misuse, unauthorized access, and improper disclosure,copying use, modification or deletion. 3. Any data transmission requiring encryption shall comply with the following standards: • Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. • NSA Type 2 or Type 1 encryption. 4. User ID Management(Set Standard):All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5. The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition,Web Services E-Verify Employer Agents whose interfaces do not support the Form 1-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 CAO � Jtenxr.yFn .i.s[rG Elien UtiA ® D'A AD SVC' NI.Si FP‘`� F-VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 6. The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DNS notifies the Web Services E-Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D.COMMUNICATIONS 1. Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2. The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3. The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year,evaluates the electronic system,and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DNS upon request. 4. The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5. All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant's Social Security number, alien number,date of birth,or other information that may be used to identify the individual. 6. Suspected and confirmed information security breaches must be reported to DNS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1. The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface,then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2. The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CPO � ,eenxryF \,S[rG E._v IIIIIII m e,,nD SEG M�Nf.ST0.a�0 E VERIFY ISA SERVICE OF OHS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 3. DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4. Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify does not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1. The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension,termination,or other adverse action. 2. DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients,or any other party as a result of your account suspension or termination. ARTICLE VI MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA,including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days'written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU,and thereby the Web Services E-Verify Employer Agent's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy,or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor,termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly,the Employer understands that if it is in a state where E-Verify is mandatory,termination of this by any party MOU may negatively affect the Employer's business. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO pnxrvF �.StrG s-VeriFy E.YERIFY ISA SERVICE OF DNS AND SSA Company ID Number: 19170 Client Company ID Number: 2655124 3. A Web Services E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E-Verify Employer Agent fails to provide such notice,then that Employer will remain an E-Verify participant,will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses,financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended,or should be construed,to create any right or benefit,substantive or procedural,enforceable at law by any third party against the United States, its agencies,officers,or employees,or against the Web Services E-Verify Employer Agent,its agents,officers,or employees. C. The Web Services E-Verify Employer Agent may not assign,directly or indirectly,whether by operation of law,change of control or merger,all or any part of its rights or obligations under this MOU without the prior written consent of DHS,which consent shall not be unreasonably withheld or delayed.Any attempt to sublicense, assign,or transfer any of the rights,duties,or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU,whether civil or criminal,and for any liability wherefrom, including(but not limited to) any dispute between the Web Services E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Web Services E-Verify Employer Agent or the Employer. E. The Web Services E-Verify Employer Agent understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy,including but not limited to,Congressional oversight, E-Verify publicity and media inquiries,determinations of compliance with Federal contractual requirements,and responses to inquiries under the Freedom of Information Act(FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer,the Web Services E-Verify Employer Agent and DHS respectively.The Web Services E-Verify Employer Agent understands that any inaccurate statement,representation,data or other information provided to DHS may subject the Web Services E-Verify Employer Agent,as the case may be,its subcontractors, its employees,or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or;(3) possible debarment or suspension. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 CAO enarar �.9C� Ver' A or �� IIIIIII `r ® AAD S4C ��N/,G7KAC E VERIFV ISA SERVICE OF D.A.SSA Company ID Number: 19170 Client Company ID Number: 2655124 G. The foregoing constitutes the full agreement on this subject between DHS,the Employer, and the E-Verify Employer Agent. SOUTHERN ROAD AND BRIDGE, LLC (Employer) hereby designates and appoint NCYCLES (E-Verify Employer Agent) including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out(Employer) responsibilities under the MOU between the Employer,the E-Verify Employer Agent,and DHS. If you have any questions,contact E-Verify at 1-888-464-4218. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 GAO enerp� s^sCr7� E-Verify �,.�: ulna EVERIFY IS A SERVICE OF DHS AND SSq Company ID Number:19170 Client Company ID Number:2655124 Approved by: Employer SOUTHERN ROAD AND BRIDGE, LLC Name(Please Type or Print) Title SEVASTOU LISA Signature 'Date Electronically Signed 03-27-2025 E-Verify Employer Agent NCYCLES Name (Please Type or Print) Title Darin Shaffer Signature Date Electronically Signed 03-27-2025 Department of Homeland Security-Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 03-27-2025 Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 ca0 co E-Veril y o- NLs IRTC` E-VERIFY IS A SERV ICE OF OHS ANO SSq Company ID Number: 19170 Client Company ID Number:2655124 Information Required for the E-Verify Program Information relating to your Company: SOUTHERN ROAD AND BRIDGE, LLC Company Name 2997 PALM HARBOR BLVD. SUITE B Company Facility Address PALM HARBOR, FL 34683 Company Alternate Address County or Parish PINELLAS Employer Identification Number 461187423 North American Industry 237 Classification Systems Code Parent Company Number of Employees 100 to 499 Number of Sites Verified for 1 site(s) Page 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CAO _ -pnxry^ ,SCCb Ev o- „,,„, StiL J��NI.STRT�\ E-VERIFY IS A SERVICE OF ERR AND SSA Company ID Number:19170 Client Company ID Number:2655124 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: FL 1 • Page 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 CPO �EPAxTnIE. \.tC(�G E_v erg Tf‘. IIIIIIINp if, �'�/GTti-`A\! E VERIFY ISA SERVICE OF OHS AND SSA Company ID Number:19170 Client Company ID Number:2655124 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name SEVASTOU LISA Phone Number 72747421146 Fax Email LSEVASTOU@SOUTHERNRB.COM Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 Ga0 !-Verify ��mz'IND s„,, 4'4N/STRP�\O E-VERIFY IS A SERVICE OF DNSAND SSA Company ID Number:19170 Client Company ID Number:2655124 This list represents the first 20 Program Administrators listed for this company. Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent Revision Date 06/01/13 cp.0 State of Florida Department of State I certify from the records of this office that SOUTHERN ROAD & BRIDGE, LLC is a limited liability company organized under the laws of the State of Florida, filed on October 15, 2012, effective October 15, 2012. The document number of this limited liability company is L 12000131263. I further certify that said limited liability company has paid all fees due this office through December 31, 2025, that its most recent annual report was filed on February 10, 2025, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2025 .F'�_ =a•t74,^ ; $'Eer O i.;:1ity 11114 .--:L :4-;14 ' C T4 Sec,'etuf' of tate Tracking Number: 1608424170CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.su n biz.org/Filings/CertificateOfStatus/CertificateAuth (--G9) DIVISION OF CORPORATIONS Di MIDI uf :),Aff,i_.b,/,/,.org an official Sture of Florida ivel4ire Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company SOUTHERN ROAD& BRIDGE, LLC Filing Information Document Number L12000131263 FEI/EIN Number 46-1187423 Date Filed 10/15/2012 Effective Date 10/15/2012 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 12/19/2012 Event Effective Date NONE Principal Address 2997 ALT 19, SUITE B PALM HARBOR, FL 34683 Changed: 09/17/2024 Mailing Address 2997 ALT 19, SUITE B PALM HARBOR, FL 34683 Changed: 09/17/2024 Registered Agent Name&Address PAPPAS, LUCAS 715 WESLEY AVENUE TARPON SPRINGS, FL 34689 Name Changed: 02/01/2021 Address Changed: 02/01/2016 Authorized Person(s)Detail Name&Address Title MGR CAO PAPPAS CIVIL CONTRACTORS LLC 715 WESLEY AVENUE TARPON SPRINGS, FL 34689 Title MGR PAPPAS, LUCAS 715 WESLEY AVENUE TARPON SPRINGS, FL 34689 Annual Reports Report Year Filed Date 2023 02/01/2023 2024 02/07/2024 2025 02/10/2025 Document Images 02/10/2025—ANNUAL REPORT View image in PDF format 02/07/2024—ANNUAL REPORT View image in PDF format 02/01/2023—ANNUAL REPORT View image in PDF format 02/22/2022—ANNUAL REPORT View image in PDF format 02/01/2021—ANNUAL REPORT View image in PDF format 02/07/2020—ANNUAL REPORT View image in PDF format 03/06/2019—ANNUAL REPORT View image in PDF format 02/28/2018—ANNUAL REPORT View image in PDF format 02/06/2017—ANNUAL REPORT View image in PDF format 02/01/2016—ANNUAL REPORT View image in PDF format 02/23/2015—ANNUAL REPORT View image in PDF format 01/04/2014—ANNUAL REPORT View image in PDF format 01/18/2013—ANNUAL REPORT View image in PDF format 12/19/2012—LC Amendment View image in PDF format 10/29/2012—LC Amendment View image in PDF format 10/15/2012—Florida Limited Liability View image in PDF format FiO, k Dorp,troonf of„offf o,of Corp.fr,tions CP•O T Ron DeSantis,Governor Melanie S.Griffin,Secretary Y Florida ,,..., :‘,„.", dr ' `," • STATE OF FLORIDA 44.c9D ' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES r►- ti PAPPAS, LUCAS LOUTS` SOUTHERN ROAD & BRIDGE LLC :I 715 WESLEY AVE / '. ,TARPON SPRING,1.''. FL 34689* / \ Ir I LICENSE NUMBER:'CGC1521093 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com DW1: ISSUED:07/18/2024 �wr � { Do not alter this document in any form. kkF iriir This is your license. It is unlawful for anyone other than the licensee to use this document. CPO AMPPTM 0Am p Southern Road & Bridge, LLC OAMPPTM of Tarpon Springs, FL ( P 1 FIELD APPLICATION has met or exceeded the requirements set forth in the SSPC ACCREDITED q CONTRACTOR AMPP QP Accreditation Program for FIELD APPLICATION OF COATINGS COMPLEX STRUCTURES Chief Product and Oper !ions Ofce,AMPP SSPC — QP1 March 31,2025—March 31,2026 Validation Period Accreditation for dates listed above to Southern Road&Bridge,LLC.Tarpon Springs,FL Owners are advised to contact qpinfo@ampp.org to verify authenticity of accreditation. Corporate Headquarters: Houston—15835 Park Ten Place,Houston,TX 77084 Pittsburgh—800 Trumbull Drive,Pittsburgh,PA 15205 CAO ØAMPPTM Southern Road & Bridge, LLC AMPP" of Tarpon Springs, FL Q P 2 FIELD REMOVAL has met or exceeded the requirements set forth in the AMPP QPAccreditation Program for SSPC ACCREDITED COhITRACTOR INDUSTRIAL HAZARDOUS PAINT REMOVAL SSPC — QP 2 � �. . . CATEGORY"A" Chief Product and Operations Officer,AMPP March 31,2025—March 31,2026 Validation Period Accreditation for dates listed above to Southern Road&Bridge,LLC.Tarpon Springs,FL Owners are advised to contact qpinfo@ampp.org to verify authenticity of accreditation. Corporate Headquarters: Houston—15835 Park Ten Place,Houston,TX 77084 Pittsburgh—800 Trumbull Drive,Pittsburgh,PA 15205 CP.O Form Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester. Do not Department of the Treasury Go to www.irs.gov/FormW9 for instructions and the latest information. send to the IRS. Internal Revenue Service Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) Southern Road&Bridge, LLC 2 Business name/disregarded entity name,if different from above. c° 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1.Check 4 Exemptions(codes apply only to oonly one of the following seven boxes. certain entities,not individuals; 0. see instructions on page 3): O ❑ Individual/sole proprietor ❑ C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate 0 ai a ❑✓ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . . . S Exempt payee code(if any) 0. o Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax box for the tax classification of its owner. Compliance Act(FATCA)reporting ❑ Other(see instructions) code(if any) ao i 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, (Applies to accounts maintained e and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check outside the United States.) this box if you have any foreign partners,owners,or beneficiaries.See instructions ❑ a) 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) co 2997 Alt. 19,Suite B 6 City,state,and ZIP code Palm Harbor,FL 34683 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other - - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer identification number Note:If the account is in more than one name,see the instructions for line 1.See also What Name and Number To Give the Requester for guidelines on whose number to enter. 4 6 - 1 1 8 7 4 2 3 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and dividends,you are not. fired sign certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of — '—�/ C __may Here U.S,persorj r'-- . y - Date 1/6/2025 General Instructions 777"` New line 3b has been added to this form.A flow-through entity is required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest.This Future developments.For the latest information about developments change is intended to provide a flow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they were published,go to www.irs.gov/FormW9. beneficiaries,so that it can satisfy any applicable reporting requirements.For example,a partnership that has any indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-202 CP.O (if\ Collier County -•��— Procurement Services Addendum#1 Date: September 3,2025 From: Olivia Puga,Procurement Strategist Email: Olivia.Puga@colliercountyfl.gov Telephone: (239)252-4826 To: Interested Bidders Subject: Addendum#1 Solicitation#25-8410 The following clarifications are issued as an addendum: As a result of the recent Collier County Board approval of Procurement Ordinance 2025-34 the Construction Bid Instructions and Solicitation document have been updated and will be replaced. Change 1: Constructio^ Bid Instr coons Form 2025 Rev.2 will be replaced with Construction Bid Instructions Version 1 Change 2: will be replaced with 25-8410 Solicitation RI If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitatioi 9/26/25 ..g • Ire) ,/ Date outhern 'oad & Bridge, LLC (Name of Company CAO FDOT _,... ---- ... Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY August 06,2025 SOUTHERN ROAD & BRIDGE, LLC 2997 ALT. 19, SUITE B PALM HARBOR, FLORIDA 34689 *REVISED* RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: BASCULE BRIDGE REHABILITATION, BRIDGE DECK OVERLAYS, BRIDGE PAINTING, CATHODIC PROTECTION, DRAINAGE, GRADING, GRASSING, SEEDING AND SODDING, MINOR BRIDGES, R&R INTERMEDIATE BRIDGES ("R&R" IS REPAIR AND REHABILITATE) , R&R MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 1,000 FEET OR MORE, R&R MAJOR BRIDGE - CABLE STAYED CONSTRUCTION, R&R MAJOR BRIDGE - CONCRETE SEGMENTAL CONSTRUCTION, R&R MAJOR BRIDGE - STEEL TRUSS CONSTRUCTION, R&R MAJOR BRIDGE- CURVED STEEL GIRDERS, R&R MINOR BRIDGES, FENDER SYSTEMS, PILE JACKETS, RETAINING WALLS, RIP RAP, SEAWALL/BULKHEAD, TREE REMOVAL. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2026. In accordance with Section 337.14(1) , Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code (F.A.C.) , by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3) , F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, ^ James E. Taylo� Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov CAO FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Barron River Bridge Repairs BID NO.25-8410 Full Name ofBidder Southern Road & Bridge, LLC Main Business Address 2997 Alt. 19, Suite B, Palm Harbor, FL 34683 Place of Business Same as Above Telephone No. 727940-5395 Fax No.727-499-7158 State Contractor's License#CGC 1521093 State of Florida Certificate of Authority Document Number L 12000131263 Federal Tax Identification Number46-1187423 DUNS# 078696169 CCR# Cage Code 6TP67 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 CAO Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates,and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order,the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing,subsequently notifies the Successful Bidder of a modified(later)commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within 28 (28) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within 29(29)consecutive calendar days after the date the Punch List is delivered to the Successful Bidder,computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signature: Titl . . P , Managing Member Date: 9/26/25 GAO EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Drossos Strobel Construction Superintendent James Caron Project Manager 13 Construction Services Agreement:[2025_ver.4] CP.O EXHIBIT B-1: PUBLIC PAYMENT BOND ® Attached hereto, following this page ❑ Not Applicable 14 Construction Services Agreement:[2025_ver.4] CAO 1 EXHIBIT B— 1: PUBLIC PAYMENT BOND Bond No. 800234965 Contract No. ?�} _8I 'O KNOW ALL MEN BY THESE PRESENTS: That Southern Road & Bridge, LLC. as Principal/Contractor, located at 2997 Alt 19 Suite B, Palm Harbor, FL, 34683 , Telephone: (727)940-5395 (Business Address and Telephone Number), and Atlantic Specialty Insurance Company , as Surety, located at 605 Hwy 169 North, Suite 800 Plymouth, MN, 55441 , Tele hone:(614)562-4638 (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 Four Thousand Two Hundred Fifty Six 70/100($ 1,184,256.70 ), this includes allowance, lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee. The Principal/Contractor and the Surety bind themselves and each of their heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents as follows: WHEREAS, Principal/Contractor has entered into a contract dated as of the day of , 20 with Obligee for Barron River Bridge Repairs g 9 p . (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 is 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 ti -.;.2 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 PrincipeI/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 23rd day of December : 20 25, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. `,,,, ,„e eq Signed; sealed and elivered in th re ence of: OPD•P.E,9 PRINCIPAL/ T :S n ad & Bridge, LLC. ��'\�O LIAQ/)��C,���`^ Sign • _ acipso� }fie:"°cam' Name and Title ( P . P \v STATE OF AAA COUNTY OF The foregoing instrument wascknowledged before me by means of physical presence or _ online notarization, this day of i DK 20, by \ UC CAS `. -PC1p. C as_.JUt1xl0.90 ir.X‘rj{tit— of f a FnOr1da corporation, on behalf of the corporation, e,She is persanal�.knoxun-% to me OR has produced identification and did (did not) take an oath. My Commission Expires: (Signat ry (AFFIX OFFICIAL SEAL) F� ( s 0\uullulrrrr (Legibly Prnted) \\�\\\,�p, N I L ,9 // Notary Public, State of \Qc\6G? Pr . Msaipy'.;•�' Commission No.: H V NOTARY PUBLIC O \�o; #HH3'\ •.••P\\ CAO ` ' � ' � ` SURETY:Atlantic I pecialty Insurance Company Sp EIC/4 —// GU6 Keigi A. Miller, Aitorney-In-Fact (Business, Address) ' ^ � � . / . / | � CORPORATE ACKNOYVLE0GK4ENT STATE OF Ohio COUNTY OF K8ehoning | The foregoing instrument was a:knowiedQed before ,ne thi,23rd day of December , 3025 ( bv Keith A. k8i||er. Attornev-kn-Fani (name of officer or agent. title of officer or agent), of Atlantic Specialty Insurance Company_ ___(name of corpora',ion acknowledging), e or place of �noorpurohon) oorpurmtioo. on babe|f of the onrponotion. He/She is (personally known to n)e� !or has produced identification)--' _(typa of identification) (as identification) and hdid/did nut) baha an oath LouAwwsoR0oLsY � :o taryPublic. Signature off Person Teking w St ate [/ mycmnm. Expires Acknowledgment� n' March 31.2028 LouanneB/og|oy Name of/\oknovv|*dUe/Typed, Printed or Stanipyd EXHIBIT B—2: PUBLIC PERFORMANCE BOND Bond No. 800234965 Contract No. KNOW ALL MEN BY THESE PRESENTS: That Southern Road & Bridge, LLC. as Principal/Contractor, located at 2997 Alt 19 Suite B, Palm Harbor, FL, 3.4683 , Telechone.(727)940-5395 (Business Address and Telephone Number), and Atlantic Specials Insurance Company , as Surety, located at605 Hwy -169 North, Suite 800 ,_Pl nooth. MN. 554s4.1 , Telephone: (614)562.4638 (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 Tarniarni Trail East, Suite 102, Naples, FL 34'112-5746, Telephone: (239) 252-8999 as Obligee in the sum of One Million One Hundred Eight Four Thousand Two Hundred Fifty Six 70/100 (ib 1'184,256.70 , ), 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 ail as built drawings, meeting all indemnification and insurance requirements, payment of royalties and license fees, providing for the safety of persons and property and all other obligations of the Principal/Contractor under the Contract. WHEREAS, Principal has entered into a contract dated as of the : day of Feblai&.ry , 20 with Obligee for Barron River 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; CAO 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 lirnitations 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. • C :�: i IN WITNESS WHEREOF, the above parties have executed this instrument this cLi1 day of 20 `., , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. ti Signed, sealed and delivered in the presence of: PRlNClP CTQ `'` o rn Road & Bc; 5„bLE OOOOOOO e°s ° LIA,9;6:•./., Name and itle ® rFLAIL,�' — — �rki 1. _-\ °°°O ` STATE OF V e.c- COUNTY ;OF i ,ei "����,�„ ,,.,, The foregoing instrument was,. oknowIedged before me by means of physical presence or online notarization,this day of`(Off 20'20 25 by . nP• c-& as CrC.t.0 ,C1 1,'P Y' x of l�jv C- ' • ..._.a 1 F\©c-A c\ck corporation, on behalf of the corporation. le., he i, ersonally now to me OR has produced identificationIni1_aid(did not)take an oath. Ply Commission Expires: _ `�).,--�"--P -�f Sii( gnature o o ry (AFFIX OFFICIAL SEAL) • _ _ \C\ \\Ox•vnoS \ `�� iA I P�,/// (Legibly Printed) ,\\\\N 4q'',� Notary Public, State of W\C Yc \\Q �P,°t;Z'.s%oa;'i2% Commission No.:r\k-� 'S1 ('o\a�, :,.� N oT zooF�A..O; .-__-......_..,._.�. N'•*. L I B // ' ---; '• *HH3161.• \\\$ / :•• • � ,//OFCROP\\ //! Ii � ,„,,,1suRETy: Atlantic S cialty Insurance Company c,1,Er \� .• 605 Hwy 169 North, Suite 800 • Autho riz€d Signature E-lymoWh. MCI.y5�t4_1___ ,-% ..▪ ,.. Keith A. Miiier 4 : 'c (Printed Nune) (Business Address) 1100Litk CORPORATE ACKNOWLEDGMENT STATE OF Ohio COUNTY OF Mahoning The foregoing instrument was acknowledged before me this 23rd.__-day of December 2025 by Keith A. Miller, Attorney-In-Fact (name of officer or agent, title of officer or agent), of Atlantic Specialty Insurance Company -{name of corporation acknowledging), a NY (state or place of incorporation) corporation, on behalf of the corporation. Fle/She is (personally known to me) {or has produced identification) (type of identification) (as identification) and (did/did not) take an oath. g` \C: sT LOUANNEBROGLEf �n r rl - Notary Public r Cam"--- —_' State of Ohio 4. :1-. 0.)o ay Comm.Expires Signature of Person Taking !•, ;'s_s o e:% March 31,2026 Acknowledgment Louanne Brogley Name of Acknowledger Typed, Printed or Stamped CAO [intact] INSURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Brian M Battaglia,Christopher A.Howard,James Klingensmith,Keith A.Miller,each individually if there be more than one named,its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds,recognizances,contracts of indemnity, and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January,2023. /.•01'IN st, :Q� pPPORgr 92 lc') SEAL m 1986 o a By STATE OF MINNESOTA a� tiaN' Sarah A.Kolar,Vice President and General Counsel HENNEPIN COUNTY On this first day of January,2023,before me personally came Sarah A.Kolar,Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the individual and officer described in and who executed the preceding instrument,and she acknowledged the execution of the same,and being by me duly sworn,that she is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. "" ALISON D NASH-TROUT / + '*; NOTARY PUBLIC-MINNESOTA / 1`1 My Commission Expires NotaryPublic January 31,2030 � I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated 19th day of December 2025 This Power of Attorney expires w et )A t January 31,2030 AL Kara L.B.Barrow,Secretary cA. i 01. 1986 o Please direct bond verifications to suretva',intactinsurance.cont [intact] IM►Y►►e C► Atlantic Specialty Insurance Company Pedod Ended 12/31/2024 Dollars displayed in thousands Admitted Assets Liabilities and Surplus Investments. Liabilities Bonds $ 2,694,094 Loss Reserves $ 1,264,802 Preferred Stocks - Loss Adjustment Expense Reserves 423,323 Common Stocks 987,702 Total Loss&LAE Reserves 1,688,125 Mortgage Loans Real Estate - Unearned Premium Resere 811,551 Contract Loans - Total Reinsurance Liabilities 64,571 Derivatives - Commissions,Other Expenses,and Taxes due 75,922 Cash,Cash Equivalents&Short Tenn Imestmenls 383,175 Derivatives Other Investments 36,178 Payable to Parent,Subs or Affiliates Total Cast&Investments 4,301,149 All Other Liabilities 1,121,125 Premiums and Considerations Due 350,792 Total Liabilities 3,761,294 Reinsurance Recoverable 60.E Receivable from Parent,Subsidiary or Affiliates 11,764 Capital and Surplus All Other Admitted Assets 94,008 Common Capital Stock 9,001 Preferred Capital Stock Total Admitted Assets 4,817,776 Surplus Notes Unassigned Surplus 476,697 Other hcluding Gross Contributed 570,784 Capital&Surplus 1,056,482 Total Liabilities and C&S m 4,817,776 State of Minnesota County of Hennepin I, Kara Barrow, Secretary of Atlantic Specialty Insurance Company do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company, on the 31 st day of December, 2024, according to the best of my information, knowledge and belief. Secretary Subscribed and sworn to, before me, a Notary Public of the State of Minnesota on this loth day of March, 2025. Notary Public KERRI RIECHERS NOTARYPr PUBLIC •o` MINNESOTA �,,�'` My Commission Expires Jan 31,2030 . tones 3744 Starrs Centre Drive • P.O. Box 159 • Canfield, Ohio 44406 I, Calvin PH: 330.533.1195 • FAX: 330.533.7583 • www.LCalvinJones.corn Insurance & Surety Bonds December 23, 2025 RE: Agreement 25-8410 Barron River Bridge Repairs To Whom it May Concern: This letter grants permission on behalf of Atlantic Specialty Insurance Company that Collier County may amend the contract date section only of the Performance & Payment Bond #800234965. No other changes to these documents is permitted without the written consent of Atlantic Specialty Insurance Company. Please feel free to reach out to me directly regarding any questions related to this matter. Regards, Keith A. Miller, CIC, CWCA Attorney-In-Fact EXHIBIT B-3: INSURANCE REQUIREMENTS (Following This Page) 17 Construction Services Agreement:[2025_ver:4]. Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits 15. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers'Compensation coverage or a Certificate of Exemption issued by the State of Florida is required.Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption.An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 16. ®Employer's Liability $_1,000,000 single limit per occurrence 17. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $_1,000,000 single limit per occurrence, $2,000,000 aggregate for current ISO form Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 18. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 19. ®Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired;Automobile Included 20. ® Other insurance as ®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. $ 1,000,000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 1,000,000 Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ®Pollution $ 1,000,000 Per Occurrence ❑Professional Liability $ Per claim&in the aggregate ❑Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence 0 Technology Errors&Omissions $ Per Occurrence CAO 21. ®Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit,a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 22. ®Performance and 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. 23. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 24. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 25. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 26. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East,Naples,FL 34112 27. ® Thirty(30)Days Cancellation Notice required. 28. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. GG—6/18/25 Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications,agrees to maintain these coverages through the duration of the agreement and/or work performance period,and that the evidence of insurability may be required within five(5)days of notification of recommended award of this solicitation. CA.O EXHIBIT C RELEASE AND AFFIDAVIT FORM (Template Form Following This Page) 18 Construction Services Agreement:[2022:ver.'4] 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.: CAO EXHIBIT D-1 CONTRACTOR APPLICATION FOR PAYMENT FORM (Template Form Following This Page) 19 Construction Services Agreement:[2025_ver41- CAO 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 date] 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: CAO EXHIBIT D-2 SCHEDULE OF VALUES (Template Form Following This Page) 20 Construction Services Agreement:[2025_ver.4] W ❑ al J Q W a F ? _ 2 0 Q = F 1_ 1- 1- W 3 a) CC m w , U a 1e Z I IW 'CIv a' : m .... N w o, 0 Q c N c? _co N o I- W m 2 O O )0 W CO 0 CO L Q ? 2 J W Q W O� C W o m 71 2 E z t- w2 I- O W w W a ,73 ` ❑ 0 O CC 2 z a w a O 0 Q. ❑ a U d a m o L u W I- < H ❑ W O a 0 ❑0 5. 0 U) O 0 E co N a) a 0 V) o ❑ N W Q a) _c V.. O CC 2 O W E m a 0 U) a a, 2 m c x a a, ` cu W L m F U Cl) U O 0 L a Q 0 O 2 a' U . w -o c Q. a a `0 a) w m72 W m c a W n a Z a E r 2 O ❑ ha 0,00 Q w y L U Z 5A .. O a ") eL I'. U) w a. lii 0 I- E y O 0 8N W m N F- a' W ` c Q. = ._ c �o U ❑ L U W <a J W 0 = = C ❑ J U W Q c 0 0 m m CO E 2 p c C-p — al to � U D- Z m w _O n,, a 3-oo U T L W a a)-- L fa 3 c Cu h 2 M a) m 4 m E z K 0 o w 22 U W m .c 111 F M F c re z Fo GAO 0 EXHIBIT D-3 STORED MATERIALS (Template Form Following This Page) Construction Services Agreement:[2025_ -r.4] CAO • a 1- W W U J Z Q Q J (n Q Z m — F- F- ❑ ❑ 0 • O J � Q W 1- a r U J lA ❑ • W O J J W Fa o' u) az w F CO Z O w ❑ O_ • ❑ W a w O U a c• Q w w a ❑ a a 0 0 U C? cn -� Q N ❑ w ❑ W a O ❑ 1E ay wO N W dU W c d � N N m T J Z o W N 0_ O m z a a) d N L_ c W N 0 a a (n a a a) a `o U Q 3 Z o O d a_ a U m M m W 2 ❑ )0 � w a z F W C U a o 0 ❑ C a m CAO EXHIBIT E-1: CHANGE ORDER (Template Form Following This Page) CAO Construction Services Agreement:[2025_ver.4] EXHIBIT E-1 CHANGE ORDER FORM ( i Collier County —.� 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 Original Final Last Final Date #of Days _ Completion Date 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); El Add funds; El Use of Allowance;❑ Modify/Delete existing Task(s); El Add new Task(s); El 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 CAO (11 ' 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 CA.O (,)am 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 CAO ( 1" 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 ❑ 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 CAO EXHIBIT E-2: WORK DIRECTIVE FORM (Template Form Following This Page) 23 Construction Services Agreement:[2025_v GAO 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. CA..0 EXHIBIT F-1 CERTIFICATE OF SUBSTANTIAL COMPLETION FORM (Template Form Following This Page) 24 Construction Services Agreement:[2025_ver.4 0,0 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 CAO 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 CAO EXHIBIT F-2 CERTIFICATE OF FINAL COMPLETION FORM (Template Form Following This Page) 2 Construction Services Agreement:[2025_v: .4] cop, 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 GAO 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 CPO EXHIBIT F-3 PUNCH LIST FORM (Template Form Following This Page) - 2s, Construction Services Agreement:[202$_ver.41, 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) CPO EXHIBIT G-1 FINAL PAYMENT CHECKLIST (Template Form Following This Page) 27 Construction Services Agreement:[2025 ver,4J GP° 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 CAO EXHIBIT G-2 WARRANTY (Template Form Following This Page) 28 Construction Services Agreement:[2025_ver• CAO EXHIBIT G-2 WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Substantial Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF SUBSTANTIAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. CONTRACTOR: WITNESS: Signature Signature Name Printed and Title Name Printed Cp,O 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] CA.O 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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] CAO 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 Cp,O 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] CAO 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] CAO (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] CAO 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.41 FCAO (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] CAO 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.41 CPO 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] Cp,O 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] CPO 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] CAO 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] CAO 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] CAO 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] O 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] CAO 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] CPO 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@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] Cop. 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] GAO EXHIBIT I-1: SUPPLEMENTAL TERMS AND CONDITIONS ® Attached hereto, following this page ❑ Not Applicable 62 Construction Services Agreement:[2025_ver.4] CAO 1 of 36 July 11, 2025 PREPARED BY: Mohit Soni Chris Brockmeier Cotter County Growth Management Department EXHIBIT I SUPPLEMENTAL TERMS & CONDITIONS / SPECIFICATIONS PACKAGE PROJECT NUMBER 66066.2 BRIDGE NO. 030122 COLLIER COUNTY GROWTH MANAGEMENT DEPARTMENT TRANSPORTATION ENGINEERING DIVISION This document was prepared under the responsible charge of the Professional Engineer shown below. I hereby certifythat 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: 07/11/2025 0HI1" Sok/ State of Florida, �t E N sF Professional Engineer,License No.: 65204 No 65204 Firm/Agency Name: Stantec Consulting Services Inc Firm/Agency Address: 2056 Vista Parkway, Suite 100 City, State, Zip Code: West Palm Beach, FL 33411 STATE OF �,� Page(s): 1-36 ��` '�<o R t o P �� �%NAL 04 UJJ -1- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122)of 36 CND ) 2 of 36 SUPPLEMENTAL TERMS AND CONDITIONS 3 GENERAL NOTES 4 PERMIT CONDITIONS 4 PROJECT SCHEDULE 4 PROJECT PHASING 4 SUBMITTAL OF SHOP DRAWINGS 5 PROTECTION OF LOCAL ROADS 5 ELECTRICITY 5 WATER 5 OWNER'S ALLOWANCES 5 FUEL &BITUMINOUS COST ADJUSTMENTS —NOT PROVIDED 5 CONTRACTOR PRESENTATIONS 6 NACE certification 6 MAINTENANCE OF TRAFFIC 6 MAINTAIN EXISTING BRIDGE STRUCTURE 7 CLEARING AND GRUBBING ACTIVITIES 7 UTILITY COORDINATION 7 AS-BUILT/RECORD DRAWINGS 8 SPECIAL PROVISIONS 10 CONTROL OF MATERIALS - SOURCE OF SUPPLY-DEPARTMENT'S APPROVED PRODUCT LIST(APL). 11 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC— LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (MANATEE). 11 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC— LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (SMALLTOOTH SAWFISH). 12 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC— LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (SEA TURTLE). 13 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC— LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (INDIGO SNAKE). 14 LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC— LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (STURGEON) 14 TECHNICAL SPECIAL PROVISIONS 16 TECHNICAL SPECIAL PROVISIONS. 17 -2- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) -� 2 of 36 CA.O 1 3 of 36 SUPPLEMENTAL TERMS AND CONDITIONS -3- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 3 of 36 CAO 4 of 36 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. Copies of professional licenses and certifications must be submitted with the proposal. 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. 11-110773-P (Obtained/Attached) • SFWMD—ROW Permit(Contractor to apply/obtain if necessary) • USACOE—Nationwide Permit SAJ-2024-00244(NW-SEW) (Obtained/Attached) PROJECT SCHEDULE Contractor shall submit, along with their Bid, a Preliminary Construction Schedule of Events (Limited to 75 Line Items)which conveys their basic understanding of the project and schedule requirements/limitations. A complete (detailed)Project Schedule will be required once Contractor is notified of Successful Bid. 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 the City of Everglades City. -4- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 4 of 36 CAO 5 of 36 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. 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 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. 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. -5- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 5 of 36 CAO 6 of 36 CONTRACTOR PRESENTATIONS At the discretion of the County,the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2)times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to,the following information: Original contract amount,project schedule,project completion date and any changes to the aforementioned since Notice to Proceed was issued. 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. During federally recognized holidays and local city festivals such as the Everglades Seafood Festival (February), Christmas Tree Lighting&Parade (December), etc. no lane closures shall be permitted. -6- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 6 of 36 CAO 7 of 36 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. 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 the City of Everglades City 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 -7- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 7 of 36 CA,O 8 of 36 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. 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. -8- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 8 of 36 EA- 9 of 36 • 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. -9- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 9 of 36 CA° 10 of 36 SPECIAL PROVISIONS -10- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 10 of 36 CAO 11 of 36 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: -11- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 11 of 36 CAO 12 of 36 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. 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/wi ldl ifehabitats/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. -12- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 12 of 36 CF.O 13 of 36 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. 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. -13- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 13 of 36 CAO 14 of 36 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 corals 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 I 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 1st 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. -14- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) CAO 14 of 36 15 of 36 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 freefall of any equipment or material below the water surface. -15- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) CA.O 15 of 36 16 of 36 TECHNICAL SPECIAL PROVISIONS -16- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) CAO 16 of 36 17 of 36 TECHNICAL SPECIAL PROVISIONS. The following Technical Special Provisions are included as part of this Specifications Package. -17- CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) 17 of 36 CAO 18 of 36 TECHNICAL SPECIAL PROVISION FOR Structural Pile Jacket Cathodic Protection CR 29 OVER BARRON RIVER Bridge No. 030122 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: 07/11/2025 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 18 of 36 CAO 19 of 36 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 11 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 19 of 36 CAO 20 of 36 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. 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. NACE Certification status must be active at time of proposal and status of certifications shall be confirmed by the County. 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 20 of 36 TSP(T457), Page 3 of 12 CAO 21 of 36 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 a 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 21 of 36 CA) 22 of 36 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 22 of 36 CAO 23 of 36 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. iii. Forms system type including supports, method for concrete placement, and method of installing and removing the forms. iv. Location of standoff spacers, method of fastening the jacket form to the piling, method for sealing the form after its installation, details of TSP(T457), Page 6 of 12 23 of 36 CAO 24 of 36 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 24 of 36 (CO 25 of 36 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 25 of 36 CA.Q 26 of 36 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 26 of 36 CAO 27 of 36 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 MC/ 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 27 of 36 I CAO 28 of 36 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 CAS 28 of 36 29 of 36 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 29 of 36 30 of 36 TECHNICAL SPECIAL PROVISION FOR Concrete Spall Repairs CR 29 OVER BARRON RIVER Bridge No. 030122 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: 07/11/2025 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 30 of 36 CAO- 31 of 36 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 6 T401-6. Basis of Payment 6 TSP(T401); Page 2 of 6 31 of 36 EAQ) 32 of 36 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, TSP(T401); Page 3 of 6 32 of 36 CAO 33 of 36 and recorded by the Engineer. Do not perform concrete demolition/removal before approval and 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. TSP(T401); Page 4 of 6 33 of 36 CA,p 34 of 36 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, 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. TSP(T401); Page 5 of 6 34 of 36 CAO 35 of 36 T401-5. Method of Measurements The quantity to be paid for will be the volume of Latex Modified Mortar, Styrene- 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 35 of 36 CAC) 36 of 36 THIS COMPLETES THIS SPECIFICATIONS PACKAGE CR29 Over Barron River Rehabilitation Project No. 66066.2 (Bridge 030122) CA!O 36 of 36 EXHIBIT 1-2: AFFIDAVIT REGARDING LABOR AND SERVICES (Following This Page) 63 CAO 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: Southern Road & Bridge Address: 2997 Alt. 19, Suite B, Palm Harbor, FL 34683 Phone Number: 727-916-2708 Authorized Representative's Name: Lucas L. Pappas Authorized Representative's Title: Managing Member Email Address: LPappas@SouthernRB.com I, Lucas L. Pappas (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Southern Road & Bridge (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in§787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country 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 penalty: . ve read the foregoing Affidavit and that the facts stated in it are true. 1r 12/30/2025 '._ atur': authorize; .-presentative) Date STATE OF Florida COUNTY OF Pinellas Sworn to(or affirmed)and subscribed before me,by means ofhysical presence or❑online notarization this 30th day of December,2 by Lucas L. Pappas (Name i R('i.�fli ��7 who produced his Florida Driver's License as e ;�P:�oo,�.2i•2o2�+9.s ; taryP i — ; NOTARY v,•. _ •-4110 = .. ,.... 01/21/2027 PUBLIC Commission Expires % S,T?.4. #HN3••• c) \\� // Personally Known OR Produced Identification❑ �T�OF/ IFI�oP\\`�� Type of Identification Produced: CAO