Loading...
#24-8289 (Project Combo, Inc. d/b/a Lykins Signtek, Inc.) FIXED TERM SERVICE AGREEMENT # 24-8289 for Pelican Bay Decorative Street Sign Fabrication & Installation Services THIS AGREEMENT, made and entered into on this /0 day of ;J )0 t" 20 ZS� by and between Project Combo,Inc.d/b/a Lykins Signtek Inc. authorized to do business in the State of Florida, whose business address is 5935 Taylor Rd. Naples, Florida 34109 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑i upon the date of Board approval; or ❑ on and terminating on three ( s ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( t ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑Notice to Proceed. 3. STATEMENT OF WO . The Contractor shall provide services in accordance with the terms and conditions of❑ ❑■ Invitation to Bid (ITB) Other ( )# 24-8289 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. n The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 18 Fixed Term Service Agreement [2025_ver.1] CA(0 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): l I ct; e risks arc County to the contractor; and, as a business practice there are ne sa-tis is-atit i;e • Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ICJ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. 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. Page 2 of 18 Fixed Term Service Agreement [2025_ver.1] 4.4 The County, 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. 4-:5 (check—if—appI+e-ab e d&ei► abrsable— xp cs: Travel—and Reimbursable • M4leege $044 5-per-mile Bceakfa t $6,00 Lunch $44.00 Dinner $4-9-80 Airfare Aet aI4ieket-eost limited to tourist or coach class fare Rental eaf Aet l-recta1 e vehicles • l:-edgingActual cost of- cap of no more than $150.00 per night Racking Actual cost of parking • T-a*i-or-Airpor-t-Limousine long • roe penses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. 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. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Project Combo,Inc.d/b/a Lykins Signtek Inc. Address: 5935 Taylor Road Naples,Florida 34109 Authorized Agent: Ron Zilkowski Attention Name & Title: Telephone: 239-494-4155 E-Mail(s): Ron@Lykins-signtek.com Page 3 of 18 Fixed Term Service Agreement [2025_ver.1] All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Pelican Bay Services Division Director: Neil Dorrill Address: 801 Laurel Oak Drive,Suite 102 Naples, Florida 34108 Administrative Agent/PM: Karin Herrmann Telephone: 239-252-1357 E-Mail(s): Karin.Herrmann©colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during Page 4 of 18 Fixed Term Service Agreement [2025_ver.1] the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. • Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ■ Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. D. Professional-Liability: Shall be.-ma ai-ncd by-the--G iaotor-to--ten pro t ega • t to l l i ty---for-cta i m s--a r • e b-aggregate. E; limits of $ per claim. Page 5 of 18 Fixed Term Service Agreement [2025_ver.1] : Covcragc sh II h Rio minim im limit of$ n �_ALGIM.4KZ?- • G ❑ : Coverage shall have minimum limits of$ per claim/Occurrence. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "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 Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 18 Fixed Term Service Agreement [2025_ver.1] 13.1 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, County 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 County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Pelican Bay Services Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), • Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑RFP/n ITB/ Gthec #24-8289 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. 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. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 18 Fixed Term Service Agreement [2025_ver.1] C'AO located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statute, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD 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(ccolliercountyfLgov 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 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. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws Page 8 of 18 Fixed Term Service Agreement [2025_ver.1] �y F referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling 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. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 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 Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. I■U CLEAN UP. 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. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. Page 9 of 18 Fixed Term Service Agreement [2025_ver.1] CA0 25. X WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County 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 final 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 the County. 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. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. n TESTS AND INSPECTIONS. 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 to the County 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 County. 27. UI PROTECTION OF WORK. A. 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 anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. 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. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 10 of 18 Fixed Term Service Agreement [2025_ver.1] CAO 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County 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 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 modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. 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 County's staff person who would make the presentation of any settlement reached during negotiations to County 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 County's staff person who would make the presentation of any settlement reached at mediation to County'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, Fla. Stat. 33. 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. 34. n -mar ag as of expertise. The County reserves the Page 11 of 18 Fixed Term Service Agreement [2025_ver.1] assigned-shall be availabte-�f -a -affeunt of time adequate to rt"c �c �� cc'�e^.• dates. The G trae-ter—s all not cha ess4be-felewing Beta ' Fe • T e--Geri#rae-ter T� ^� �y� I /� seven -c-clays "4'"'Y'"P '" VG"1"1' y' fYetaYii`.ci'"7iTr1 'W"�'p'p'r:ova'l`ofl gersohnel- ■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. n ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. n ORDE. lax pfee • • • Obi. • 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County'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 the County. 37. 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 Page 12 of 18 Fixed Term Service Agreement [2025_ver.1] 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 a@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. Collier County Sheriff's Office (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. 38. i■i SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 18 Fixed Term Service Agreement [2025_ver.I] CAO IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal'K, Ki z@Z rI of the Circuit COLLIER COUNTY, FLORIDA Court end pJtciite o,, B ' ' , . Of I4 By444.1%.,„, Y _ , > , Burt L.Saunders , Chairman Dated:, • nei�' '•.-,�Le; (;SAI.)M: •f, • Chair an ' " till ature o y Project Combo,Inc.d/b/a Lykins Signtek Inc. Contracto 's 'tnesses: Contractor By: Az6( . Contras or's First I Witness itignat r _, ii _ I/�ri d`,nt. -Q,e_lt__ TType/print signature andA[titleT ype/print witness name tc I—thin ontra 's Second Witness Alto r, Horrfs TTypd/print witness name A rov d as to F a`` __Legality: � C un_r ttorney Soli � TdN 1.1 Print Name Page 14 of 18 Fixed Term Service Agreement [2025_ver. Exhibit A Scope of Services ■ following this page (containing 6 pages) 17 this exhibit is not applicable Page 15 of 18 Fixed Term Service Agreement [2025_ver.1] CAO Exhibit A—Scope of Services #24-8289"Pelican Bay Decorative Street Sign Fabrication& Installation Services" The services include but are not limited to fabricating, supplying,and installing fully assembled decorative poles and signs(e.g., street name signs and paddles,traffic signs,bases,aluminum tube frame backers and clamps,finials, and custom pelican decorative scrolls), installing or removing decorative poles,replacing,or restanding,or removing existing concrete bases.Work may also include removing damaged equipment,replacement parts,or fabricating new pole and sign installations. Interested Contractors are highly encouraged to visit Pelican Bay before bidding. Location: Pelican Bay is in northwestern Collier County at 26°13'59"N 81°48'32"W. It is part of the area known as North Naples. The City of Naples borders it to the south,and to the east is U.S. Route 41 (Tamiami Trail). Vanderbilt Beach Road is to the north,and the Gulf of Mexico is to the west.The total area is 3.4 square miles(2.9 square miles of land). wiftw . ";� `k • •� fib lel y, f i r tr •-- witii,„, " ..., I •-- • 0. . ..:.,,,,,, ,.. • /i I / �' •• iJ •e,arC: PI i arr_y'Jct, + ,T,,r,,-,,• 541:•1• -‘ { -t S'S 1. i.l-.. 1 - -. 4. ji�� -,'tea - _ , ,i .t 4 . Naples goof ; ; eriG:r,. 't • ' ..r" = ::�f i Canbbean .rden V 1 G mmtrnlly4 y Ry�S In+;6lcie Inc -Nirp f _ [�L J s' ,-irmpa+mp Lty cbsec 4k .1 1 , I., ... wiei4.,,,.,Ce."--..,.r.c1...•0-,.eA"s,,,-.•.0.i3n1s; 4 ..y „r yy' r f •/r "M1x (lttM lr ;2.! 4j !e`,f •S}• 1, ,✓ l, ti:e„: it .�• ilrlt s „,r.' 4:f� .„ • •.f . . i=T-+'fC71 �v..:.;f ` *� .•fie * a ts;., ,.` • • �--_ i t..4 Antis--Naples:=' _ . .r +,. Naples -t l'al t - 8...4 L� ?,0 " " , - `,- `04 E of na cal ,ACl7 J # •I' ` `ice; • __II.T - ,` , ,e —'••ilk ' l• r.,Gafden • -f,''�"�- �s", 'z ', ' ,� 4- +. J- 1 ` r'_ AEI -c~ , cf y - + 1 • .1 1*". �..1 ♦ ,,• AN ' -r�jc t!.M (.1 \- .. ry7�+y s ,t iKp ice: j yam+. ' Keevay0�tf1 ' lam Pass Park' i7�( : .r� + �, +� ISfd+1d "'� 1. SPECIFICATIONS: The work must meet the Pelican Bay aesthetic,functionality,and regulatory requirements. 1.1. Signs: The Contractor shall perform work in accordance with the following standards and specifications: ❑ Florida Department of Transportation(FDOT)Standard Specifications for Road and Bridge Construction,current edition, link: Standard Specifications Library and supplemental documents. ❑ Florida Department of Transportation Design Standards,current edition,link: Standard Plans-FY 2023-24 ❑ U.S. Department of Transportation, Federal Highway Administration (FHWA) on Uniform Traffic Control Devices, current edition,of standard specifications shall be utilized and in accordance with the"Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways," current edition, link: Manual on Uniform Traffic Control Devices Page 1 of 6 Exhibit A—Scope of Services CAO (MUTCD)-FHWA ❑ Collier County Maintenance of Traffic Procedure(MOT Policy),current edition, link: Right-of-Way(ROW) Permitting and Inspection Section I Collier County,FL ❑ Regulatory Signs: shall be in accordance with the U.S. Department of Federal Highway Administration, Manual on Uniform Traffic Control Devices("MUTCD"),link:MUTCD 11th Edition-FHWA MUTCD ❑ Street/Stop Combination Sign: Must comply with U.S. Department of Federal Highway Administration, Manual on Uniform Traffic Control Devices ("MUTCD"), Chapter 2B "Regulatory Signs, Barricades, and Gates", link: FHWA - MUTCD-Chapter 2B.Regulatory Signs. 1.2. New and Replacement Installations 1.2.1. Submit shop drawings for approval before installing if the Division Project Manager requests. 1.2.2. Horizontal clearances and offsets from the edge of the pavement, sidewalks,crosswalks,etc.,shall meet criteria set forth by M.U.T.C.D. 1.2.3. The Contractor shall identify the field location with the Division Project Manager before each installation. 1.2.4. Direct burial pole in concrete 30 inches in depth or as the manufacturer recommends. 1.2.5. For public safety purposes, any traffic sign pole removed from the road right of way must be replaced immediately with a temporary traffic sign mounted on a U-channel sign pole,straight aluminum sign pole,or steel sign pole. 1.2.6. Replace Pelican Bay Street sign frames/signs,including custom pelican scrolls,when requested. 1.2.7. Replacement poles will require the surrounding grade to be filled in and compacted to match the existing grade and replace sod damaged to match existing sod. If the Contractor damages irrigation equipment,it must be repaired at no cost to the County.The Division irrigation staff may be onsite to oversee the repairs. 1.2.8. Solar-powered sign pole replacements require the sign to be removed and reattached/rewired to the replacement pole. The labor to remove and reinstall the solar-powered equipment will be in the additional services labor category. 1.2.9. If applicable,submit shop drawings for approval from the Division Project Manager before proceeding with the replacement. 1.3. Restanding poles:The Division Project Manager may contact the Contractor to restand leaning decorative poles to place them back in their proper position. 1.4. Horizontal clearances and offsets from the edge of the pavement,sidewalks,crosswalks,etc.,shall meet criteria set forth by M.U.T.C.D. 1.5. Utilities: CALL BEFORE YOU DIG.The Contractor shall exercise precautions while working near utilities.Before digging,the Contractor must call Sunshine 811 at 811 or 800-432-4770,Monday through Friday,from 7:00 a.m.to 5:00 p.m. Sunshine 811 needs two(2)full business days'notice.Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. 1.6. Field location:The Contractor shall identify the actual field location for each sign with the Division Project Manager. 1.7. Decorative Pole and Sign Details: The fully assembled decorative poles measure 118 and 142 inches, as shown below. The fmishes and fonts shall match existing decorative poles and signs throughout Pelican Bay. 1.7.1. 4"OD decorative sign fluted pole,aluminum, .125 wall thickness. 1.7.2. Ball fmial cast aluminum to fit 4"OD round sign poles. 1.7.3. Traffic sign(s)installed in a 1"aluminum tube frame with.090 backer mounted with 4"aluminum back clamps. 1.7.4. 4"OD fluted base,aluminum base,24"high. 1.7.5. 14"x 14"Custom pelican scroll,aluminum. 1.7.6. Slide-in aluminum frame with DOT specification double-sided street name paddle insert for 36"x 9" double-sided Page 2 of 6 Exhibit A—Scope of Services CAO street name sign inserts. 1.7.7. 36" x 9" aluminum, rectangular, street name paddle, double-sided with High-Intensity ("HI") Prismatic reflective material on both sides with 6"inch black vinyl letters. 1.7.8. Street/Stop Combo Sign 1.7.8.1. Department of Transportation("DOT")specification for 30"or 36" stop sign. 1.7.8.2.DOT specification 30"x 24"right only sign. 1.7.8.3. Slide-in aluminum street sign frame with DOT specification, double-sided street paddle inserts (HI white reflective background and black letters (new San Serif typeface — Font: HWYB Traffic Font (Original) or FHWA Series B Traffic Font(Alternative) HIMYB TRAFFIC FONT (ORIGINAL) FHA SERIES 8 TRAFFIC FONT(ALTERNATIVE) Shadow Lake In Shadow Lake In 1.7.9. All assemblies shall be powder-coated or two (2) part urethane. The finish paint color is satin black to match the existing poles throughout Pelican Bay. DECORATIVE POST 142 INCHES SIDE VIEW 111 1 Gulf Park Dr. DECORATIVE POST 118 INCHES 41— r 36'a- 1 jl Pelican Bay Blvd, . SIDE VIEW *� TI /, Nun Su I 1 SPEED ISTOP i A LIMIT 1 30 1 rI . i mi �IIII i_24m---4 . t S ea I_ ONLY ■uu 6 1-Z4in-- cm m cm N ill. 111I il i ) \ A 2¢` rt Page 3 of 6 Exhibit A—Scope of Services 4 Ai: 1.8. Pelican Scroll Detail 0.5'ALL M NUM FRAME !' 4 .. r• 0.5"ALUMINUM FRAME i4' PELICAN SCROLL DETAIL 2. BID SCHEDULE: All categories will include the cost of Maintenance of Traffic (MOT)/Temporary Traffic Control (TTC), mobilization,and demobilization as applicable. Note:All County-owned poles and signs removed from the road right-of-way shall be brought to the Pelican Bay Services Division, Operations Facility,6200 Watergate Way,Naples,Florida 34108,for recycling or disposal.This service will be included in the unit prices as applicable. 2.1. Decorative Poles:The unit prices include materials,labor,hardware,fabrication,equipment,delivery,site preparation,debris removal,installation,utility locates,and disposal to perform the work. The unit of measure is each(EA). 2.2. Aluminum Tube Frame Backs& Clamps with Traffic Signs: The unit prices include materials, labor,hardware,fabrication, equipment,delivery,installation,and disposal to perform the work.Supply and install fully assembled decorative traffic signs with 1"aluminum tube frame backer,4"aluminum back clamp,and hardware.The unit of measure is each(EA). 2.3. Street Name Signs with Frames: The unit prices include materials,labor,hardware,fabrication,equipment,delivery,site preparation,debris removal, installation,and disposal to perform the work for the following: 2.3.1. Supply and install 1"aluminum tube frame backer for 36"x 9" Street Name paddle with Pelican Scroll with 4" aluminum back clamp and two Street Name sign inserts: Hi white reflective background and black letters,sans serif font typeface Font: HWYB Traffic Font(Original)or FHWA Series B Traffic Font(Alternative)The unit of measure is each(EA). 2.3.2. Supply and install 1"aluminum tube frame backer for 36"x 9" Street Name paddle with 4"aluminum back clamp and two Street Name sign inserts: Hi white reflective background and black letters,sans serif font typeface Font: HWYB Traffic Font(Original)or FHWA Series B Traffic Font(Alternative) 2.4. Miscellaneous Items: The unit prices may include materials,hardware,labor,fabrication,equipment,transportation,and delivery to the location designated by the Division Project Manager;some line items include installation.The unit of measure for all line items in this category is each(EA). 2.4.1. Create custom mold for the Pelican Scroll: This is a one-time cost to create the pelican scroll mold. The unit price includes materials,labor,fabrication,and equipment. 2.4.2. Supply and Install Custom Aluminum 24 inch Base: The unit price includes delivery,materials,equipment,labor,site preparation,and installation. 2.4.3. Remove Concrete Base: The unit price includes removing the existing concrete base,depths ranging from 24 to 60 inches,labor,materials,equipment,and disposal. 2.4.4. Remove Decorative Pole: The unit price includes labor,materials,equipment,and disposal. 2.4.5. Restand Decorative Pole: The unit price includes labor,materials,and equipment to reposition the poles. 2.5. Sod: The Division Project Manager may utilize these line items when the worksite requires sod replacement following decorative pole installation, concrete base removals, restanding poles, removing damaged poles, or when worksites require full restoration.The unit price includes sod,materials,labor,equipment,delivery,site preparation,utility locates,installation, Page 4 of 6 Exhibit A—Scope of Services CAO and disposal to perform the work. The unit of measure for various sod types ranges from 1 —200 square feet(SF) and 300- 400 square feet of sod per pallet(Pallet). 2.6. Additional Services: This category does not apply to items 2.1 through 2.5 above.Those unit prices include all costs to complete the work.The unit of measure is hourly rates(HR). 2.6.1.Labor: These hours may include,but are not limited to,removing solar-powered traffic signs and reattaching and rewiring them to the decorative pole,removing damaged street signs,brackets,and pelican scrolls,and other labor activities as requested by the Division Project Manager. 2.6.2. Services to create new signs/paddles,poles,etc.: The line item is for design services to create new signs,poles,etc., as requested by the Division Project Manager. 2.7. Material Markup: The markup for materials is 15 percent.Tax and freight are not marked up. The material markups do not apply to the various categories on the bid schedule. 2.7.1.The Contractor shall provide receipts with the invoice for reimbursement of materials exceeding$500.00. 2.7.2.For purchases under$500,the Contractor shall provide a list of parts with the associated costs to determine the markup;the County reserves the right to request receipts for these purchases to verify expenses. 3. GENERAL INFORMATION 3.1. Work Commencement: Work shall start with the Division Project Manager issuing a Purchase Order. 3.2. Work Request:The Division Project Manager will request work from the Primary Contractor.If the Primary declines the work in writing, the Division Project Manager may request work from the Secondary Contractor. If the Secondary Contractor declines the work,the Primary will be required to perform the work. Contractors'Agreements may be subject to termination if they continually decline work requests. During any notice of termination, default,breach, or suspension,the County shall have the full authority to utilize the Secondary Contractor as the Primary Contractor. 3.3. Work Schedules: The Contractor shall provide work schedules to the Division Project Manager for on-site inspections before starting services. 3.4. Work Hours: Work hours are Monday through Saturday from 7:00 a.m. to 7:00 p.m. No work is permitted on Sunday or the following Collier County-observed holidays: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day,Labor Day,Veterans Day,Thanksgiving Day,and the day after Thanksgiving,Christmas Eve,and Christmas Day. 3.5. Work Delays:If work is delayed,notify the Division Project Manager immediately and follow up with an email stating the cause of the delay within 48 hours. 3.6. Mobilization:The project location cannot be used as a temporary storage facility for construction equipment or materials that are not immediately needed. The Contractor must coordinate with the Division Project Manager to utilize the Pelican Bay Services Division,Operations Facility,6200 Watergate Way,Naples,Florida 34108,for storage and staging equipment or materials. 3.7 Clean Up/Disposal:The Contractor shall remove and dispose of material,debris,and trash daily within the work zone.If the area is not cleaned,the Contractor may be required to return to the worksite to clean up,remove,and dispose of the debris at an authorized disposal site. 3.8 Inspections: Onsite inspections may occur to monitor work progress and when the work is completed.The Contractor is to contact (by phone or email)the Division Project Manager when the project is completed. 3.8.1 The Division Project Manager will notify the Contractor when the finished work fails to comply with the specifications. 3.8.2 The Contractor shall immediately cure the deficient work,ensuring it complies with the specifications. 3.8.3 The Contractor shall notify the Division Project Manager when deficient work is ready for re-inspection. 3.8.4 The County may perform a final inspection of the work or request photographic evidence.The County will inform the Contractor of any necessary repair work not completed. 3.8.5 The Contractor shall immediately complete all incomplete work and arrange another re-inspection. 3.8.6 There will be no cost to the County for the Contractor to correct deficient work. 3.9 Damages: The Contractor is responsible for exercising care at the project site.If the Contractor causes damage,they must repair Page 5 of 6 Exhibit A—Scope of Services CAO them at no cost to the County.The Contractor shall repair damages within 10 calendar days from the date of damage or as agreed upon by the Division Project Manager.It shall be at the Division's discretion to withhold estimated damage costs from an invoice until the repairs are completed and accepted. 3.10 Work Zone Safety:The Contractor shall use caution while working on County Right-of-Way(ROW)(i.e.,roads,sidewalks,bike paths,etc.),roadway medians,in or around County-owned or operated facilities. 3.10.1 American National Standards Institute/International Safety Equipment Association(ANSI/ISEA)Class 2 or 3 Vests,T- shirts,or similarly labeled garments depending on the time of day. 3.10.2 Appropriate work zone signage,cones,barricades or barrels,arrow panels,flagging personnel,and stop/slow paddles. 3.10.3 An applicable work zone TIC plan based on FDOT and/or MUTCD designs on site. 3.10.4 The Contractor will maintain access for residents and commercial properties with minimal delays to the traveling public. 3.11 Maintenance of Traffic(MOT)/Temporary Traffic Control(TTC): The Contractor is responsible for safety in the work zone and setting up MOT/TTC with the right equipment and proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, message boards, warning devices, barriers, or flagmen. The Contractor or subcontractor shall have Temporary Traffic Control or Maintenance of Traffic,Intermediate Level Certification. 3.11.1 The Contractor is responsible for maintaining MOT/TTC while performing services in the right-of-way and roadways. It is a requirement for the safety and protection of the Contractor's employees and motorists during service performance. 3.11.2 The Contractor must adhere to the latest edition of the FDOT Design Standards,600 series,and the Manual on Uniform Traffic Control Devices(MUTCD). 3.11.3 The Contractor is responsible for the MOT/TTC plan,equipment,and setup. 3.11.4 The certified MOT/TTC employee will meet the Division Project Manager or designee within twenty(20)minutes of the initial contact to address work zone safety issues. 3.11.5 If the MOT/TTC setup does not comply with the FDOT standards and MUTCD, the County will cease operations until corrected. 4. PRICE MODIFICATIONS 4.1. Contract prices may be adjusted once every twelve (12) months, starting on the first anniversary of the effective date. Retroactive price adjustments are not authorized.Price increase requests shall be submitted on an annual basis after the initial year and may be adjusted annually at the time of each contract anniversary,beginning 12 months after the contract effective date based on the percent change (up or down)of the Producers Price Index (PPI)BLS series code PCU339950339950.All requests must be submitted to the County Representative or designee. Any requested adjustment shall be fully documented and submitted to the County no less than thirty(30)days prior to the contract anniversary date,unless the requested adjustment falls within the exception set forth in subsection 4.2,below. Any approved cost adjustments shall become effective as of the anniversary date or upon Procurement Director/Board approval. 4.2. If, outside the normal anniversary review, and(a)the above PPI moves by more than 10% in any consecutive three-month period or(b)a new tariff or government surcharge of equal to or less than 5%is imposed on the contract goods, either party may request an interim price adjustment. The requesting party shall provide: (i)supplier or mill notices and(ii)three recent invoices evidencing the cost change.The County will only reimburse the Contractor for tariffs directly applicable to the goods or materials provided when such costs are unavoidable.No mark-up is allowed on tariffs. 4.3. Requests must be submitted to the County Representative or designee no less than 30 days before the proposed effective date. The County will approve, modify, or deny the request in writing within 30 days of receipt of complete documentation. The Contractor shall fulfill orders at then-current prices pending a decision. 4.4. Approved increases are effective on the anniversary or approved date;decreases may be applied retroactively at the County's option. 4.5. All modifications shall adhere to the County Procurement Ordinance and Procedures,as amended. 4.6. The County may,after examination,refuse to accept the adjusted costs if they are not properly documented,are considered to be excessive, or if decreases are considered to be insufficient. In the event the County does not wish to accept the adjusted costs,and the matter cannot be resolved to the satisfaction of the County,a contract termination will be processed. 4.7. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modification is authorized. Page 6 of 6 CAO Exhibit A—Scope of Services Exhibit B Fee Schedule following this page (containing 2 pages) Page 16 of 18 Fixed Term Service Agreement [2025_ver.1] CAO Exhibit B-Fee Schedule #24-8289"Pelican Bay Decorative Posts and Signs with Installation" Decorative Poles Item Description Unit Unit Price l Supply and install 118"fluted aluminum decorative pole,4"OD,4"ball finial, EA $ 798.00 and custom aluminum base 2 Supply and install 142"fluted aluminum decorative pole,4"OD,4"ball finial, EA $ 859.00 and custom aluminum base Aluminum Tube Frame Backers&Clamps with Traffic Signs Item Description Unit Unit Price 3 Supply and install 1"aluminum tube frame backer&sign insert with 30"x 30" EA $ 398.00 STOP sign with 4"aluminum back clamp 4 Supply and install 1"aluminum tube frame backer&sign insert with 36"x 36" EA $ 474.00 STOP sign with 4"aluminum back clamp 5 Supply and install 1"aluminum tube frame backer&sign insert with 30"x 24" EA $ 338.00 traffic sign with 4"aluminum back clamp 6 Supply and install 1"aluminum tube frame backer&sign insert with 30"x 30" FA $ 378.00 traffic sign with 4"aluminum back clamp 7 Supply and install 1"aluminum tube frame backer&sign insert with 36"x 36" EA $ 418.00 traffic sign with 4"aluminum back clamp 8 Supply and install 1"aluminum tube frame backer&sign insert with 18"x 6" EA $ 238.00 traffic sign with 4"aluminum back clamp 9 Supply and install 1"aluminum tube frame backer&sign insert with 24"x 1 ,� $ 288 00 18"traffic sign with 4"aluminum back clamp 10 Supply and install 1"aluminum tube frame backer&sign insert with 24"x 24" CA 6 328.00 traffic sign with 4"aluminum back clamp 11 Supply and install 1"aluminum tube frame backer&sign insert with 24"x 12" 1,� $ 278.00 traffic sign with 4"aluminum back clamp 12 Supply and install 1"aluminum tube frame backer&sign insert with 36"x 12" $ 318.00 traffic sign with 4"aluminum back clamp 13 Supply and install l"aluminum tube frame backer&sign insert with 36"x 30" GA $ 494.00 traffic sign with 4"aluminum back clamp 14 Supply and install 1"aluminum tube frame backer&sign insert with school S1- EA $ 278.00 1 sign with 4"aluminum back clamp Street Name Paddles(signs)with Frames Item Description Unit Unit Price Supply and install 1"aluminum tube frame backer for 36"x 9"Street Name paddle with Pelican Scroll,4"aluminum back clamp,and two street name 15 paddle inserts:Hi white reflective background and black letters,sans serif font EA $ 283.00 typeface Font:HWYB Traffic Font(Original)or FHWA Series B Traffic Font (Altemative) Supply and install 1"aluminum tube frame backer for 36"x 9"street name 16 paddles with 4"aluminum back clamps,and two street name paddle inserts:Hi EA $ 283.00 white reflective background and black letters,sans serif font typeface Font: HWYB Traffic Font(Original)or FHWA Series B Traffic Font(Alternative) CAO Item Description Unit Unit Price Miscellaneous Items Item Description Unit Unit Price 17 Create custom mold for Pelican Scroll(one-time cost) EA $ 4,998.00 18 Supply and install custom aluminum 24"base 1A $ 174.00 19 Remove Concrete Base(depths may range from 24 to 60 inches) EA $ 77.00 20 Remove Decorative Pole EA $ 143.00 21 Restand Decorative Pole LA $ 215.00 Sod Item Description Unit Unit Price 22 Supply and install Zoysia Sod(I-200) SF $ 1.85 23 Supply and install St.Augustine Sod(1-200) SF $ 1.35 24 Supply and install Bahia Sod(1 -200) SF $ 0.55 25 Supply and install Bermuda Sod(1 -200) SF $ 1.35 26 Supply and install Zoysia Sod,l Pallet(300-400 square feet) PALLET $ 648.00 27 Supply and install St.Augustine Sod,1 Pallet(300-400 square feet) PALLET $ 472.00 28 Supply and install Bahia Sod,1 Pallet(300-400 square feet) PALLET $ 193.00 29 Supply and install Bermuda Sod, 1 Pallet(300-400 square feet) PALLET $ 472.00 Additional Service&Material Markup:This section does not apply to items above because they are inclusive of costs as described in the solicitation. Item Description Unit Unit Price 30 Labor HR $ 110.00 31 Services to create signs/paddles,poles,etc. HR $ 99.00 Material Markup 15% CAO Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 18 Fixed Term Service Agreement [2025_ver.1] C.A O AFFIDAVIT REGARDING LABOR AND SERVICES 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. Nongovernmental Entity's Name: Project Combo Inc. dba Lykins Signtekino. Address: 5935 Taylor Rd N (�les FL 34109 Phone Number: 239-594-8494 Authorized Representative's Name: Ronald Zilkowski _Authorized Representative's Title: President Email Address: ron@lykins-signtek.com AFFIDAVIT i, Ronald Zilkowski (Name of Authorized Representative),as authorized representative attest thatProi t Combo Inc.dba Lvklns Siontek Inc(Name of Nongovernmental Entity)does not use coercion for labor or services as defined in§787.06,Florida Statutes. Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. _ 5/16/2025 (Signature of a�tt ofized representative) Date STATE OF 5-6"i CID, COUNTY OF Cam.\\t,ci— Swo i to(or affi• e.)and subscribed before me,by means of I physical presence or 0 online notarization this 1 • •.ay of ,..(0.41111tes • I. • _ -Il ,me of Affiant),who produced their as Id. tific.•o r •n• . •• •• ��� •l~�'if I -t i•' CHRISTINE ANN WEEKS A 0 Nota ' blic e ms ': Notary Public-State of Florida ry' x Commission S HH 245241 ( 'N My Comm.Expires Jul 1,2426 r0 t>1 4 t 202 LD Bonded through National Notary Aar. I Commission Expires Personally Known pj OR Produced Identification Type of Identification Produced: CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Vetsksn:20211 GAP Other Exhibit/Attachment Description: N/A [1 following this page (containing pages) this exhibit is not applicable Page 18 of 18 Fixed Term Service Agreement [2025_ver.11 .ate Q