Backup Documents 06/10/2025 Item #16F 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 6
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney
Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney
Office no later than Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with
the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1. Risk Risk Management
2. County Attorney Office County Attorney Office4'J3/a.�
4. BCC Office Board of County
Commissioners RS�y i )/ }/15/25
4. Minutes and Records Clerk of Courts Office �,�QC.IGt..
/4.26)5`
5. Procurement Services Procurement Services
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event
one of the addressees above,may need to contact staff for additional or missing information.
Name of Primary Staff Deidra De La Cruz/Procurement Contact Information 239-252-8950
Contact/Department
Agenda Date Item was June 10,2025 Agenda Item Number 16.F.1
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 24-8289 Project Combo,Inc.
number if document is Project Combo,Inc. d/b/a Lykins Signtek,
to be recorded d/b/a Lykins Signtek, Inc.
Inc.
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature STAMP OK N/A
2. Does the document need to be sent to another agency for additional signatures? If yes, N/A
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be DD
signed by the Chairman,with the exception of most letters,must be reviewed and signed
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A
Office and all other parties except the BCC Chairman and the Clerk to the Board
5. The Chairman's signature line date has been entered as the date of BCC approval of the DD
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip N/A
should be provided to the County Attorney Office at the time the item is input into SIRE.
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on June 10,2025,and all changes made N/A is not
during the meeting have been incorporated in the attached document. The County 5/44.4 an option for
Attorney's Office has reviewed the changes,if applicable. this line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not
BCC, all changes directed by the BCC have been made,and the document is ready for the 9-77147 an option for
Chairman's signature. this line.
1 8 F
MEMORANDUM
Date: June 13, 2025
To: Deidra De La Cruz,
Procurement Services
From: Martha Vergara, Sr. Deputy Clerk
Minutes & Records Department
Re: Contract #24-8289 "Pelican Bay Decorative Street Sign
Fabrication & Installation Services)"
Contractor: Project Combo, Inc d/b/a Lykins Signtek, Inc.
Attached for your records is an original of the referenced document above,
(Item #16F 1) adopted by the Board of County Commissioners on Tuesday,
June 10, 2025.
The Board's Minutes & Records Department has kept an original as part of
the Board's Official Records.
If you have any questions, please feel free to contact me at 252-7240.
Thank you.
Attachment
I6F i
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 1.)(1(-) 20 ,
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 ■ upon the date of Board approval; or n on and
terminating on three ( 3 ) 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 ( 1 ) 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 ❑ ed.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of Request--for Pfoposak4 FP3 ■ 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.
• 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.11
CAO
16F 1
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):
ct; the risks arc
• +nees-prtice there are no
,eora�af�c,; 4rrnti; —;gyres ;+ tedat � + - ,aeter- must perform to the
e fixed price contract
is -
■ 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.
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]
. '!fir
16F 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 ¢e e -f---aapp#tcebte-}—T vel---and—Reimb sable--€ ens Travel—and
d-va n
exile
Mileage er mite
Break-fast $6:00
Lunen $11.00
Dinner $4-9700
Airfare Actual ticket cost limited to tourist or coach class fare
Rental-ear Aett e
vehicles
Lodging. Aetuai-cost-of +
cap of no more than $150.00 per night
Parking Actual cost of park-ing
Taxi or Airport-Limousine A xi-or-airp sine
Reimbursable items other than travel expenses shall be-iimitcd to the following: telephone
uses 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.l]
'ir
1 6 F
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
[2025ver.1]
0
1 6P
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. n Commercial General Liability: Coverage shall have minimum limits of
$ 1,000,00o 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. n 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. n 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. I I Professional-Liability: Shall-be-maintained by the Contractor--to-ens,"
d +ltty -
t i d ess-thaR--$ eac-11
claim and aggregate.
�- n C-yber_Lfabi1-ity --£ease i s of $ per
claim.
Page 5 of 18
Fixed Term Service Agreement
[2025_ver.1
1 eF 1
shalt-have minimum limits of$ per claiim
❑ • $e
1+ ❑ : Coverage
shall have minimum limits of$ 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
CA
1OF 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/ ■ ITB/ Otter
#24-8289 , including Exhibits, Attachments and Addenda/Addendum, n subsequent
quete -ar dOtherttae#anen-t:
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
16F 1
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(r colliercountyfl.wav
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]
16F 1
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. II 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]
Cod
1OF 4
25. II■I 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. ■ 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. 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
16F 1
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. ❑ 4....-an---rylaag
t i et-shall
fight to perform investigations as may be deemed nec
ter--shall-assign
Page 11 of 18
Fixed Term Service Agreement
[2025_ver.1]
CAO
16F
4s, and each person
assigned shall be available •
-
datea.--The Ga aetef-efaall not change Key Perer el-E+nless-t4-feltewing eond+tiens-aFe
and e
ee eeca-( ays of the chaff o-Co rat stems-f• ed-Feplaeer re+rt
pefseRnel,
• 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. 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.
ORDER C€-r;Qr-anf-Funded}. In t
a
a4f
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]
1 6 F 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(ccolliercountyfl.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. ■ 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.1J
CAO
16F 1
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 zpl rI of the Circuit COLLIER COUNTY, FLORIDA
Court encl y rMtee;o,
q
• / B
y: ALl'eX...."1-€4.004""-. a:„1. •:
51 : ti , Burt L.Saunders , Chairman
Dated: .••,; .01
;�
• (SEAL.) t'4 ''Chal r an s
lat nature o y
Project Combo,Inc.d/b/a Lykins Slgntek Inc.
Contract° 's 'tnesses: Contractor
By:
I
Contrac or's First Witness "ignat r
chri 0V,ni: VC 2CA TType/print signature and titleT
ype/print witness nameT
- c �--- '11,-()
ontra 's Second Witness
i r l--iorr►S
TTyp /print witness name
A rov d as Legality:
JCe%neY
SLJ JC Tit
Print Name
Page 14 of 18
Fixed Term Service Agreement
t2025_ver.
16F 1
Exhibit A
Scope of Services
X following this page (containing 6 pages)
❑ this exhibit is not applicable
Page 15 of 18
Fixed Term Service Agreement
[2025_ver.I]
C.AO
16F 1
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).
>r"-F ws „ yy�� �i+ J '� '7 '}it �4' sa "` ' (.• `> �.. .1'. fSI1
f 109"
1.;' — -.... " .7i."
r f.
p
ci,! ,t ..ter. d`� P• I an -may c• si.' ,..r14,.` �.e-- ,1..
v 1): ""'" -jam .'7
.[ _ .tip• .t .+.. ys.t • .y
' .t 3f 1sJ ram..` 4 .i ' "
S
1. ist I..,' , .a. .rop....4.:. , 1 f tjt a - ',-,.P -r--....: ' i - =
-`• "S, � .�C� a• '! - ` ,i..- •�. -w.•-� •r ,mil ` id �. .• 6
j . ^tTJ Naples•Zoo6 , fr '1...
I
r. � ,
' ` • .ja; i I Canbtean�Garden5 Revs lnsttt`ute"�I 4,,. �' v�" .*^r ry�t
.. a,Y;, it ( x .- . 1, j
. ��i L i
', • :a.", ..ti r .. ,. 4.. a T +uZ ,• * `ill 1` G 4 1 i..kr 4 11 i1
'.A016 'A.'ea*-17.k. tS- . ,. • ..-•'-'''''' re, ,7
' TAT. �• kI
-..e` '` l ...t Artis Naples:•• I. .. `. ' '•,Naples :,'4` l' !] T.-A. --I AD
t f' -`,�" �' ,., 7 >SGtalll61 , ec
#4.' 4 .crY P-41
r s' p ' n'' '"y -.- RNaples Mainor� '.. -1 4-. .
,...1.1
t} `1f r ..w s
.,..,:rit #t` . „, , •; 1 -.4. Kee�:•aydm � . r T A, r :► a' ' I j+ i j �"� r tita Tff �s l r. �,r
lain Pass Park'• O ra 46,4►%? . r .i 4" „` ,,, - ■1 } '= 'l
*VW 4. ..1:: r:.n• r. ;*vy*�' 1. r' r-'�
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.
E 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
16F
LMUTCD)-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 1 lth 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
finishes 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
16F 1
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) NIMYB TRAFFIC FONT(ORI6INAU FNMA SERIES B IRAfFIC FORT(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
41;1
�-3b'� '1 jl
Gulf Park D r, DECORATIVE POST 118 I CHES
IPelcan Bay Blvd, Oir SIDE VIEW
/rE PanIi► — SPEED
i STOP z LIMIT
a
30
/ _
3 u11 III I i..._-I ,i_i
3
I
6
In
I_ ONLY
L-_ ; n 1111
-^1 •
94
W
111 I 4 Jowl
I
s ) k 11
i
R64
Q i
d
Page 3 of 6
Exhibit A—Scope of Services 4.4_,
16F 1
1.8. Pelican Scroll Detail
07.5'ALUM NUM FPAME
mom
ALL`M+NLIM FRAIL ,.
— .. 14
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
16F 1
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
11 6 F 1
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 TTC 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
16F
Exhibit B
Fee Schedule
following this page (containing 2 pages)
Page 16 of 18
Fixed Term Service Agreement
[2025_ver.1]
CAU
� 6F 1
Exhibit B-Fee Schedule
#24-8289"Pelican Bay Decorative Posts and Signs with Installation"
Decorative Poles
Item Description Unit Unit Price
Supply and install 118"fluted aluminum decorative pole,4"OD,4"ball finial, FA $ 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" FA $ 474.00
STOP sign with 4"aluminum back clamp
5 Supply and install I"aluminum tube frame backer&sign insert with 30"x 24" E.A $ 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" I A $ 238.00
traffic sign with 4"aluminum back clamp
9 Supply and install 1"aluminum tube frame backer&sign insert with 24"x FA $ 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" EA $ 328.00
traffic sign with 4"aluminum back clamp
11 Supply and install 1"aluminum tube frame backer&sign insert with 24"x 12" EA $ 278.00
traffic sign with 4"aluminum back clamp
12 Supply and install 1"aluminum tube frame backer&sign insert with 36"x 12" LA $ 318.00
traffic sign with 4"aluminum back clamp
13 Supply and install 1"aluminum tube frame backer&sign insert with 36"x 30" FA $ 494.00
traffic sign with 4"aluminum back clamp
14 Supply and install 1"aluminum tube frame backer&sign insert with school S I- 1 A $ 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
(Alternative)
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)
16F
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 EA $ 174.00
19 Remove Concrete Base(depths may range from 24 to 60 inches) EA $ 77.00
20 Remove Decorative Pole I:A $ 143.00
21 Restand Decorative Pole EA $ 215.00
Sod
Item Description Unit Unit Price
22 Supply and install Zoysia Sod(1-200) 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,1 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. FIR $ 99.00
Material Markup 15%
CAO
16F 1
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 17 of 18
Fixed Term Service Agreement
[2025_ver.1]
CA.O
16F — 1
• 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 Siontekln.
Address: 5935 Taylor Rd. Naples. FL 34109
Phone Number: 239-594-8494
Authorized Representative's Name: Ronald Zilkowski
Authorized Representative's Title: President _
Email Address: ron(o7lykins-siqntek.com
AFFIDAVIT
i, Ronald Zilkowski (Name of Authorized Representative),as authorized representative attest
thatProiec1 Combo Inc.dba Lykins Signtek 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.
Zee
_ 5/16/2025
(Sigrsature of atftbsafized representative) Date
STATE OF rkOri d4
COUNTY OF C.1\1,e K.
Swo i to(or affi. (e,)and subscribed before me,by means of C$,physical presence or❑online notarization this
1 '.ay of y.<!llielts? . zi • _Clam of Affiant),who produced their
as Id.rtific.•or! •o-
•i %a' i*Y% CHRISTINE ANN WEEKS I
Notary'" blic "9� :': Notary Public-State or nonda
G 7R Commission NN 245247
` oe r . My Comm.Expires Jul t,2026
-..1 V 1 4 ` 2: I ...Bonded through National Notary Assn. I
Commission Expires
Personally Known fS OR Produced identification co
Type of identification Produced:
CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1
t'f
CAO
1 6 F 1
Other Exhibit/Attachment
Description: N/A
n following this page (containing pages)
this exhibit is not applicable
Page 18 of 18
Fixed Term Service Agreement
[2025_ver.11
0